HomeMy WebLinkAboutItem C14 COUNTY of MONROE BOARD OF COUNTY COMMISSIONERS
� Mayor Michelle Lincoln,District 2
The Florida Keys Mayor Pro Tem David Rice,District 4
y Craig Cates,District 1
James K. Scholl,District 3
� «
Holly Merrill Raschein,District 5
Regular Meeting
February 18, 2026
Agenda Item Number: C14
26-0405
BULK ITEM: Yes DEPARTMENT: Engineering Services and Roads
TIME APPROXIMATE: No STAFF CONTACT: Leonel Montiel
AGENDA ITEM WORDING: Approval for the County Administrator to sign Modification No.1 to
the Federal Emergency Management Agency (FEMA) Grant Agreement LPDM-PJ-04-FL- 2022-001
that partially funds construction of the Twin Lakes Subdivision Sea Level Rise Pilot Project to extend
the period of performance of this grant until September 16, 2026.
ITEM BACKGROUND:
Monroe County approved the grant agreement with FEMA and Florida Department of Emergency
Management (FDEM) in November 2023 in the amount of$ 5,484,300.00 to partially fund the
construction of Twin Lakes Subdivision Sea Level Rise Pilot Project.
The original expiration date of the grant was September 21, 2025. In June 2025 staff requested that the
grant period be extended until September 2026 to account for the anticipated construction completion
date of May 2026. By way of this Modification No. 1, the period of performance under the Grant
Agreement is extended to 9/16/26.
PREVIOUS RELEVANT BOCC ACTION:
BOCC approved the Grant Agreement at the November 2023 BOCC meeting.
INSURANCE REQUIRED: No
CONTRACT/AGREEMENT CHANGES:
Modification No. 1 Extension of the period of performance to September 16, 2026
STAFF RECOMMENDATION
Approval,
DOCUMENTATION:
Twin lakes Contract Modification#1 between MC and FDEM. Grant LPDM-PJ-FL-2022-00 l.pdf
LPDM2022-001 Grant Agreement FDEM 11-9-2023.pdf
FINANCIAL IMPACT: None, extends term of grant to expire on September 16, 2026
Effective Date: November 9, 2023
Expiration Date: September 16, 2026
Total Dollar Value of Contract: $ 5,484,300.00
Total Cost to County: $ 0
Current Year Portion:
Budgeted: yes
Source of Funds: Federal appropriation administered through FEMA pre disaster grant program
CPI:
Indirect Costs:
Estimated Ongoing Costs Not Included in above dollar amounts:
Revenue Producing: If yes, amount:
Grant:
County Match:
Insurance Required:
C 14. Approval for the County Administrator to sign Modification No.l to the Federal
Emergency Management Agency(FEMA) Grant Agreement LPDM-PJ-04-FL- 2022-001
that partially funds construction of the Twin Lakes Subdivision Sea Level Rise Pilot
Project to extend the period of performance of this grant until September 16, 2026.
SUB-RECIPIENT AGREEMENT CHECKLIST
DIVISION OF EMERGENCY MANAGEMENT
MITIGATION BUREAU
FISCAL OPERATIONS UNIT
NON DISASTER
REQUEST FOR REVIEW AND APPROVAL
SUB-RECIPIENT: Monroe County BOCC
PROJECT#: LPDM-PJ-04-FL-2022-001
PROJECT TITLE: Monroe County FL - Twin Lakes Subdivision Sea Level Rise Pilot Project
CONTRACT#: B0200
MODIFICATION#: 1
SUB-RECIPIENT REPRESENTATIVE (POINT OF CONTACT
1� .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
Leonel Montiel
Sr. Project Manager, Monroe County Engineering Services
1100 Simonton Street
Key West, Florida 33040
Enclosed is your copy of the proposed contract/modification between Monroe County BOCC
and the Florida Division of Emergency Management (FDEM).
COMPLETE
F-] This form is required to be included with all Reviews, Approvals, and Submittals
F-] Reviewed and Approved
F-] Signed & Dated Electronic Copy by Official Representative
❑ Copy of the organization's resolution or charter that specifically identifies the
person or position that is authorized to sign, if not Chairman, Mayor, or Chief
F-] Attachment I Federal Funding Accountability and Transparency Act (FFATA) -
completed, signed, and dated
Z N/A for Modifications or State Funded Agreements
F-] Attachment K- Certification Regarding Lobbying - completed, signed, and dated
Z N/A for Modifications or State Funded Agreements
F-] Electronic Submittal to the Grant Specialist
If you have any questions regarding this contract, or who is authorized to sign it, please contact
your Project Manager at (850) 815-4525 or email me at David.Mccune@em.myflorida.com.
Contract Number: B0200
Project Number: LPDM-PJ-04-FL-2022-001
MODIFICATION TO SUBGRANT AGREEMENT BETWEEN
THE DIVISION OF EMERGENCY MANAGEMENT AND
MONROE COUNTY BOCC
This Modification Number One made and entered into by and between the State of Florida,
Division of Emergency Management ("the Division"), and Monroe County BOCC ("the Sub-Recipient")to
modify Contract Number B0200, dated, November 9, 2023 ("the Agreement").
WHEREAS, the Division and the Sub-Recipient have entered into the Agreement, pursuant to
which the Division has provided a subgrant to the Sub-Recipient under the Pre-Disaster Mitigation Grant
Program of$5,484,300.00, in Federal Funds; and
WHEREAS, the Division and the Sub-Recipient intend to modify the Agreement; and
WHEREAS, the Agreement expired on September 16, 2025; and
WHEREAS, the Division and the Sub-Recipient intend to reinstate and extend the terms of the
Agreement.
NOW, THEREFORE, in consideration of the mutual promises of the parties contained herein, the
parties agree as follows:
1. The Agreement is hereby reinstated and extended as though it had never expired.
2. Paragraph 8 of the Agreement is hereby amended to read as follows:
(8) PERIOD OF AGREEMENT
This Agreement shall begin November 9, 2023 and shall end September 16, 2026, unless
terminated earlier in accordance with the provisions of Paragraph (17) of this Agreement.
3. The Budget and Scope of Work, Attachment A to the Agreement, are hereby modified as set forth
in 1 St Revision Attachment A to this Modification, a copy of which is attached hereto and
incorporated herein by reference.
4. All provisions of the Agreement being modified and any attachments in conflict with this
Modification shall be and are hereby changed to conform with this Modification, effective on the
date of execution of this Modification by both parties.
5. All provisions not in conflict with this Modification remain in full force and effect, and are to be
performed at the level specified in the Agreement.
6. Quarterly Reports are due to the Division no later than 15 days after the end of each quarter of
the program year and shall be sent each quarter until submission of the administrative close-out
report. The ending dates for each quarter of the program year are March 31, June 30,
September 30 and December 31.
7. Attachment L- Florida Accountability Contract Tracking System (FACTS) Requirements for Non-
profit Organizations Under Section 216.1366, Florida Statutes, Instructions and Worksheet is
hereby incorporated into the Agreement and is required to be completed by the subrecipient and
returned the Division.
IN WITNESS WHEREOF, the parties hereto have executed this Modification as of the dates set
out below.
SUB-RECIPIENT: MONROE COUNTY BOCC
By:
MONROE COUNT'ATTORNEY
APPROVED AS TO FORM
Name and Title
:
m ..
SR,ASSISTANT"COUNTY ATTORNEY
Date: I �:w2/2`26__
STATE OF FLORIDA
DIVISION OF EMERGENCY MANAGEMENT
By:
Name and Title: Kevin Guthrie, Director
Date:
Attachment A
Scope of Work and Budget
Revision #1
STATEMENT OF PURPOSE:
The purpose of this Scope of Work is to improve drainage in the Twin Lakes Subdivision, Monroe County,
Florida,funded through the Legislative Pre-Disaster Mitigation Assistance Grant Program (LPDM), LPDM-
PJ-04-FL-2022-001, as approved by the Florida Division of Emergency Management (Division) and the
Federal Emergency Management Agency(FEMA).
The Sub-Recipient, Monroe County, agrees to administer and complete the project per sealed engineering
designs and construction plans as submitted by the Sub-Recipient and subsequently approved by the
Division and FEMA. The Sub-Recipient shall complete the work in accordance with all applicable Federal,
State and Local Laws, Regulations and Codes.
PROJECT OVERVIEW:
As a Legislative Pre-Disaster Mitigation Assistance Grant Program project, the Sub-Recipient proposes
drainage improvements for the Twins Lake Subdivision, specifically along Adams Drive, Crane Street, and
Shaw Drive between Crane Street and Brown Drive in Key Largo, Florida, 33037.
The LPDM construction scope of work shall consist of regrading and/or elevating the roadway above the
minimum target elevation of 13 inches NAVD88 based on 2040 sea level rise projections, constructing a
gravity wall along a portion of the boundary between the edge of the road and the wetland and installing a
new stormwater drainage system. The proposed stormwater drainage system consists of a gravity
collection system with a new elevated pump station discharging into five (5) injection wells through 30-inch
and 24-inch ductile iron pipe (DIP) pressurized force mains. To facilitate the conveyance of runoff to the
pump station, a gravity collection system shall be established, featuring the installation of swales, culverts,
inlets, manholes, and two (2)trunk line connecting manholes. The pump station itself is composed of four
(4)wet wells, four (4)valve boxes, a treatment unit, and associated electrical equipment necessary for its
operation, which includes the installation of approximately 3,600 linear feet of four (4) 4-inch duct bank
Poly Vinyl Chloride (PVC)conduit line. The project also includes the purchase and installation of a 450-kW
elevated permanent diesel generator, or the adequate size determined by the vendor and/or an electrical
engineer during the bid process to appropriately support the critical utility, and an automatic transfer switch
(ATS). The roads to be mitigated are low lying, bordered by wetlands and two canals, and due to storms,
tides,and sea level rise,are increasingly susceptible to long duration street flooding, resulting in the inability
to enter/exit their residences. The project shall address the flooding issues causing residents to experience
repetitive flooding on roads and structural damages.
The project shall provide protection to at least a 25-year storm event. Activities shall be completed in strict
compliance with Federal, State and Local applicable Rules and Regulations.
The generator, pump station, and all associated electrical components shall be protected against a 500-
year flood event by implementing specific activities or by locating the generator(s)outside the Special Flood
Hazard Area (SFHA), comply with applicable National Flood Insurance Program (NFIP) requirements and
shall be protected against wind with a rated enclosure and appropriate anchoring based on its location
requirements per ASCE 7 standards. The selected site shall provide sufficient space to maintain and fuel
the generator(s) and shall comply with the National Electrical Code working clearance requirements.
Activities shall be completed in strict compliance with Federal, State and Local applicable Rules and
Regulations.
Project Locations:
........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
ID# Location Coordinates
� . .............................................................................................................................................................................................
1 Northern Bounda 25.138253, -80.412208
.. ............................................................................................................................................ ...................................................................................A..............
„,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,
2 Southern Boundary -80.413671
............................................. ....................................................................................)...............
3 PumpStation 25.133319, -80.412287
................ ....................................... ......................................................................................................................................................................................................................................................................................).............
TASKS&DELIVERABLES:
A) Tasks:
1) The Sub-Recipient shall procure the services of a qualified and licensed Florida contractor and execute
a contract with the selected bidder to complete the scope of work as approved by the Division and
FEMA. The Sub-Recipient shall select the qualified, licensed Florida contractor in accordance with the
Sub-Recipient's procurement policy as well as all federal and state laws and regulations. All
procurement activities shall contain sufficient source documentation and be in accordance with all
applicable regulations.
The Sub-Recipient shall be responsible for furnishing or contracting all labor, materials, equipment,
tools, transportation and supervision and for performing all work per sealed engineering designs and
construction plans presented to the Division by the Sub-Recipient and subsequently approved by the
Division and FEMA.
The Sub-Recipient and contractor shall be responsible for maintaining a safe and secure worksite for
the duration of the work. The contractor shall maintain all work staging areas in a neat and presentable
condition.
The Sub-Recipient shall ensure that no contractors or subcontractors are debarred or suspended from
participating in federally funded projects.
The selected contractor shall have a current and valid occupational license/business tax receipt issued
for the type of services being performed.
The Sub-Recipient shall provide documentation demonstrating the results of the procurement process.
This shall include a rationale for the method of procurement and selection of contract type, contractor
selection and/or rejection and bid tabulation and listing, and the basis of contract price.
The Sub-Recipient shall provide an executed "Debarment, Suspension, Ineligibility, Voluntary
Exclusion Form”for each contractor and/or subcontractor performing services under this agreement.
Executed contracts with contractors and/or subcontractors shall be provided to the Division by the Sub-
Recipient.
The Sub-Recipient shall provide copies of professional licenses for contractors selected to perform
services. The Sub-Recipient shall provide a copy of a current and valid occupational license or
business tax receipt issued for the type of services to be performed by the selected contractor.
2) The Sub-Recipient shall monitor and manage the installation to improve the drainage and provide flood
protection.
The project shall be implemented in accordance with sealed engineering designs and construction
plans previously presented to the Division by the Sub-Recipient and subsequently approved by the
Division and FEMA. The Sub-Recipient shall ensure that all applicable state, local and federal laws
and regulations are followed and documented, as appropriate.
The project consists of the general construction and furnishing of all materials, equipment, labor and
fees to minimize recurring flooding and reduce repetitive flood loss to structures and roadways.
The Sub-Recipient shall fully perform the approved project, as described in the submitted documents,
in accordance with the approved scope of work, budget line item, allocation of funds and applicable
terms and conditions indicated herein. The Sub-Recipient shall not deviate from the approved project
terms and conditions.
Construction activities shall be completed by a qualified and licensed Florida contractor. All
construction activities shall be monitored by the professional of record. The Sub-Recipient shall
complete the project in accordance with all required permits. All work shall be completed in accordance
with applicable codes and standards.
Upon completion of the work, the Sub-Recipient shall schedule and participate in a final inspection of
the completed project by the local municipal or county official, or other approving official, as applicable.
The official shall inspect and certify that all installation was in accordance with the manufacturer's
specifications. Any deficiencies found during this final inspection shall be corrected by the Sub-
Recipient prior to Sub-Recipient's submittal of the final inspection request to the Division.
Upon completion of Task 2, the Sub-Recipient shall submit the following documents with sufficient
supporting documentation and provide a summary of all contract scope of work and scope of work
changes, if any. Additional documentation for closeout shall include:
a) Signed and Sealed As-built project plans(drawings)by the Professional of Record,two hard copies
and an electronic version (via email or CD).
b) Letter of Completion:
E. Affirming that the project was completed in conformance with the approved project drawings,
specifications and scope; and
F. Certifying Compliance with all applicable codes.
c) Letter verifying compliance with the National Historic Preservation Act, to include whether
archaeological features or deposits, prehistoric or historic artifacts, or human remains were
encountered during project activities and, if so, how they were handled in accordance with Florida
Statutes, Section 872.05.
d) Verification letter or documentation showing compliance with the conditions of the Florida
Department of Environmental Protection (FDEP) Injection Control Permit.
e) Verification letter or documentation stating that all construction activities occurred within the
existing footprint of the property and that no staging of equipment occurred in the areas designated
as a floodplain.
f) Verification letter or documentation stating that all construction activities, staging activities, and
storage were not located in or impacted any adjacent wetlands.
g) Proof of compliance with Project Conditions and Requirements contained herein.
3) During the course of this agreement the Sub-Recipient shall submit requests for reimbursement.
Adequate and complete source documentation shall be submitted to support all costs (federal share
and local share) related to the project. In some cases, all project activities may not be fully complete
prior to requesting reimbursement of costs incurred in completion of this scope of work; however, a
partial reimbursement may be requested.
The Sub-Recipient shall submit an Affidavit signed by the Sub-Recipient's project personnel with each
reimbursement request attesting to the completion of the work, that disbursements or payments were
made in accordance with all agreement and regulatory conditions, and that reimbursement is due and
has not been previously requested.
The Sub-Recipient shall maintain accurate time records. The Sub-Recipient shall ensure invoices are
accurate and any contracted services were rendered within the terms and timelines of this agreement.
All supporting documentation shall agree with the requested billing period. All costs submitted for
reimbursement shall contain adequate source documentation which may include but not be limited to:
cancelled checks, bank statements, Electronic Funds Transfer, paid bills and invoices, payrolls, time
and attendance records, contract and subcontract award documents.
Construction Expense: The Sub-Recipient shall pre-audit bills, invoices, and/or charges submitted by
the contractors and subcontractors and pay the contractors and subcontractors for approved bills,
invoices, and/or charges. Sub-Recipient shall ensure that all contractor/subcontractor bills, invoices,
and/or charges are legitimate and clearly identify the activities being performed and associated costs.
The Division shall review all submitted requests for reimbursement for basic accuracy of information.
Further, the Division shall ensure that no unauthorized work was completed prior to the approved
project start date by verifying vendor and contractor invoices. The Division shall verify that reported
costs were incurred in the performance of eligible work, that the approved work was completed, and
that the mitigation measures are in compliance with the approved scope of work prior to processing
any requests for reimbursement.
Quarterly reports shall be submitted by the Sub-Recipient and received by the Division at the times
provided in this agreement prior to the processing of any reimbursement.
The Sub-Recipient shall submit to the Division requests for reimbursement of actual construction and
managerial costs related to the project as identified in the project application, sealed engineering
designs, and construction plans. The requests for reimbursement shall include:
a) Contractor, subcontractor, and/or vendor invoices which clearly display dates of services
performed, description of services performed, location of services performed, cost of services
performed, name of service provider and any other pertinent information;
b) Proof of payment from the Sub-Recipient to the contractor, subcontractor, and/or vendor for
invoiced services;
c) Clear identification of amount of costs being requested for reimbursement as well as costs being
applied against the local match amount.
The Sub-Recipient's final request for reimbursement shall include the final construction project cost.
Supporting documentation shall show that all contractors and subcontractors have been paid.
B) Deliverables:
Mitigation Activities consist of drainage improvements to the Twin Lakes Subdivision in Monroe County,
Florida, to include mitigating flooding on portions of Shaw Drive, Crane Street and Adams Drive. Twin
Lakes Subdivision is located at mm 103 Bayside in Key Largo, Florida Keys. Shaw Drive, Crane Street,
and Adams Drive are all partially located within the VE 9, AE 7, AE 9, AE 10 Firm Flood Hazard Areas.
The project will construct a pump and treat storm water drainage system including drainage structures,
wet wells, pollution treatment device, and a related elevated pump station These roads are bordered
by wetlands and two canals, are low lying and due to storms, tides and sea level rise, these roads are
subject to repetitive flooding.
The project will mitigate flooding by elevating low portions of the roads to a target elevation of 13 inches
NAVD88 based on 2040 SLR projections. The project constructs a gravity wall along a portion of the
boundary between the edge of the road and the wetland and installs a storm water collection,treatment
and disposal system to manage stormwater on the roadway. Portions of the roadway are low and are
impacted by SLR and also the King Tides. Currently there is no engineered drainage system in the
subdivision; stormwater drainage has occurred by gravity via swales and exfiltration trenches that no
longer function due to SLR and king tide impacts.
The project shall provide protection to at least a 25-year storm event. Activities shall be completed in
strict compliance with Federal, State and Local applicable Rules and Regulations.
The generator, pump station, and all associated electrical components shall be protected against a
500-year flood event by implementing specific activities or by locating the generator(s) outside the
Special Flood Hazard Area (SFHA), comply with applicable National Flood Insurance Program (NFIP)
requirements and shall be protected against wind with a rated enclosure and appropriate anchoring
based on its location requirements per ASCE 7 standards. The selected site shall provide sufficient
space to maintain and fuel the generator(s)and shall comply with the National Electrical Code working
clearance requirements.Activities shall be completed in strict compliance with Federal, State and Local
applicable Rules and Regulations.
Provided the Sub-Recipient performs in accordance with the Scope of Work outlined in this Agreement,
the Division shall reimburse the Sub-Recipient based on the percentage of overall project completion.
PROJECT CONDITIONS AND REQUIREMENTS:
C) Engineering:
1) The Sub-Recipient shall submit to the Division an official letter stating that the project is 100%complete
and ready for the Division's Final Inspection of the project.
2) The Sub-Recipient shall submit a signed and sealed final copy of the completed project's As-built
drawings and all necessary supporting documentation, and provide a summary of all contract scope
of work changes, if any.
3) The Sub-Recipient shall provide a copy of the Notice of Commencement, and any local official
Inspection Report and/or Final Approval, as applicable.
4) The Sub-Recipient shall submit a certified letter of completion from Engineer of Record. The Sub-
Recipient's Engineer of Record shall provide a formal certificate or letter affirming that the project has
been completed in conformance with the approved project drawings, specifications, scope, and
applicable codes.
5) All installations shall be done in strict compliance with the Florida Building Code or any local codes
and ordinances. All materials shall be certified to exceed the wind and impact standards of the current
local codes.
6) The Sub-Recipient shall follow all applicable State, Local and Federal Laws, Regulations and
requirements, and obtain (before starting project work) and comply with all required permits and
approvals. Failure to obtain all appropriate Federal, State, and Local permits and clearances may
jeopardize federal funding.
D) Environmental:
1) Sub-Recipient shall follow all applicable state, local and federal laws, regulations and requirements, and
obtain (before starting project work)and comply with all required permits and approvals. Failure to obtain
all appropriate federal, state, and local environmental permits and clearances may jeopardize federal
funding.
2) Any change, addition or supplement to the approved Scope of Work that alters the project(including other
work not funded by FEMA, but done substantially at the same time), regardless of the budget implications,
shall require re-submission of the application to FEMA through the Division for National Environmental
Policy Act (NEPA) and National Historic Preservation Act (NHPA) re-evaluation before starting project
work.
3) The Sub-Recipient shall monitor ground disturbing activities during construction, and if any potential
archeological resources are discovered, shall immediately cease construction in that area and notify the
Division and FEMA.
If human remains or intact archaeological deposits (e.g. arrowheads, pottery, glass, metal, etc.) are
uncovered, work in the vicinity of the discovery shall stop immediately and all reasonable measures to
avoid or minimize harm to the finds shall be taken. The Sub-Recipient shall ensure that archaeological
discoveries are secured in place, that access to the sensitive area is restricted, and that all reasonable
measures are taken to avoid further disturbance of the discoveries.
The Sub-Recipient's contractor shall provide immediate notice of such discoveries to the Sub-Recipient.
The Sub-Recipient shall notify the Florida Division of Historic Resources, the Division's State
Environmental Liaison Officer and FEMA within 24 hours of the discovery. Work in the vicinity of the
discovery may not resume until FEMA and the Division have completed consultation with SHPO, Tribes,
and other consulting parties as necessary.
In the event that unmarked human remains are encountered during permitted activities, all work shall
stop immediately, and the proper authorities notified in accordance with Florida Statutes, Section
872.05.
4) All construction activities must occur within the existing footprint of the property. There shall be no staging
of equipment in the areas designated as a floodplain.
5) Construction activities, staging activities, and storage shall not be located in or impact any adjacent
wetlands.
6) The Sub-Recipient must comply with the conditions of the Florida Department of Environmental
Protection (FDEP) Injection Control Permit. Failure to comply with this condition may jeopardize FEMA
funding; verification of compliance shall be required at project closeout.
7) Due to ground disturbing activities, the following special condition regarding unexpected discoveries
should be included during project activities: *. If prehistoric or historic artifacts, such as pottery or
ceramics, projectile points, dugout canoes, metal implements, historic building materials, or any other
physical remains that could be associated with Native American, early European, or American settlement
are encountered at any time within the project site area, the permitted project shall cease all activities
involving subsurface disturbance in the vicinity of the discovery. The Sub-Applicant shall contact the
Florida Department of State, Division of Historical Resources, Compliance Review Section at(850)-245-
6333. Project activities shall not resume without verbal and/or written authorization. In the event that
unmarked human remains are encountered during permitted activities, all work shall stop immediately
and the proper authorities notified in accordance with Section 872.05, Florida Statutes.
8) Construction vehicles and equipment used for this project shall be maintained in good working order to
minimize pollutant emissions.
E) Programmatic:
1) A change in the scope of work must be approved by the Division and FEMA in advance regardless of the
budget implications.
2) The Sub-Recipient must notify the Division as soon as significant developments become known, such as
delays or adverse conditions that might raise costs or delay completion, or favorable conditions allowing
lower costs or earlier completion.
3) The Sub-Recipient must "obtain prior written approval for any budget revision which would result in a
need for additional funds" [44 CFR 13(c)], from the Division and FEMA.
4) Project is approved with the condition that the enclosed list of deliverables shall be submitted, 30 days
prior to the Period of Performance date, for review and approval by the Division, for submittal to FEMA
for closeout.
5) Any extension of the Period of Performance shall be submitted to FEMA 60 days prior to the expiration
date. Therefore, any request for a Period of Performance Extension shall be in writing and submitted,
along with substantiation of the new expiration date and a new schedule of work, to the Division a
minimum of seventy (70) days prior to the expiration date, for Division processing to FEMA.
6) The Sub-Recipient must avoid duplication of benefits between the LPDM and any other form of
assistance, as required by Section 312 of the Stafford Act, and further clarification in 44 CFR 206.191.
7) A copy of the executed subcontract agreement must be forwarded to the Division within 10 days of
execution.
8) If the Sub-Recipient is not the current title holder of the affected properties, the Sub-Recipient shall
provide documentation confirming the property acquisition and easement rights were obtained voluntarily.
If condemnation or eminent domain is used to obtain easement rights, FEMA shall not pay for any
associated costs or payments to the property owner. Furthermore, FEMA shall not consider it an eligible
contribution to the non-Federal cost share requirement and shall not financially participate in that
component of a project if land or easements are obtained involuntarily.
F) FINANCIAL CONSEQUENCES:
If the Sub-Recipient fails to comply with any term of the award, the Division shall take one or more of the
following actions, as appropriate in the circumstances:
1) Temporarily withhold cash payments pending correction of the deficiency by the Sub-Recipient;
2) Disallow all or part of the cost of the activity or action not in compliance;
3) Wholly or partly suspend or terminate the current award for the Sub-Recipient's program;
4) Withhold further awards for the program; or
5) Take other remedies that may be legally available.
SCHEDULE OF WORK:
State Contracting: 2 Months
Construction Plan/Technical Specifications: 2 Months
Bidding / Local Procurement: 2 Months
Permitting: 2 Months
Construction/ Installation: 12 Months
Local Inspections/Compliance: 1 Months
State Final Inspection/Compliance: 2 Months
Closeout Compliance: 1 Months
Total Period of Performance: 24 Months
Funding Summary Totals
Federal Share: $5,4843300.00 (45.97693248%)
Non-Federal Share: $67444,073.00 (54.02306752%)
Total Project Cost: $ 11,928,373.00 (100.00%)
BUDGET
Line Item Budget*
Project Cost Federal Cost Non-Federal Cost
Construction: $119340,900.00 $55214,197.94 $6,126,702.06
Construction Engineering &
Inspection (CEI) Services: $5871473.00 $2707102.06 $317,370.94
Project Total: $ 11,928,373.00 $ 594849300.00 $69444,073.00
*Any line item amount in this Budget may be increased or decreased 10% or less, with the Division's
approval, without an amendment to this Agreement being required, so long as the overall amount of the
funds obligated under this Agreement is not increased.
This is FEMA project number LPDM-PJ-04-FL-2022-001. It is funded under LPDM Grant Program and
must adhere to all program guidelines established for the LPDM Grant Program.
The Period of Performance for this project shall end on September 16, 2026.
Attachment L
Florida Accountability Contract Tracking System(FACTS)
Requirements for Non-profit Organizations Under Section 216.1366, Florida Statutes
Instructions and Worksheet
PURPOSE: Section 215.985, Florida Statutes (F.S.), amended in 2023, requires that each contract
for which a state entity makes a payment pursuant to a contract executed, amended, or extended on
or after July 1, 2023, the Division shall post any documents submitted pursuant to s. 216.1366, F.S.,
which indicates the use of state funds as remuneration under the contract or a specified payment
associated with the contract on the contract tracking system.
CONTRACT DOCUMENTATION REQUIREMENTS
Section 216.1366, F.S., amended in 2023, establishes new documentation requirements for any
contract for services executed, amended, or extended on or after July 1, 2023, with non-profit
organizations as defined in s. 215.97 (2)(m). F.S. The contract must require the contractor to provide
documentation that indicates the amount of state funds:
• Allocated to be used during the full term of the contract for remuneration to any member of
the board of directors or an officer of the contractor.
• Allocated under each payment by the public agency to be used for remuneration of any
member of the board of directors or an officer of the contractor. The documentation must
indicate the amounts and recipients of the remuneration.
Such information must be included in the contract tracking system maintained pursuant to s. 215.985
F.S. and must be posted on the contractor's website if the contractor maintains a website.
• As used in this subsection, the term:
o "Officer" means a Chief Executive Officer(CEO), Chief Financial Officer(CFO), Chief Operating
Officer(COO), or any other position performing an equivalent function.
o "Remuneration" means all compensation earned by or awarded to personnel, whether paid or
accrued, regardless of contingency, including bonuses, accrued paid time off, severance payments,
incentive payments, contributions to a retirement plan, or in-kind payments, reimbursements, or
allowances for moving expenses, vehicles and other transportation, telephone services, medical
services, housing, and meals.
o "State funds" means funds paid from the General Revenue Fund or any state trust fund, funds
allocated by the Federal Government and distributed by the state, or funds appropriated by the state
for distribution through any grant program. The term does not include funds used for the state
Medicaid program.
Note: This "Instructions and Worksheet" is meant to explain the requirements of the Section
216.13667 F.S., amended in 2023, and give clarity to the attached form distributed to recipients and
sub-recipients for completion. All pertinent information below should be filled out, signed, and
returned to the project manager.
NON-PROFIT ORGANIZATION REMUNERATION INFORMATION
1. Is your business or organization a non-profit organization as defined in s. 215.97 (2)(m). F.S.?
Yes ❑ No ❑
If the answer to Question 1 is "Yes," continue to Question 2. If the answer to Question 1 is
"No", move to the signature block below to complete the certification and submittal process.
2. Will state funds be used as remuneration to any member of the board of directors or an officer in
your business or organization?
Yes ❑ No ❑
If the answer to Question 2 is "Yes," provide the information required in the "Total
Compensation Paid to Non-Profit Personnel Using State Funds" form below.A separate form
should be completed for each member of the board of directors or officer being compensated
using state funds. If the answer to Question 2 is "No", move to the signature block below to
complete the certification and submittal process.
Total Compensation Paid to Non-Profit Personnel Using State Funds
Name:
Title:
Agency Agreement/Contract#
Total Contract Amount
Contract Term:
Line Item Budget Category Total Amount Paid Amount Paid from State Funds
Salaries
Fringe Benefits
Bonuses
Accrued Paid Time Off
Severance Payments
Retirement Contributions
In-Kind Payments
Incentive Payments
Reimbursements/Allowances
Moving Expenses
Transportation Costs
Telephone Services
Medical Services Costs
Housing Costs
Meals
CERTIFICATION: I certify that the amounts listed above are true and accurate and in accordance with the
approved budget.
Name:
Signature:
Title:
Date:
Agreement Number: 1130,200,
Project Number-. 11.113DIVII-PJ-04-F IL-2022-001
FE,DERALLY-FUNDED SUBAWARD AND GRANT AGREEMENT
2 C-F,R. §2001 states that,a"subaward may be provided through any form of legal agreemerit,
including an agreement that the pass-through entity considers a contract.
As,defined by 2 C.F. . §200.1," 19 pass-through entity" means"a non-Fe der,al entity that provides a
subawa,rd to a subrecipient to carry out,part of a Federal program.
As defined by 2 C.F.R. §200.1, "'Sub-Recipi nt means "an entity, usually but not limited to,non-,
Federal entities,that receives a subaward from a pass-through entity to carry out part of a Federal
pr gram."
As ined 2 C. .R. § .13 ",Federal award" mleans "Federal financial assistance that a non-
def by F200
Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity.„`„
As defined, by 2 C.F.R. §200.1 T ILI subaward 11 means "an award provided by a piss-through entity to a
Sub-Recipient for the Sub-Reci'pient to carry out part of'a Federal award received by,the pass-through
entity.It
The following information is,provided pursuant to 2 C.F.R, §200.3312-
Sub-Recipient's names Monroe County BOCC
Sub-Reciplient s unique entity identifi r(UEI/FEIN). QKL,SC,T2,LM7'M9 /59-6000749
Fiederal Award Identificatlion Number(FAIN),: EMA-2022-PID-0001
Federal Award Date: May 22,, 2023
Upon execution through Septernber 21
Subaward Period of Performance,Start and End Date: 2025
Amount of Federal Funds Obligated by this Agreemeft" $5$484,300-010,
Tonal Amiount,of Federal Funds, Obligated to the,Sul -Recipient
by the pass-through entity to include this Agreement'- $5,484,300.00
'Total Amount of the Federal Award committed to the Sub-
Recipient by the pass-through entity $51484,300.00
Federal award project,description (see FFATA): Sea Level Rise Pri9ject
Name of'Federal awarding agency- Federal Emergency Maria,9ement,Ag!
N'iam,e of pass-through entity: FIB Division of Eme,rgency Management
Contact information for the pias,s-through entity: Su1s,an.Harris,-CounciI@1M Jfl.M ri I ,com
Catalog of Federal Domestic Assistance (CFDA) Number and 97.047 Legislative Pre-Disaster Mitigation
N a m e". Grant,Program
Whether the award is R&D� N/A
Indirect cost rate,for the Federal'awar N/A
THIS AGREEMENT EEI ENT is entered into by the State of Florida, Division of Emergency Management,
with headquarters in Tallahassee, Florida(hereinafter referred to as the"Division"), and Monroe County
BDCD, (hereinafter referred to as the"Sub-Recipient").
For the purposes of this Agreement, the Division serves as the pass-through entity for a Federal
award, and the Sub-Recipient serves as the recipient of a subaward.
THIS AGREEMENT EEII ENT IS ENTERED INTO BASED ON THE FOLLOWING REPRESENTATIONS:
A. The Sub-Recipient represents that it is fully qualified and eligible to receive these grant funds
to provide the services identified herein;
B. The State of Florida received these grant funds from the Federal government, and the
Division has the authority to sub ra t these funds to the Sub-Recipient upon the terns and conditions
outlined below; and,
C. The Division has statutory authority to disburse the funds under this Agreement.
THEREFORE,RE, the Division and the Sub-Recipient agree to the following:
1 APPLICATION OF STATE LAW TO THIS AGREEMENT
C.F.F R. §200. 02 a provides: "Each state must upend and account for the Federal
award in accordance with state laws and procedures for expending and accounting for the tate's own
funds." Therefore, section 215.971, Florida Statutes, entitled "Agreements funded with federal or state
assistance", applies to this Agreement.
2 LAWS,RULES,LES, EGULATI ,NS AND POLICIES
a. The Sub-Recipient's performance under this Agreement is subject to 2 C.F.R. Part
200, entitled "Uniform Administrative Requirements,, ost Principles, and Audit Requirements for Federal
Awards."
b. As required by section 21 .971(l), Florida Statutes, this Agreement includes:
i. A provision specifying a scope of work that clearly establishes the tasks that
the Sub-Recipient is required to perform.
ii. A provision dividing the agreement into quantifiable units of deliverables that
must be received and accepted in writing by the Division before payment. Each deliverable must b
directly related to the scope of work and specify the required minimum level of service to be performed
and the criteria for evaluating the successful completion of.each deliverable.
iii. A provision specifying the financial consequences that apply if the Sub-
Recipient fails to perform the minimum level of service required by the agreement.
iv. A provision specifying that the Sub-recipient may expend funds only for
allowable costs resulting from obligations incurred during the specified agreement period.
V. A provision specifying that any balance of unobligated funds which has been
advanced or paid must be refunded to the Division.
vi., A provision specifying that any funds paid, in excess of the amount to which
the SubRecipient is entitled under the terms and conditions of the agr ement must be refunded to the
Division.
c,, In addition to the foregoing, the SubRecipient and the Division shall be governed by
all!applicable State and F eral laws, rules and regulations, including those identified in Attachment,B.
Any express reference in this Agreement to a particular statute,, rule,, or regulation in no way implies that
no othier statute, rule, or regulation applies.
(3), CONTACT
a,, In accordance with section 215.9711(2), Florida Statutes, the Division 31 s Grant
Manager shall b,e responsible for enforcing per foam ance of this Agreement's terms and conditions and
shall serve as the,IDivision's liaison with the Sub-Recipient. As part of his/her duties, the Grant Manager
for the Division shall:
i. Monitor and document Sub-Recipient plefformance,1 and,
i L Review and document,all deliverables for which the Sub-Recipient requests
payment.
b. The Division's Grant Manager for this Agreement
Susan Harri's-Council
Project Manager
Bureau of Mitigation
Florida Division of Emergency Management
2,555 Shur nard Oak Boulevard
Tallahassee, FL 3,2399
Telephone: (850), 815-4532
Emil. Susan.Har,r,i -Council@,e, m a-corn
�f I o d�ri
1. 'The name and address of the Representative of the Sub-Recipient,responsible for the
administration of this Agreement is:
Judith Clarke
Director, Monroe,County Engineering Services
1100 Simonton Street
Key West, FL 33O4O
Telephon&, (305) 295-4329
E,mail'. clarke-judith@mlonro,eciounty-fl.gov
3,
i
{
2. In the event that different representatives or addresses are designated by either party after
execution of this Agreement, notice of the name, title and address of the new representative will
be provided to the other party.
( TERMS AND CONDITIONS
This Agreement contains all the terms and conditions agreed upon by the parties.
EXECUTiOI
This Agreement may he executed in any number of counterparts, any one of which may
be taken as an original.
6 MODIFICATION
Either party may request modification of the provisions of this Agreement. Changes
which are agreed upon shall be valid only when in writing, signed by each of the parties: and attached to
the original of this Agreement.
SCOPE OF WORK
The Sub-Recipient shall perform the work in accordance with the Budget and Scope of
Work,Attachment A of this Agreement. `
PERIOD OF AGREEMENT
This Agreement shall begin upon execution by both parties and shall end on September
213 2025, unless terminated earlier in accordance with the provisions of Paragraph 1 of this
Agreement. Consistent with the definition of"period of performance"contained in 2 C.F.R.§200.1, the
terra"period of agreement" refers to the time during which the Sub-Recipient"may incur new obligations
to carry out the work authorized under"this Agreement. In accordance with section 1 . 1 1 d , Florida
Statutes, the Sub-Recipient may expend funds authorized by this Agreement`only for allowable costs
resulting from obligations incurred during"the period of agreement.
FUNDING
a. This is a cost-reimbursement ement Agreement, subject to the availability of funds.
b. The State of Florida's performance and obligation to pay under this Agreement is
contingent upon an annual appropriation by the Legislature, and subject to any modification in
accordance with either chapter 216, Florida Statutes, or the Florida Constitution.
c. The Division will reimburse the Sub-Recipient only for allowable costs incurred by the
Sub-Recipient in the successful completion of each deliverable. The maximum reimbursement amount
for each deliverable is outlined in Attachment A of this Agreement "Budget and Scope of Work"). The
ma im u m r imburser ent arnount for the entirety of this Agreement i s$6,484,300.00.
d. As required by 2 C,F.R. §200. 15(a), any request for payment under this Agreement
must include a certification, signed ley an official who is authorized to legal ind the Sub-Recipient,
4
i
which reads as follows: "By signing this report, i certify to the best of my knowledge and belief that the
report is true, complete, and accurate, and the expenditures, disbursements and cash receipts are for the
purposes and objectives sat forth in the terms and conditions of the Federal award. l am aware that any
false, fictitious, or fraudulent information, or the omission of any material fact, may subject me to criminal,
civil or administrative penalties for fraud, false staternents,false claims or otherwise. U.S. Code Title 131
Section 1001 and Title 31, Sections 72 - 7 30 and 01-3 12 ."
e. The Division will review any request for reimbursement by comparing the
documentation provided by the Sub-Recipient against a performance measure, outlined in Attachment A,
that clearly delineates:
i. The required minimum acceptable level of service to be performed; and,
iL The criteria for evaluating the successful completion of each deliverable.
f. The performance measure required by section 215.971 1 b , Florida Statutes,
remains consistent with the requirement for a"performance goal",which is defined in 2 D.F.R. §200.1 a
Liar target level of performance expressed as a tangible, measurable objective, against which actual
achievement can be compared." It also remains consistent with the requirement, contained in 2 C.F.R.
§200. 29, that the Division and the Sub-Recipient"relate financial data to performance goals and
objectives of the Federal award."
. If authorized by the Federal Awarding Agency, then the Division will reimburse the
Sub-recipient for overtime a cpenses in accordance with 2 C.F.f R. §200.4 30 "Compensation personal
services" and 2 C.F.R. §200. 1 "Compensation fringe benefits"). If the Sub-recipient seeks
reimbursement for overtime a cpenses for periods when-no work is performed due to vacation, holiday,
illness, failure of the employer to provide sufficient work, or other similar cause(See 29 U.S.C.
§20e2 , then the Division will treat the expense as a fringe benefit. 2 D.F.R. §20. 1a defines
fringe benefits a "allowances and services provided by employers to their employees as compensation in
addition to regular salaries and wages." Fringe benefits are aliowable under this Agreement as long a
the benefits are reasonable and are required by law, Sub-Recipient-employee ipient-employe agreement, or an
established policy of the Sub-Recipient. 2 C.F.R. §200.431 b provides that the cost of fringe benefits in
the form of regular compensation paid to ern ployes during periods of akuthoried absences from the job,
such as for annual leave, family-related leave, sick leave, holidays, court leave, military leave,
administrative leave, and other similar benefits, are allowable if all of the following criteria are met:
i. They are provided under established written leave policies;
ii. The coats are equitably allocated to all related activities, including Federal
awards; and,
iii. The accounting basis(cash or accrual) selected for costing each type of
leave is consistently followed by the non-Federal entity or specified grouping of employees.
5
t
h. If authorized by the Federal Awarding Agen r, then the Division wiII reimburse the
Sub-Recipient for travel a penses in accordance with 2 C.F.I R. §200.474. As required by the Reference
Guide for State Expenditures, reimbursement for travel must be in accordance with section 1 1 .061,
Florida Statutes, which includes submission of the claim on the approved state travel voucher. If the Sub-
Re ipient seeks reimburses ent for travel costs that exceed the amounts stated in section 112.061 b ,
Florida Statute $6 for breal fast, $11 for lurch, and$19 for dinner), then the Sub-Recipient must provide
documentation that:
i. The costs are reasonable and do not exceed charges normally allowed by
the Sub-Recipient in its regular operations as a result of the Sub-Recipient's written travel policy; and,
ii, Participation of the individual in the travel is necessary to the Federal award.
i. The Division's grant manager, as required by section 216.071 c , Florida Statutes,
shall reconcile and verify all funds received against all funds expended during the grant agreement period
and produce a final reconciliation report. The final report must identify qny funds paid in excess of the
ecpenditures incurred by the Sub-Reipient.
j, As defined by 2 C.F.R. § 0g.1, the term "improper payment" means or includes:
i. Any payment that should not have been made or that was made in an
incorrect amount(including overpayments and underpayments) under statutory, contractual,
administrative, or other legally applicable requirements; and,
ii. Any payment to an ineligible party, any payment for an ineligible good or
service, any duplicate payment, any payment for a good or service not received(except for such
payments where authorized by laver), any payment that does not account for credit for applicable
discounts, and any payment where insufficient or lack of documentation prevents a reviewer from
discerning whether a payment was proper.
1 RECORDS
a. As required by 2 C.F.R. §200.336, the Federal awarding agency, Inspectors General,
the Comptroller General of the United States, and the Division, or any of their authorized representatives,
shall enjoy the right of access to any documents, papers, or other records of the Sub-Recipient which are
pertinent to the Federal award, ire order to rake audits, exam i nati ns, excerpts, and transcripts. The right
of access also includes timely and reasonable access to the Sub-Recipient's personnel for the purpose of
interview and discussion related to such documents. Finally,the right of access is not limited to the
required retention period but lasts as long as the records are retained.
b. As required by 2C.F.R, §200, 6 ,the Division, the Chief Inspector General of
the State of Florida, the Florida Auditor General, or any of their authorized representatives, shall enjoy the
right of access to any documents, financial statements, papers, or other records of the Sub-Recipient
which are pertinent to this Agreement, in order to make audits, examinations, excerpts, and transcripts.
6
The right of access also includes timely and reasonable access to the Sub-Recipient's personnel for the
purpose of interview and discussion related to such documents,
. As required by Florida Department of Staite's record retention requirements (Chapter
11 g, Florida Statutes) anal by 2 C.F.F . § 0 . , the Sub-Fecipient shall retain sufficient records to show
its compliance with the terms of this Agreement, as well as the compliance of all subcontractors or
consultants paid from funds under this Agreement, for a period of five years from the date of
submission of the final expenditure report. The following are the only exceptions to the five year
requirement,
i. If any litigation, claim, or audit is started before the eiration of the -year~
period, then the records must be retained until all litigation} claims, or audit findings involving the records
have been resolved and final action taken.
ii. When the Division or the Sub-Recipient is notified in writing by the Federal
awarding agency, cognizant agency for audit, oversight agency for audit, cognizant agency for indirect
costs, or pass-through entity to extend the retention period.
iii, records for real property and equipment acquired with Federal funds must
be retained for 5 years after final disposition.
iv. when records are transferred to or maintained by the Federal awarding
agency or pass-through entity: the -year retention requirement is not applicable to the Sub-Recipient.
V. records for program income transactions after the period of performance. In
some uses, recipients must report program income after the period of performance. Where there is such
a requirement, the retention period for the records pertaining to the earning of the program income starts
from the end of the non-Federal entity's fiscal year in which the program income is earned.
vi. Indirect cost rate proposals and cost allocations plans. This paragraph
applies to the following types of documents and their supporting records: indirect cost rate computations
or proposals, cost allocation plans, and any similar accounting computations of the rate at which a
particular group of costs is chargeable uch as computer usage cha rgeback rates or composite fringe
benefit rates).
d. in accordance with 2 D.F.f . § o. , the Federal awarding agency must request
transfer of certain records to its custody from the Division or the Sub-Recipient when it determines that
the records possess long-term retention value.
e. In accordance with 2 C.F.R. §200.336, the Division must always provide or accept
paper versions of Agreement in form aition to and from the Sub-F ecipient upon request. If paper copies
are submitted'then the Division must not require more than an original and two copies. When original
records are electronic and cannot be altered, there is no need to create and retain paper copies. When
original records are paper, electronic versions may be substituted through the use of duplication or other
7
Towns,of electronic media provided that they are subject to periodic quality control reviews, provide
reasonable safeguards against alteration, and remain readable.
f. As required by 2 C.F.R. §200.303, the Sub-Reciplent shall take reasonable measures
to safeguard protected personally'Identifiable information and other information the Federal awarding
agency or the Division designates as sensitive or the Sub-Recipient considers sensitive consistent with
applicable Federal, state, local, and tribal laws regarding privacy and obligations of confidentiality.
g. Florida's Government in the Sunshine Law(Section 286.011, Florida Statutes)
provides the citizens of Florida with a right of access to governmental proceedings and mandates three,
basic requirements: (1) meetings of public boards or commissions must be open to the public; (2)
reasonable notice of such meetings must be given; and, (3)minutes of the meetings must be taken and
promptly recorded. The mere receipt of public funds by a private entity, standing alone, is insufficient to
bring that entity within the ambit of the open government requirements. However,the Government in the
Sunshine Law applies to private entities that provide services to governmental agencies and that act on
behalf of those agencies in the agencies' performance of their public duties. If a public agency delegates
the performance of its public purpose to a private entity,then,to the extent that private entity Is
performing that public purpose, the Government in the Sunshine Law applies. For example, if a volunteer
fire department provides firefighting services to a governmental entity and uses facilities and equipment
purchased with public funds, then the Government in the Sunshine Law applies to board of directors for
that volunteer fire department. Thus, to the extent that the Government in the Sunshine Law applies to
the Sub-Recipient based upon the funds provided under this Agreement, the meetings of the Snub
recipient's governing board or the meetings of any subcommittee making recommendations to the
governing board may be subject to open government requirements. These meetings shall be publicly
noticed, open to the public, and the minutes of all the meetings shall be public records, available to the
public in accordance with chapter 119, Florida Statutes.
h. Florida's Public Records Law provides a right of access to the records of the state
and local governments as well as to private entities acting on their behalf. Unless specifically exempted
from disclosure by the Legislature, all materials made or received by a governmental agency or a private
entity acting on behalf of such an agency) in conjunction with official business which are used to
perpetuate, communicate, or formalize knowledge qualify as public records subject to public inspection.
The mere receipt of public funds by a private entity, standing alone, is insufficient to bring that entity
within the ambit of the public record requirements. However,when a public entity delegates a public
function to as private entity,the records generated by the private entity's performance of that duty become
public records. Thus, the nature and scope of the services provided by a private entity determine whether
that entity is acting on behalf of a public agency and is therefore subject to the requirements of Florida's
Public Records Law.
i. The Sub-Recipient shall maintain all records for the Sub-Recipient and for all
subcontractors or consultants to be paid from funds provided under this Agreement, including
documentation of all program costs, in a form sufficient to determine compliance with the requirements
and objectives of the Budget and Scope of Work-Attachment A-and all other applicable laws and
regulations.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT: (860) 815-7671 Records@em.myflorida.com, or 2555
Shumard Oak Boulevard, Tallahassee, Fl. 32399,
(11)AUDITS
a. The Sub-Recipient shall comply with the audit requirements contained in 2 C.F.R.
Part 200, Subpart F.
b. In accounting for the receipt and expenditure of funds under this Agreement, the
Sub-Recipient shall follow Generally Accepted Accounting principles("GAAP"). As defined by 2 C.F.R.
§200.1, GAAP "has the meaning specified in accounting standards issued by the Government AccountEng
Standards Board (GASB) and the Financial Accounting Standards Board(FASB)."
c. When conducting an audit of the Sub-Recipient's performance under this Agreement,
the Division shall use Generally Accepted Government Auditing Standards ("GALAS"). As defined by 2
C.F.R. §200.1, GALAS, "also known as the Yellow Book, means generally accepted government auditing
standards issued by the Comptroller General of the United States,which are applicable to financial
audits."
d. If an audit shows that all or any portion of the funds disbursed were not spent in
accordance with the conditions of this Agreement,the Sub-Recipient shall be held liable for
reimbursement to the Division of all funds not spent in accordance with these applicable regulations and
Agreement provisions with in thirty (30)days after the Division has notified the Sub-Recipient of such non-
compliance.
e. The Sub-Recipient shall have all audits completed by an independent auditor,which
is defined in section 215.97(2)(i), Florida Statutes, as"an independent certified public accountant licensed
under chapter 473." The independent auditor shall state that the audit complied with the applicable
provisions noted above. The audit must be received by the Division no later than nine months from the
end of the Sub-Recipient's fiscal year.
f. The Sub-Recipient shall send copies of reporting packages for audits conducted in
accordance with 2 C.F.R. Part 200, by or on behalf of the Sub-Recipient,to the Division at the following
address:
9
DEMSIngle Aud1t@em.myfIor1da.com
OR
Office,of the Inspector General
2655 Shumard Oak Boulevard
Tallahassee, Florida 32399-2100
g. The Sub-Recipient shall send the Single Audit reporting package and Form SF-SAC
to the Federal Audit Clearinghouse by submission online at.*
http://harvester.census.gov/fac/collec"`t/dde'l'ndex.htmi
h. The Sub-Recipient shall send any management letter issued by the auditor to the
Division at the following address.*
DEMS'I'ngle..Audit@em.myflorida.com
OR
Office of the Inspector General
2555 Shumard Oak Boulevard
Tallahassee, Florida 32399-2100
(12) REPORTS
a. Consistent with 2 C.F.R. §200.328, the Sub-Recipient shall provide the Division with
quarterly reports and a close-out report. These reports shall include the current status and progress by
the Sub-Recipient and all subcontractors in completing the work described in the Scope of Work and the
expenditure of funds under this Agreement, in addition to any other information requested by the Division.
b. Quarterly reports are due to the Division no later than fifteen(15)days after the end
of each quarter of the program year and shall be sent each quarter until submission of the administrative
close-out report. The ending dates for each quarter of the program year are March 31,June 30,
September 30, and December 31.
c. The close-out report 'is due sixty(60)days after termination of this Agreement or sixty
(60) days after completion of the activities contained in this Agreement,whichever first occurs.
d. If all required reports and copies are not sent to the Division or are not completed in a
manner acceptable to the Division, then the Division may withhold further payments until they are
completed or may take other action as stated In Paragraph(16)REMEDIES. "Ac ceptable to the
Division"means that the work product was completed in accordance with the Budget and Scope of Work,
e. The Sub-Recipient shall provide additional program updates or'Information that may
be required by the Division.
f. The Sub-Recipient shall provide additional reports and information identified in
Attachment F.
(13) MONITORING
10
i
a. The Bub-Fecipient shall monitor its performance under this Agreement, as well as
that of its subcontractors and/or consultants who are paid from funds provided under this Agreement,to
ensure that time schedules are being met, the Schedule of Deliverables and Scope of Work are being
accomplished within the specified time periods, and other performance goals are being achieved. A
review s harli be done for each function or activity in Attachment A to this Agreement and reported in the
quarterly report.
b. In addition to reviews of audits, monitoring procedures may include, but not be limited
to, on-site visits by Division staff, limited scope audits, and1or other procedures. The Sub-Recipient
agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the
Division. In the event that the Division determines that a limited scope audit of the Sub-Recipient is
appropriate, the Bub-Fcipient agrees to comply with any additional instructions provided by the Division
to the Sub-Recipient ipient regarding such audit. The Sub-Recipient further agrees to comply and cooperate
with any inspections, reviews, investigations or audits deemed necessary by the Florida chief Financial
Officer or Auditor General. In addition, the Division will monitor the performance and financial
management by the Sub-Recipient throughout the contract term to ensure timely completion of all tasks.
1 LIABILiTY
a. Unless Bub-recipient is a State agency or subdivision, as defined in section
766. 6 # Florida Statutes, the Sub-Recipient is solely responsible to parties it deals with in carrying out
the terms of this Agreement and, as authorized by section 766.26 1 , Florida Statutes, Sub-Recipient
shall hold the Division harmless against all claims of whatever nature by third parties arising from the
wo rk performance under this Agreement. For purposes of this Agreement, Sub-F ecipient agrees that-it i
not an employee or agent of the Division, but is an independent contractor.
b. As required by section 76 .2 19 , Florida Statutes, any Bub-recipient which is
state agency or subdivision, as defined in section 76 .2 2 , Floridan Statutes, agrees to be fury
responsible for its negligent or tortious acts or omissions which result in claims or suits against the
Division, and agrees to be liable for any damages proximately caused by the acts or omissions to the
extent set forth in section 76 ,26, Florida Statutes. Nothing herein is intended to serve as a waiver of
sovereign immunity by any Bub-Recipient to which sovereign immunity applies. Nothing herein shall be
construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in
any matter arising out of any contract.
16 DEFAULT
If any of the following events occur "Events of Default" , all obligations on the part,of the
Division to male further payment of funds shall terminate and the Division has the option to exercise any
of its remedies set forth in Paragraph 16 ; however, the Division may make payments or partial payments
after any Events of Default without waiving the right to a ercise such remedies, and without becoming
liable to make any further payment if:
a. Any warranty or representation made by the Sub-Recipient in this Agreement or any
previous agreement with the Division is or becomes false or misleading in any respect, or if the Sub-
Recipient fails to beep or perform any of the obligations, terms or covenants in this Agreement or any
previous agreement with the Division and has not cured them in timely fashion, or is unable or unwilling to
meet its obligations under this Agreement;
b. Marterial adverse changes occur in the financial condition of the Sub-Recipient at any
time during the terra of this Agreement, and the Sub-Recipient fails to cure this adverse change within
thirty 3 days from the date written notice is sent by the Division;
c. Any reports required by this Agreement have not been submitted to the Division or
have been submitted with incorrect, incomplete or insufficient information; or,
d. The Sub-Fecipient has failed to perform and complete on time any of its obligations
under this Agreement.
(1 REMEDIES
If an Event of Default occurs, then the Division shall, after thirty 3 calendar days
written notice to the Sub-Recipient and upon the Sub-Recipient's failure to cure within those thirty 30
days, exercise any one or more of the following remedies, either concurrently or consecutively:
. Term in ate this Agreement, provided that the Sub-Recipient is given at least thirty 3
days prior written notice of the termination. The notice shall be effective when placed in the Ignited
States, first class mail, postage prepaid, by registered or certified mail-return receipt requested, to the
address in paragraph 3 herein;
b. Begin an appropriate legal or equitable action to enforce performance of this
Agreement;
c, With ho Id or suspend payment of all or any part of a request for payment;
. F equire that the Bub-F ecipient refund to the Division any monies used for ineligible
purposes under the laws, rules and regulations governing the use of these funds.
e. Exercise any corrective or remedial actions, to include but not be limited to:
i. Request additional information from the Sub-Recipient to determine the
reasons for or the extent of non-compliance or lack of performance,
H. Issue a written warning to advise than more serious measures may be taken
if the situation is not corrected,
iii. Advise the Sub-Recipient to suspend, discontinue or refrain from incurring
costs for any activities in question or
iv. F eguire the Sub-Recipient to reimburse the Division for the amount of costs
incurred for any items determined to be ineligible;
f. Exercise any other rights or remedies which may be available under law.
12
I
I
f
i
i
Pursuing any of the above remedies will not stop the Division from pursuing any other
remedies in this Agreement or provided at law or In equity. If the Division waives any right or remedy in
this Agreement or fails to insist on strict performance by the Sub-Recipient, it gill not affect, extend or
waive any other right or remedy of the Division, or affect the later exercise of the same right or remedy by
the Division for any other default by the Sub-Recipient.
17 TERMINATION
a. The Division may terminate this Agreement for cause after thirty days written
notice. Cause can include misuse of funds, fraud, lack of compliance with applicable rules, laws and
regulations, farilure to perform on time, and refusal by the Sub-Recipient ipient to permit public access to any
document: paper, Ietter, or other material subject to disclosure under chapter 1 19, Florida Statutes, as
amended.
b. The Division may terminate this Agreement for convenience or when it determines, in
its sole discretion that continuing the Agreement would not produce beneficial results in Iine with the
further expend itu re of funds, by providing the Sub-1 eolplent with thirty 30 calendar days prior written
notice.
o. The parties may agree to terminate this Agreement for their mutual convenience
through a written amendment of this Agreement. The amendment will state the effective date of the
termination and the procedures for proper closeout of the Agreement.
d. In the event that this Agreement is terminated, the S u b-Rec ipient will not incur new
obligations for the terminated portion of the Agreement after the Sub-Recipient has received the
notification of termination. The Sub-Recipient ipient will cancel as many outstanding obligations as possible.
Costs incurred after receipt of the termination notice will be disallowed. The Sub-recipient shall not b
relieved of liability to the Division because of any breach of Agreement by the Sub-Recipient.ipient. The
Division may, to the extent authorized by law,withhold payments to the Sub-Recipient for the purpose of
setoff until the exact amount of damages due the Division from the Sub-Recipient ipient is determined.
1 PROCUREMENT
a. The Sub-Recipient smell ensure that any procurement involving funds authorized b
the Agreement complies with all applicable federal and state lags and regulations, to include 2 C.F.F .
§§200.318 through 200.327 as well as Appendix II to 2 C.F.I , Fart Zoo (entitled"Contract Provisions for
Non-Federal Entity Contracts Under Federal Award ').
b. As required by 2 C.F.R. § 00.31 i , the Sub-Recipient ipient shall "maintain records
uffloient to detail the history of procurement. These records wiII include, but are not necessarily Iirnit d
to the following; rationale for the method of procurement, selection of contract type, contractor selection
or rejection, and the basis for the contract price."
13
-Recipient shall"maintain overs' ht to As, required by CF. .R. §200.318(b),the Sub 1 19
ensure that contractors perform in accordance with the terms, conditions, and specifications of their
contracts or purchase orders." In order to demonstrate compliance with this requirement, the in Sub-
ecipient shall document its quarterly report to the Division,the progress of any and all subcontractors
R
performing work under thi's Agreement.
d. The Sub-Recipient agrees to include in the subcontract that(i)the subcontractor is
bound by the terms of this Agreement, (11)the subcontractor is bound by all applicable state and federal
laws and regulations, and (iii)the subcontractor shall hold the Division and Sub-Recipient harmless
against all claims of whatever nature arising out of the subcontractor's performance of work under this
Agreement, to the extent allowed and required by law.
e. As required by 2 C,F.R. §200.318(c)(1),the Sub-Recipient shall"maintain written
standards of conduct covering conflicts of interest and governing the actions of its employees engaged in
the selection, award and administration of contracts."
f. As required by 2 C.F.R. §200.319(a), the Sub-Reciplent shall conduct any
procurement under this agreement"in a manner providing full and open competition." Accordingly, the
Sub-Recipient shall not:
1. Place unreasonable requirements on firms in order for them to qualify to do
business;
i L Require unnecessary experience or excessive bonding;
IIL Use noncompetitive pricing practices between firms or between affiliated
companies;
iv. Execute noncompetitive contracts to consultants that are on retainer
contracts;
V. Authorize, condone, or ignore organizational conflicts of interest,
V1. Specify only a brand name product without allowing vendors to offer an
equivalent,
vii. Specify a brand name product'Instead of describing the performance,
,specifications, or other relevant requirements that pertain to the commodity or service solicited by the
procurement;
viii. Engage in any arbitrary action during the procurement process,or,
ix. Allow a vendor to bid on a contract'if that bidder was involved with
developing or drafting the specifications, requirements, statement of work, invitation to bid, or request for
proposals.
g. " Except in those cases where applicable Federal statutes expressly mandate or
encourage"otherwise, the Sub-Recipient, as required by 2 C.F.R. §200.319(c), shall not use a
geographic preference when procuring commodities or services under this Agreement.
14
h. The Sub-Recipient,shall conduct any procurement involving invitations to bid i.e.
sealed bids) in accordance with 2 C.F.R.. §200.320(d) as well as section 287.057(l)(a), Florida Statutes.
L The Sub-Recipient shall conduct any procurement involving requests for proposals
(Le. competitive proposals) in accordance with, 2 C.F,R. §2,00.320(2) as well as section 287.057'(1)(b),
Florida, Statutes.
j. For each subcontract,,, the Sub-Recipient shall provide a written statement to the
Division as to whether that subcontractor is a minority business enterprise, as defined in section 288,303,
Florida Statutes. Additionally, the Sub-Recipient shall comply with the requirements of 2.C.F.R,. §200,321,
("Contracting with small and minority businesses, women 11 s business,enterprises, and labor surplus area
firms 11).
k. If the Sub-Recipient chooses to subcontract,any of the work required under this
Agreement,then the Sub-Recipient shall review its,competitive solicitation and subsequent contract to be,
awarded for compliance with the procurement standards in 2 C.F.R. §§200.3,18,through 200327 and
required contract provisions in Appendix 11 to 2 C.F.R. Part 200. If the Sub-Recipient publishes,a,
competitive solicitation or executes a contract that is not in compliance with the Federal procurement,
standards in 2 C.F.,R. §§200318 through 200.327 or the requirements of', ppendix 11 to 2 C.F.R. Part,
2010, then the Sub-Recipient is on notice,that the Division rnayw
i. Terminate this Agreement,in accordance,with the provisions outlined in
paragraph (17) above; or,
0. Refuse to reimburse the Sub-Recipient,for any costs associated with that
solicitation.
1. FEMIA has,developed helpful resources for subgrant recipients related to compliance
with the Federal procurement standards in 2 C.F.R. §1§200.318 through 200.327 and requiredGontract
provisions in Appendix 11 to 2 C.F.R. Part 200. These iresources are general;ly available at
h
(19) TACl` M E NTS
a. All attachments to this Agreement,are incorporated as if set out fully.
b. In the event of any inconsistencies or conflict between the language of this
Agreement and the attachments, the language,of the attachments shall control, but only to the extent of
the conflict or inconsistency,.
c., This Agreement has,the following attachments:
i. Exhibit 1 -F'undinng Sources
ii. Attachment A—Budget and Scope of'Work
i i i. Attachment B—Program Statutes and Regulations
iv. Attachment C—Statement of Assurances
15
i
i
V. Attachment D—Request for Advance or Reimbursement
vi. Attachment E—Justification of Advance Payment
vii. Attachment F—Quarterly Report Form
viii, Attachment G—Warranties and Representations
ix. Attachment H—Certification Regarding Debarment
x. Attachment I—Federal Funding Accountability and Transparency Act
Xi. Attachment J—Mandatory Contract Provisions
Xi i. Attachment K—Certification Regarding Lobbying
20 PAYMENTS
a. Any advance payment under this Agreement is subject to 2 C.F.R. §200.305 and, as
applicable, section 21 .1 1 1 , Florida Statutes. All advances are required to be held in an interest-
bearing account. If an advance payment is requested, the budget data on which the request is based and
justification statement shall be included in this Agreement as Attachment E. Attachment E will specify
the amount of advance payment needed and provide an explanation of the necessity for and proposed
use of these funds. No advance shall be accepted for processing if a reimbursement has been paid prier
to the submittal of a request for advanced payment. After the initial advance, if any, payment shall be
made on a reimbursement basis as needed.
b. Invoices shall be submitted at least quarterly and shall include the supporting
do umentartion for all costs of the project or services. The final invoice shall be submitted within sixt y
days after the expiration date of the agreement. An explanation of any circumstances prohibiting the
submittal of quarterly invoices shall be submitted to the Division grant manager as part of the Sub-
Recipient's quarterly reporting as referenced in Paragraph 12 of this Agreement.
c. It the necessary funds are not available to fund this Agreement as a result of action
by the United States Congress, the federal Office of Management and Budgeting, the State Chief
Financial Officer or under subparagraph b. of this Agreement, all obligations on the part of the Division
to make any further payment of funds shall terminate, and the Sub-Recipient shall submit its closeout
report within thirty o days of receiving notice from the Division.
(21) REPAYMENTS
T
a. All refunds or repayments due to the Division under this Agreement are to be made
payable to the order of"Division of Emergency Management", and mailed directly to the following
add re :
Division of Emergency Management
Cashier
2565 Bhumard Oak Boulevard
Tallahassee FL 2 99-21 o
1
b In accordance with section 215.34(2), Florida Statutes, if a check or other draft is
returned to the Division for collection, Sub-Recipient shall pay the Division a service fee of$15,00 or 5%
of the face amount of the returned check or draft,whichever is greater,
(22) MANDATED QONDITIONS
a. The validity of this Agreement'is subject to the truth and accuracy of all the
information, representations, and materials submitted or provided by the Sub-Recipient in this Agreement,
in any later submission or response to a Division request, or in any submission or response to fulfill the
requirements of this Agreement. All of said 'Information, representations, and materials are 'incorporated
by reference. The inaccuracy of the submissions or any material changes shall, at the option of the
Division and with thirty(30)days written notice to the Sub-Recip'lent, cause the termination of this
Agreement and the release of the Division from all its obligations to the Sub-Recipient.
b. This Agreement shall be construed under the laws of the State of Florida, and venue
for any actions arising out of this Agreement shall be in the Circuit Court of Leon County. If any provision
of this Agreement is in conflict with any applicable statute or rule, or is unenforceable,than the provision
shall be null and void to the extent of the conflict, and shall be severable, but shall not invalidate any other
provision of this Agreement.
c. Any power of approval or disapproval granted to the Division under the terms of this
Agreement shall survive the term of this Agreement.
d. The Sub-Reclpl'ent agrees to comply with the Americans With Disabilities Act(Public
Law 101-336, 42 U.S.C. Section 12101 et secat. ,which prohibits discrimination by public and private
entities on the basis of disability in employment, public accommodations, transportation, State and local
government services,and telecommunications,
e. Those who have been placed on the convicted vendor list following a conviction for a
public entity crime or on the discrim,inatory vendor list 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 for the
construction or repair of a public building or public work, may not submit bids on leases of real property to
a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with a public entity, and may not transact business with any public entity in
excess of$25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list
or on the discriminatory vendor list.
f, Any Sub-Recipient which is not a local government or state agency, and which
receives funds under this Agreement from the federal government,certifies,to the best of its knowledge
and belief, that it and its principals or affiliates,
i. Are not presently debarred, suspended, proposed for debarment, declared
ineligible, voluntarily excluded or disqualified from covered transactions by a federal department or
agency,
17
ii. Have not,within a five-year period preceding this proposal been convicted of
or had a civil Judgment rendered against them for fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public(federal, state or local)transaction or contract under public
transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft,forgery,
bribery, falsification or destruction of records, making false statements, or receiving stolen property;
Ili. Are not presently'Indicted or otherwise criminally or civilly charged by a
governmental entity(federal, state or local)with commission of any offenses enumerated in paragraph
(22)f, ii.of this certification;and,
IV. Have not within a five-year period preceding this Agreement had one or more
public transactions(federal,state or local)terminated for cause or default.
g. In addition,the Sub-Recipient shall send to the Division by email or by
facsimile transmission)the completed"Certification Regarding Debarment,Suspension,
Ineligibility And Voluntary Exclusion" (Attachment H)for each intended subcontractor which Sub
-
Recipient plans to fund under this Agreement. The form must be recelved by the Division before
the Sub-Recipient enters Into a contract with any subcontractor,
h. The Division reserves the right to unilaterally cancel this Agreement if the Sub-
Recipient refuses to allow public access to all documents, papers, letters or other material subject to the
provisions of chapter 119, Florida Statutes,which the Sub-Recipient created or received under this
Agreement.
i L -Recipient is allowed to temporarily this
invest any advances of funds under If the Sub I Is
Agreement, any interest income shall either be returned to the Division or be applied against the
Division's obligation to pay the contract amount.
The State of Florida will not intentionally award publicly-funded contracts to any
contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment
provisions contained in 8 U.S.C.Section 1324a(e) [Section 274A(e)of the Immigration and Nationality Act
("INK)], The Division shall consider the employment by any contractor of unauthorized aliens a violation
of Section 274A(e)of the INA. Such violation by the Sub-Recipient of the employment provisions
contained in Section 274A(e)of the INA shall be grounds for unilateral cancellation of this Agreement by
the Division.
k. Section 287,05805, Florida Statutes, requires that any state funds provided for the
purchase of or improvements to real property are contingent upon the contractor or political subdivision
granting to the state a security interest in the property at least to the amount of state funds provided for at
least 5 years from the date of purchase or the completion of the'improvements or as further required by
law.
1, The Division may, at its option,terminate the Contract if the Contractor is found to
have submitted a false certification as provided under section 287.135(5), Florida Statutes, or been
18
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, or to have been placed on the Scrutinized companies that Boycott Israel List or is engaged in a
boycott of Israel.
(23) LOBBYING PROHIBITION
a, 2 C.F.R.§200.450 prohibits reimbursement for costs associated with certain lobbying
activities.
b. Section 216.347, Florida Statutes, prohibits"any disbursement of grants and aids
appropriations pursuant to a contract or grant to any person or organization unless the terms of the grant
or contract prohibit the expenditure of funds for the purpose of lobbying the Legislature, the Judicial
branch, or a state agency."
c. No funds or other resources received from the Division under this Agreement may be
used directly or indirectly to influence legislation or any other official action by the Florida Legislature or
any state agency.
d. The Sub-Recipient certifies, by its signature to this Agreement,that to the best of his
or her knowledge and belief:
1. No Federal appropriated funds have been paid or will be paid, by or on
behalf of the Sub-Recipient,to any person for influencing or attempting to influence an officer or
employee of any agency,a Member of Congress,an officer or employee of Congress, or an employee of
a Member of Congress in connection with the awarding of any Federal contract, the making of any
Federal grant, the making of any Federal loan,the entering into of any cooperative agreement, and the
extension, continuation, renewal,amendment or modification of any Federal contract, grant, loan or
cooperative agreement.
11 If any funds other than Federal appropriated funds have been paid or w I be
paid to any person for influencing or attempting to influence,an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract,grant, loan or cooperative agreement, the Sub Recipient shall
complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities."
iii. The Sub-Recipient shall require that this certification be'Included in the
award documents for all subawards (including subcontracts, subgran:ts,and contracts under grants,
loans, and cooperative agreements)and that all Sub-Recipients shall certify and disclose.
iv. This certification is a material representation of fact upon which reliance was
placed when this transaction was made or entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by Section 1352, Title 310 U.S. Code. Any person
who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not
more than$100,000 for each such failure,
19
COPYRIGHT, PATENT AND TRADEMARK
EXCEPT AS PROVIDED BELOW,ANY AND ALL PATENT BIGHTS ACCRUING
UNDER OR IN CONNECTION WITH THE PERFORMANCE of THIS AGREEMENT ARE HEREBY
RESERVED EF VED To THE STATE of FLORIDA; AND,ANY AND ALL COPYRIGHTS HTS ACCRUING UNDER
OF IN CONNECTION WITH THE PERFORMANCE ANCE of THIS AGREEMENT ARE HEREBY
TRANSFERRED BY THE SUB-RECIPIENT To THE STATE of FLORIDA.
. If the Sub-Recipient ipient has a pre-existing patent or copyright, the Sub-Recipient shall
retain all rights and entitlements to that pre-existing patent or copyright unless the Agreement provides
otherwise.
. If any discovery or invention is developed in the course of or as a result of work or
services performed under this Agreement, or in any way connected with it, the Sub-Recipient small refer
the discovery or invention to the Division for a determination whether the State of Florida will seek patent
protection in its name. Any patent rights accruing under or in connection with the performance of this
Agreement are reserved to the State of Florida. If any books, manuals, films, or other copyrightable
material are produced, the Sub-Recipient shall notify the Division, Any copyrights accruing under or in
connection with the performance under this Agreement are transferred by the Sub-Recipient to the State
of Florida.
c. Within thirty o days of exec ution of this Agreement,the Sub--F ecipient shall
disclose all intellectual properties relating to the performance of this Agreement which he or she knows or
should I now could give rise to a patent or copyright. The Sub-F ecipient shell retain alI rights and
entitlements to any pre-existing intellectual property which is disclosed. Failure to disclose will indicate
that no such property exists. The Division shall then, under Paragraph b., have the right to all
patents and copyrights which accrue during performance of the Agreement.
d. If the Sub-Recipient qualifies as a state university under Florida law, them, pursuant
to section 1004.23, Florida Statutes, any invention conceived exclusively by the employees of the ub-
Recipient shall become the sole property of the Sub-Recipient. In the case of joint inventions, that i
inventions made jointly by one or more employees of both parties hereto, each party shall have an equal,
undivided interest in and to such joint inventions. The Division shall retain a perpetual, Irrevocable, fully-
paid, nonexclusive license, for its use and the use of its contractors of any resulting patented, copyrighted
or trail emark d work products, developed solely by the Sub- ecipient, under this Agreement, for Florida
government purposes.
LEGAL AUTHORIZATION
The Sub-Recipient certifies that it has the legal authority to receive the funds under this
Agreement and that its governing body has authorized the execution and acceptance of this Agreement.
The Sub-Recipient also certifies that the undersigned person has the authority to legally execute and bird
Sub--Feipient to the terms of this Agreement.
20
6 EQUAL OPPORTUNITY EMPLOYMENT
a. In accordance with 41C.F.R. § o-1,4 b , the Sub-Recipient hereby agrees that it will
incorporate or cause to be incorporated into any contract for construction work, or modification thereof, a
defined in the regulations of the Secretary of Labor at 41 C.F.F R. Chapter 60, which i s paid for in whole or
in part with funds obtained from the Federal Government or borrowed on the credit of the Federal
Government pursuant to a grant, contract, loan insurance, or guarantee, or undertaken pursuant to any
Federal program, in olving such grant, contract, loan, insurance, or guarantee, the following equal
opportunity clause:
During the performance of this contract,the contractor agrees as follows:
i. The contractor will not discriminate against any employee or
applicant for employment because of race, color, religion, sec, sexual
orientation, gender identity, or national origin. The contractor will tale
affirmative action to ensure that applicants are employed, and that
employees are treated during employment without regard to them-race,
color, religion, sec, 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.
ii. The contractor will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all
qualified applicants will receive considerations for employment without
regard to race, color, religion, sec, sexual orientation, gender identity, or
national origin.
iii. 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 ire response to a formal complaint
or charge, in furtherance of an investigation, proceeding, hearing, or
action, including an investigation conducted by the employer, or i
consistent with the contractor's legal duty to furnish information.
iv. 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 commitment under
21
this section, and shall post copies of the notice in conspicuous places
available to employees and applicants for employment.
V. The contractor will comply with all provisions of Executive order
11246 of September 2 , 195, and of the rules, regulations, and relevant
orders of the Secretary of Labor.
vi. The contractor will furnish all information and reports required b
Executive Order 11246 of September 242 1965, and by ru les,
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.
vii. 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 1 126 of September 2 , 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.
viii, The contractor will include the portion of the sentence
immediately preceding paragraph `I and the provisions of paragraphs
1 through 6 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, 196 , so that
such provisions will be binding upon each subcontractor or vendor. The
contractor will take such action with 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 into such litigation to protect the interests of
the United States.
b. The Sub-Recipient further agrees that it wiII be bound by the above equal opportunit y
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 Sub-Recipient 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
22
i
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 Sub-Recipient further agrees that it will refrain from entering into any contract or
contract!modification subject to Executive Order 11246 of Septemb r 24, 196 ,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 Park iI, Subpart D of the Executive order. In
addition,the Sub-Recipient agrees that if it falls 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 Sub-recipient under the program with respect to which the failure or refund occurred until satisfactory
assurance of future compliance has been received from such Sub-recipient; and refer the case to the
Department of Justice for appropriate legal proceedings.
OPELAND ANTI-KICKBACK ACT
The Sub-recipient hereby agrees that, unless exempt under Federal law, it will
incorporate or cause to be incorporated into any contract for construction work, or modification thereof,
the following clause:
i. Contractor. The contractor shall comply with 18 J.S.C. § 874,
40 U&C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be _
applicable, which are incorporated by reference into this contract.
ii. Subcontracts. The contractor or subcontractor shall insert in any
subcontracts the clause above and such other clauses as the FEND may
by appropriate instructions require, and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts.
The prime contractor shall be responsible for the compliance by any
subcontractor or lower tier subcontractor with all of these contract
clauses.
iii, Breach. A breach of the contract clauses above may be grounds
for termination of the contract, and for debarment as a contractor and
subcontractor as provided in 29C.F.R. §5.12.
28 CONTRACT WORK HOURS AND SAFETY STANDARDS
If the Sub-Recipient, with the funds authorized by this Agreement, eaters into a contract
that exceeds$100,090 and involves the employment of mechanics or laborers, then any such contract
must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department
f Labor regulations 29 C,F.R. Part . Under 40 U.S.C. 3702 of the Act, each contractor mu st be
required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40
23
i
i
hours. Work in excess of the standard work week is permissible provided that the worker is compensated
at a rate of net less than one and a half times the basic rate of pay for all hears worked in excess of 40
hours in the work week. The requirements of 40 U.S.C, 3704 are applicable to construction work and
provide that no laborer or mechanic must be required to wo rk in surroundings or under working conditions
which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of
supplies or materials or articles ordinarily available on the open market, or contracts for transportation.
g CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROL ACT
If the Sub-Recipient, with the funds authorized by this Agreement, enters into a contract
that exceeds$150,000, then any such contract must include the following provision:
Contractor agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Clean Air Act 2 U.S.C. 7401-7671q
and the Federal water Pollution Control Act as amended U.S.C.
12 1-1 , and will report violations to FEMA and the Regional Office of
the Environmental Protection Agency (EPA).
SUSPENSION AND DEBARMENT
If the Sub-Recipient, with the funds authorized by this Agreement, enters into a contract,
then any such contract must include the following provisions:
i. This contract is a covered transaction for purposes of 2 C.F.F .
pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required t
verify that none of the contractor, its principals(defined at 2 C.F.F .
18 0.9 , or its affiliates (defined at 2 C.F.R. § 180. o are excluded
(defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. �
10. .
ii. The contractor must corn ply with 2 C.F.P. pt. 1 0, subpart D and
2 C.F.R. pt. 3000, subpart C and must include a requirement to comply
with these regulations in any lower tier covered transaction it enters into.
iii. This certification is a material representation of fact relied upon
by the Division. If it is later determined that the contractor did not comply
with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in
addition to remedies available to the Division, the Federal Government
may pursue available remedies, including but not limited to suspension
and/or debarment.
iv. The bidder or proposer agrees to comply with the requirements
of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 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
provision requiring such compliance in its lower tier covered transactions.
1 BY D ANTI-LOBBYING AMENDMENT
ENT
If the Sub-Recipient, with the funds authorized by this Agreement, eaters into a contract,
then any such contract must include the following clause:
Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended).
Contractors who apply or bid for an award of 10100 or more shall file
2
i
I
I
i
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. ;
If this s u bg ra nt agreement amouxnt i 100,0 0 or more, the Sub-Recipient, and
subcontractors as applicable, shall sign Attachment K—certification Regarding Lobbying.
2 CONTRACTING WITH SHALL AND MINORITY BUSINESSES,WO EN'S BUSINESS
ENTERPRISES, AND LABOR SURPLUS AREA FIRMS
a. If the Sub-Recipient, with the funds authorized by this Agreement, seeks to procure
goods or services, then, in accordance with 2 C.F.R. §2 0. 21, the Sub-Recipient shall take the following
affirmative steps to assure that minority businesses, women°s business enterprises, and labor surplus
area firms are used whenever possible:
i. Placing qualified small and minority businesses and ,omen's business
enterprises on solicitation lists;
ii. Assuring that small and minority businesses, and women's business
enterprises are solicited whenever they are potential sources;
iii. Dividing total requirements,when econom teal l ._f arsible, into smaller tasks or
quantities to permit maximum participation by small and minority businesses, and women's business
enterprises;
iv. Establishing delivery schedules,where the requirement permits, which
encourage participation by small and minority businesses, and women's business enterprises;
V. Using the services and assistance, as alpropriate, of such organizations a
the Small Business Administration and the Min rity Business Development Agency of the Department of
Commerce; and
Sri. Requiring the prime contractor, if subcontracts are to be let, to take the
affirmative steps listed in paragraphs i. through v. of this subparagraph.
b. The requirement outlined in subparagraph a. above, sometimes referred to as
"' ocioeconornic contracting," does not impose an obligation to set aside either the solicitation or award of
a contract to these types of firms. Rather, the requirement only imposes an obligation to carry out and
document the sic affirmative steps identified above.
2
o. The`"socioeconomic contracting'} requirement outlines the affirmative steps that the
Sub-F a ipient must take; the r q u i reme nts do not preclude the Su b-Rec ipient from undertaking additional
steps to involve smell and minority businesses and women's business enterprises.
d. The requirement to divide total requirements, when a o n o m ical ly feasible, into
smaller t s ks or quantities to permit maxim u m participation by small and rn i nority businesses and
woren's business enterprises, does not authorize the Sub-Recipient to break a single project down into
smaller components 1n order to ciroumvent the rni ro-purchase or small purchase thresholds so as to
utilize streamlined acquisition procedures e.g. °`project splitting")
(33)ASSURANCES
The Sub- a ipient shall cornpl with any Statement of Assurances incorporated as
Attachment C.
IN WITNESS THEREOF, the parties hereto have executed this Agreement.
SUB-RECIPIENT: MONROE COUNTY B4O,CC
B
Y,
Name and Title,: Roman Gas,tesi, County Administrator
Date: 10.19.2023
FEID,#-,
MONROE COUNTY AITOMY
IPR VED AS
CHRISTME,LIMSERT-RARROWS
ASSISTANTCOUNTY ATTOMY
DATE 10/16/2 3,
STATE OF FLORIDA
DIVISION OF E IRGE CY MANAGEME' T
I
I
By
Name a,j Title. Kevin Guthriel Director
2�3
Date-.
27
EXHIBIT—1
THE FOLLOWING FEDERAL RESOURCES ARE AWARDED TO THE SUB-RECIPIENT UNDER THIS
AGREEMENT:
Federal Program
Federal agency: FegeELI me log Min ggemontA92ncv,, Hgzard,Mid gi!tion Grant
Catalog of Federal Domestic Assistance title and number: 97,_
Award amount. $SAL4,30
THE FOLLOWING COMPLIANCE REQUIREMENTS APPLY TO THE FEDERAL RESOURCES
AWARDED UNDER THIS AGREEMENT:
2 C.F,R. Part 200 Uniform Administrative Requirements, Cost Principlesr and Audit Requirements
for Federal Awards
The Robert T, Stafford Disaster Relief and Emergency Assistance Act, Public Law 93-288, as
amended, 42 U.S.C. 5121 et seq., and Related Authorities
Sections 1361(A)of the National Flood Insurance Act of 1968, 42 U.S.C.4104c, as amended by
the National Flood Insurance Reform Act of 1994, Public Law 103-325 and the Bunning-Berecter
-
Blumenauer Flood Insurance Reform Act of 2004, Public Law 108-264
31 C,F,R. Part 206 Rules and Procedures for Funds Transfers
Federal Program:
1. Sub-Recipient 'IS to use funding to perform the following eligible activities
Other projects that reduce future disaster losses (Seal Level Rise Project)
2, Sub-Recipient Is subject to all administrative and financial requirements as set forth in this
Agreement, or will be in violation of the terms of the Agreement,
28
Attachment A
Scope o�f Work and Budget
STATEBLENT,,017 PUB.P�OSE,,-*%
The purpose ofthis Scope of Work is to improve drainage i,n the Twin Lakes Subdivision, Monroe County,
Florida,funded through the Legislative Pre-Dislaster Mitigation Assistance Grant P rogram(LPDlM)I,,l LPDM-
N-104-FL-2022-0011, as approved by the Florida Division of Emergency Management (Division) and the
Federal Emergency Management Agency(FEMA).
I ing
The Sub-Recipie�nt, Monroe County, agrees to,administer and complete the,project per sealed engineer'
designs and construction plans as submitted by the Sub-Recipient and, subsequently approved, by the
Division and FEMA. The Sub-Recipient shall complete the workin accordance lwlith,all applicable Federal,
State aind Local Laws, Regulations a,nd Codes.
P R 0 jr:z 2 T'O I V E R YLEMA".
As a, Legislative Pre-Disaster, M�iti�giation Assistance Grant Program project,, the Sub-Reci�pli,ent proposes
dira,inage improvements for the Twins Lake,Subdivision,specifically along Adams Drive, Crane Strelet, and
Shaw Drive between Crane Street and Brown Drive in Key Largo, Florida, 33037.
The LPDNI construction scope of work sihaill consist of regrading and/or elevating the roadway above tile
mini'mu�m target elevation of 13 inches NAV088 based on 2040 sea, level rise projections, constructing a
gravity wall along a,portion of'the boundary between the�edge of the road and the wetland and,installirg a
new stormwater drainage system. The proposed sto�rmwater drainage system consists of' a gravity
collection systern with a new elevated plump station discharging into,five(5) injection,wells through 30-inch
and 2�14-inch ductile iron pipe (DIP'), pressurized force mains. To facilitate the conveyance of rUnoff to the
pump station, a gravity collection system shall be established,l featuring the installation of swales, culverts,,
in,lets,, manholes, and two(2,),trunk line connecting manholes. The pump station itself is,composed of four
(4)wet welils, four(4)valve,boxes-, a treatmert unit, aind associated, electrical equipment necessary for*its
opleration, which includes the installation of approximately 3,6,0�O linear feet of four (4) 4-Inch, duct bank
Po,liy Vinyl Chloride(PVC)cordult line. 'The project,also includes the purchase and installation of a 450-,kW
elevated permanent diesel,generator, or the adequate size determined by the venidor and/or an e�l�ectrical
engineer during the,bid, process to appropriately support the criffical,utility, and an automatic transfer switch
(ATS�). The roads to be mitigated are low lying, bordered by wetlands and two canals, and due to storms,
tides,and sea level rise,are!n creasing ly susceptible to long duration street,flooding, resulting in the inabillity
to enter/exit their residences.The project shall address,the flooding issues causing residents to experience
repetitive flooding on roads and,structural damages.
The project shall provide protection to at least a 25-year storm event, Activities shall be completed in strict
compliance with Federal,, State and Local applicable Rules and Regulations.
The generator, pump station, and all associated electrical components shall be protected against a 5100-
year flood eve nt by Imp le�me nti ng specific activities or by locating the g�e nierator(s)outside the Special Flood
Hazard Area (SFHA), comply with applicable Natillonal Flood Insurance Program(NFIP) requirements and
sha,l�l be protected against wind wi,th a rated enclosure and appropriate anchoring based on its location
4
requirements, p�er ASCE 7 standards. The selected'site shall provide sufficient space to, maintain and fuel
the generator(s) and shial,l comply with the National Electrical Code working clearance requirements.
Activities sl�iall be, cio�mpleted 'in strict compliance with Federa�l�, State and Local applicable: Rules and
Regulations,
Project Locations,.,
29
i
i
ID## Location Coordinates
Northern Bound 2 5.13 825 31 -80. '1220
2) Southern Bound (25-126097, 80.413671)_____
Pump Station .1 3 19, 80.412287)....
TASKS&DELIVERABLES:
A) Tasks:
1 The Sub-Fecipient shall procure the services of a qualified and licensed Florida contractor and execute
a contract Frith the selected bidder to complete the scope of work as approved by the Division and
FE 1A. The Sub-Recipient shall select the qualified, licensed Florida contractor in accordance with the
Sub-Recipient's procurement policy as well as all federal and state lags and regulations. All
procurement activities shall contain sufficient source documentation and be in accordance with all
applicable regulations.
TheSub-Recipient shall be responsible for furnishing or contracting all labor, materials, equipment,
tools, transportation and supervision and for performing all work per sealed engineering designs and
construction plans presented to the Division by the Sub-Recipient and subsequently approved by the
Division and FEMA.
The Sub-Recipient and contractor shall be responsible for maintaining a safe and secure worksite for
the duration of the work. The contractor shall maintain all work staging areas in a neat and presentable
condition.
The Sub-recipient shall ensure that no contractors or subcontractors are debarred or suspended from
participating in federally funded projects.
The selected contractor shall have a current and valid occupartionaI I1cen elbu siness tax receipt issued
for the type of services being performed.
The Sub-Recipient shall provide documentation demonstrating tratin the results ofthe procurement process.
This shall include a rationale for the method of procurement and selection of contract type, contractor
selection and/or rejection and bid tabulation and listing, and the basis of contract price.
The Sub-Recipient shall provide an executed "Debarment, Suspension, Ineligibility, voluntary
Eccluion Form"for each contractor and1or subcontractor performing services under this agreement.
Executed contracts with contractors and/or subcontractors shall be provided to the Division by the Sub-
Recipient.
The Sub-Recipient shall provide copies of professional licenses for contractors selected to perform
services. The Sub-Recipient shall provide a copy of a current and valid occupational license or
business tax receipt issued for the type of services to be performed by the selected contractor.
The Sub-Recipient shall monitor and manage the installation to improve the drainage and provide flood
protection.
The project shall be implemented in accordance with sealed engineering designs and construction
plans previously presented to the Division by the Sub-Recipient and subsequently approved by the
Division and FEIIA. The Sub-Recipient shall ensure that all applicable state, local and federal lavers
and regulations are followed and documented, as appropriate.
The project consists of the general construction and furnishing of all materials, equipment, labor and
fees to minimize recurring flooding and reduce repetitive flood loss to structures and roadways.
The Sub-Recipient shall fully perform the approved project, as described in the submitted documents,
in accordance with the approved scope of work, budget line item, allocation of funds and applicable
terms and conditions indicated herein. The Sub-Fecipient shall not deviate from the approved project
terms and conditions.
30
i
i
Construction activities shall be completed by a qualified and licensed Florida contractor. All
construction activities shall be monitored by the professional of record. The Sub-Recipient shall
complete the project ire accordance with all required permits. All work shall be completed ire accordance
with applicable cedes and standards.
Upon completion of the work, the Sub-Recipient shall schedule and participate in a final inspection of
the completed project by the local municipal or county official,or other approving official, as applicable,
The official shall inspect and certify that all installation was in accordance with the manufacturer's
specifications. Any deficiencies found during this final inspection shall be corrected by the ub-
lci pie nt prior to Sub-recipient's submittal of the final inspection request to the Division,
Upon completion of Task 2, the Sub-Recipient ipient shall subunit the following documents with sufficient
supporting documentation and provide a summary of all contract scope of work and scope of work
changes, if any. Additional documentation for closeout shall include-
a) Signed and Sealed As-built project plans(drawings)by the Professional of Record,two hard copies
and an electronic version (via email or D .
b Letter of completion;
1. Affirming that the project was completed in conformance with the approved project drawings,
specifications and scope; and
. Certifying Compliance with all applicable codes.
Letter verifying compliance with the National Historic Preservation Act, to include whether
archaeological features or deposits, prehistoric or historic artifacts, or human remains were
encountered during project a tiv iti es and, if so, hover they were handled in accordance with Florida
Statutes, Section 872.05.
d Verification letter or documentation shoring compliance with the conditions of the Florida
Department of Environmental Protection FDEP Injection Control Permit.
e Verification letter or documentation stating that all construction activities occurred within the
existing footprint of the property and that no staging of equipment occurred in the areas designated
as a floodplain.
f Verification letter or documentation stating that all construction activities, staging activities, and
storage were not located in or impacted any adjacent wetlands.
g Proof of compliance with Project Conditions and Requirements contained herein.
During the course of this agreement the Sub-recipient shall submit requests for reimbursement.
Adequate and complete source documentation shall be submitted to support all costs (federal share
and Zonal share) related to the project. In some cases, all project activities may not be fully complete
prior to requesting reimbursement ent of costs incurred in completion of this scope of work; however, a
partial reimbursement may be requested.
The Sub-Recipient shall submit an Affidavit signed by the Sub-recipient's project personnel with each
reimbursement request attesting to the completion of the work, that disbursements or payments were
made in accordance with all agreement and regulatory conditions, and that reimbursement is due and
has not been previously requested.
The Sub-Recipient shall maintain accurate time records. The Sub-Recipient ipient shall ensure invoices are
accurate and any contracted services were rendered within the terms and timelines of this agreement.
All supporting documentation shall agree with the requested billing period, All costs submitted for
reimbursement shall contain adequate source documentation which may include but not be limited to:
cancelled checks, bank statements, Electronic Funds Transfer, paid bills and invoices, payrolls, time
and attendance records, contract and subcontract award documents.
1
1i
i
Y
i
Construction Expense- The Sub-Recipient shall pre-audit bills, invoices, and/or charges submitted by
the contractors and subcontractors and pay the contractors and subcontractors for approved bills,
invoices, and/or charades. Sub-Recipient ipient shall ensure that all contractor/subcontractor bills, invoices,
and/or charges are legitimate and clearly identify the activities being performed and associated costs.
The Division shall review all submitted requests for reimbursement for basic accuracy of information.
Further, the Division shall ensure that no unauthorized work was completed prior to the approved
project start date by verifying vendor and contractor invoices. The Division shall verify that reported
costs were incurred in the performance of eligible work, that the approved work was completed, and
that the mitigation measures are in compliance with the approved scope of work prior to processing
any requests for reimbursement.
(quarterly reports shall be submitted by the Sub-Recipient and received by the Division at the tines
provided in this agreement prior to the processing of any reimbursement.
The Sub-Recipient shall submit to the Division requests for reimbursement of actual construction and
managerial costs related to the project as identified in the project application, sealed engineering
designs, and construction plans. The requests for reimbursement shall include:
a Contractor, subcontractor, and/or vendor invoices which clearly display dates of services
performed, description of services performed, location of services performed, cost of services
performed, name of service provider and any other pertinent information;
b Proof of payment from the Sub-Recipient to the contractor, subcontractor, and/or vendor for
invoiced services;
c Clear identification of amount of costs being requested for reimbursement as well as costs being
applied against the local ,catch amount.
The Sub-Recipient's final request for reimbursement shall include the final construction project cost.
Supporting documentation shall show that all contractors and subcontractors have been paid.
Deliverables:
Mitigation Activities consist of drarinage impr ver eats to the Twin Lakes Subdivision in Monroe County,
Florida, to include mitigating flooding on portions of Shaw Drive, Crane Street and Adams Drive. Twin
Lakes Subdivision is located at mm 103 Bay side in Key Largo, Florida keys. Shaw Drive, Crane Street,
and Adams Drive are all partially located within the 1E g,AE 7,AE 9,AE 10 Firm Flood Hazard Areas.
The project wiII construct a pump and treat storm water drainage system including drainage structures,
vet wells, pollution treatment device, and a related elevated pump station These roads are bordered
by wetlands and two canals, are low lying and due to storms, tides and sea level rise,these roads are
subject to repetitive flooding.
The project will mitigate flooding by elevating low portions of the roads to a target elevation of 13 inches
NAVD88 based on 2040 SLR projections. The project constructs a gravity gall along a portion of the
boundary between the edge of the road and the wetland and installs a storm water collection,treatment
and disposal system to manage stormwater on the roadway. Portions of the roadway are low and are
impacted by SLID and also the Ding Tides. Currently there is no engineered drainage system in the
subdivision; st rr water drainage has occurred by gravity via swales and eAltration trenches that no
longer function due to SLR and king tide impacts.
The project shall provide protection to at least a -year storm event. Activities shall be completed in
strict compliance with Federal, State and Local applicable Rules and Regulations.
The venerator, pump station, and all associated electrical components shall be protected against a
g -year flood event by implementing specific activities or by locating the generator(s) outside the
Special Flood Hazard Area SFH , comply with applicable National Flood Insurance Program NFIP
requirements and shall be protected against it with a rated enclosure and appropriate anchoring
based on its location requirements per ASCE 7 standards. The selected site shall provide sufficient
space to maintain and fuel the generator(s)and shall comply with the National Electrical Code working
clearance reqUirements,Activities shall be completed in strict compliance With Federal,State and Local
applicable Rules and RegUlations.
Provided the Sub-Recipient performs'in accordance with the Scope of Work outlined in this Agreement,
the Division shall reiiinburse the Sub-Recipient based on the percentage of overall project completion,
PROJECT C2NUI ISIS AND REgUI[Je,MENTS'*
C) gna line ering.-
1) The S u b-Recipient shall submit to th e Division an official letter stating that the project is 100%corn plete
and ready for the Division's Final Inspection of the project.
2) The Sub-Recip'lent shall submit a signed and sealed final copy of the completed project's As-built
drawings and all necessary supporting documentation, and provide a summary of all contract scope
of work changes, if any.
3) The Sub-Recipient shall provide a copy of the Notice of Commencement, and any local official
Inspection Report and/or Final Approval, as applicable.
4) The Sub-Recipient shall submit a certified letter of completion from Engineer of Record. The Sub-
Recipient's Engineer of Record shall provide a formal certificate or letter affirming that the project has
been completed in conformance with the approved project drawings, specifications, scope, and
applicable codes,
5) All installations shall be done in strict compliance with the Florida Building Code or any local codes
and ordinances.All materials shall be certified to exceed the wind and Impact standards of the current
local codes.
f4
6) The Sub-Recipient shall follow all applicable State, Local and Federal Laws, Regulations and
permIts and
requirements, and obtain (before starting project work) and comply with all required
approvals. Failure to obtain all appropriate Federal, State, and Local permits and clearances may
jeopardize federal funding.
0) ELIvIron mental:
an
1) Sub Recipient shall follow all applicable state, local and federal laws, regulations and requirements, and
obtain(before starting project work)and comply with all required permits and approvals. Failure to obtain
all appropriate federal, state, and local environmental permits and clearances may jeopardize federal
funding,
(
2) Any change,addition or supplement
pplent to the approved Scope of Work that alters the project including other
work not funded by FEMA,but done substantially at the same time), regardless of the budget implications,
shall require re submission of the application to FEMA through the Division for NatIonal Environmental
Policy Act (NE PA) and National Historic Preservation Act (NH PA) re-evaluation before starting project
work.
33
i
The Sub-recipient shall monitor ground disturbing activities during construction, and if any potential
archeological resources are discovered, shall immediately cease construction in that area and notify the
Division and FEMA.
If human remains or intact archaeological deposits e.g. arrowheads, pottery, glass, metal, etc.) are
uncovered, work in the vicinity of the discovery shall stop immediately and all reasonable measures to
avoid or minimize harm to the finds shall be taken. The Sub-Recipient shall ensure that archaeological
discoveries are secured in place, that access to the sensitive area is restricted, and that all reasonable
measures are taken to avoid further disturbance of the discoveries.
The Sub-Recipient's contractor shall provide immediate notice of such discoveries to the Sub-recipient.
The Sub-Recipient shall notify the Florida Division of Historic Resources, the Division's State
Environmental Liaison officer and FEMA within 24 hours of the discovery. Work in the vicinity of the
discovery may not resume until FERIA and the Division have completed consultation with SHPO, Tribes,
and other consulting parties as necessary.
In the event that unmarked human remains are encountered during permitted activities, all work shall
stop immediately, and the proper authorities notified in accordance with Florida statutes, Section
7 - .
4 All construction activities must occurwithin the existing footprint of the property. There shall be no staging
of equipment in the areas designated as a floodplain.
Construction activities, staging activities, and storage shall not be located in or impact any adjacent
wetlands.
The Sub-Recipient must comply with the conditions of the Florida Department of Environmental
Protection (FDEP) injection Control Permit. Failure to comply with this condition may jeopardize FERIA
funding; verification of compliance shall be required at project closeout.
7 Due to ground disturbing activities, the following special condition regarding unexpected discoveries
should be included during project activities: *. If prehistoric or historic artifacts, such as pottery or
ceramics, projectile points, dugout canoes, metal implements, historic building materials, or any other
..physical remains that could be associated with Dative American, early European,or American settlement
are encountered at any time within the project site area, the permitted project shall cease all activities
involving subsurface disturbance in the vicinity of the discovery. The Sub-Applicant shall contact the
Florida Department of State, Division of Historical Resources,ources, Compliance review Section at g -2 --
. Project activities shall not resume without verbal and/or written authorization. In the event that
unmarked human remains are encountered during permitted activities, all work shall stop immediately
and the proper authorities notified in accordance with Section 872.05, Florida Statutes.
Construction vehicles and equipment used for this project shall be maintained in good working order to
minimize pollutant emissions.
E Programmatic;
1 A change in the scope of work must be approved by the Division and FEMA in advance regardless of the
budget implications.
2 The Sub-Recipient must notify the Division as soon as significant developments become known, such a
delays or adverse conditions that right raise costs or delay completion, or favorable conditions allowing
lunar costs or earlier completion.
The Sub-Recipient must "obtain prior written approval for any budget revision which would result in
need for additional funds"[44 C F R 1 c jr from the Division and FEMA.
4 Project is approved with the condition that the enclosed list of deliverables shall be submitted, 30 days
prior to the Period of Performance date, for review and approval by the Division, for submittal to FEMA
for closeout.
4
5) Any extension of the Period of Performance shall be submitted to FEMA 60 days prior to the expiration
date. Therefore, any request for a Period of Performance Extension shall be in writing and submitted,
along with substantiation of the new expiration date and a new s chedule of work, to the Division a
EMA
minimum of seventy(70)days prior to the expiration date,for Division processing to F ,
6) The Sub-Recipient must avoid duplication of benefits between the LPDM and any other form of
assistance, as required by Section 312 of the Stafford Act, and further clarification in 44 CFR 206.191,
7) A copy of the executed subcontract agreement must be forwarded to the Division within 10 days of
execution.
8) If the Sub-Recipient is not the current title holder of the affected properties, the Sub Recipient shall
p 'de documentation confirming the property acquisition and easement rights were obtained voluntarily.
provide
If condemnation or eminent domain is used to obtain easement rights, FEMA $hall not pay for any
associated costs or payments to the property owner. Furthermore, FEMA shall not consider it an eligible
contribution to the non-Federal cost share requirement and shall not financially participate in that
component of a project if land or easements are obtained involuntarily.
F) FINANCIAL CONSEg6UENCAES11
If the Sub-Recipient fails to comply with any term of the award, the Division shall take one or more of the
following actions, as appropriate in the circumstances:
1) Temporarily withhold cash payments pending correction of the deficiency by the Sub-Recipient;
2) Disallow all or part of the cost of the activity or action not in compliance;
3) Wholly or partly suspend or terminate the current award for the Sub-Recipient's program;
4) Withhold further awards for the program; or
5) Take other remedies that may be legally available.
SCHEDULE OF WORK:
State Contracting: 2 Months
Construction Plan/Technical Specifications: 2 Months
Bidding/Local Procurement: 2 Months
Permitting*. 2 Months
Construction/Installation: 12 Months
Local Inspections/Compliance.* 1 Months
State Final Inspection/Compliance: 2 Months
Closeout Compliance. I Months
Total Period of Performance*, 24 Months
35
Funding Summary Totals
Federal Share: $6,4 ,360.06 45. 76 3248%
Non-Federal Share: $6,4449073.00 4.0 3067 °0
Total Project Cost: -11,1 2 ,373.00 (1 , %)
BUDGET
Lire Item Budget`
Project Cost Federal Cost lore-Federal Cost
Construction: $112340,900.00 $512142197.94 $611261702.06
Construction Engineering
Inspection (CEI) Services- $667�473.00 $ 7 2102.06 $3171370. 4
Project Total: $ 11,928,373.00 $ 59484,300.00 , 44, 73.
*Any line item amount in this Budget may be increased or decreased 1 or less, with the Divisr'on rs
approval, without an amendment to this Agreement being required, so long as the overall amount of the
funds obligated under this Agreement is not increased.
This is FEMA project number LPDM-PJ-04-FL-2022-001. it is funded under LP DM I Grant Program and
must adhere to all program guidelines established for the LPDM Grant Program.
The Period of Perform an ce for this project shall end on s eptember 21, 2025.
3
Aftachment
Program Statutes and Regulations
The parties to this Agreement and the Legislative Pre-Disaster Mitigation LPDMGrant Program
are generally governed by the following statutes and regulations:
1 The Robert T. Stafford Disaster relief and Emergency Assistance Act;
C.F.R. Parts 7, 93 % 13, 14, 17) 133 251 206, 220, and 221, and any ether applicable
FE IA policy memoranda and guidance documents;
State of Florida Administrative Plan for the Legislative Pre-Disaster Mitigation Grant
Program;
Hazard Mitigation Assistance Guidance- February 27, 2015 Update' and
All applicable laws and regulations delineated in Attachment C of this Agreement.
In addition to the above statutes anal regulations, the Sub-recipient must comply with the
following:
The Sub-recipient shall fully perform the approved hazard mitigation project, as described in the
Application and Attachment A(Budget and Scope of Work) attached to this Agreement, in accordance
with approved scope of work indicated therein, the estimate of costs indicated therein,the allocation of
funds indicated therein, and the terms and conditions of this Agreement. The Sub--recipient shall not
deviate from the approved project and the terms and conditions of this Agreement. The Sub-recipient
hall-comply with any and all applicable codes and standards in performing work funded under this
Agreement, and shall provide any appropriate maintenance and security for the project.
Any development permit issued by, or development activity undertaken by, the Sub-recipient and
any land use permitted by or engaged in by the Sub--recipient, shall be consistent with the local
comprehensive plan and land development regulations prepared and adopted pursuant to chapter 163,
Part Il: Florida Statutes. Funds shall be expended for, and development activities and land uses
authorized for, only those uses which are permitted under the comprehensive plan and land development
regulations. The Sub-recipient shall be responsible for ensuring that any development permit issued and
any development activity or land use undertaken is,where applicable, also authorized by the Water
Management ent District, the Florida Department of Environmental Protection, the Florida Department of
Health, the Florida Game and Fish Commission, and any Federal, State, or local environmental or land
use permitting authority, where required. The Sub-recipient agrees that any repair or construction shell
be in accordance with applicable standards of safety, decency, and sanitation, and in conformity with
applicable codes, specifications and standards.
The Sub-recipient will provide and maintain competent and adequate engineering supervision at
the construction site to ensure that the completed work conforms with the approved plans and
specifications and will furnish progress reports and such other information to the LPD I as may be
req u i red.
If the hazard mitigation project described in Attachment A includes an acquisition or relocation
project, then the Sub-recipient shall ensure that, as a condition of funding under this Agreement,the
owner of the affected real property shall record in the public records of the county where it is located the
following covenants and restrictions,which shall run with and apply to any property acquired, accepted, or
from which a structure vwrill be removed pursuant to the project.
1 The property will be dedicated and maintained in perpetuity for a use that is compatible
with open space, recreational, or wetlands management practices;
2 No new structure will be erected on property other than:
a. a public facility that is open on all aides and functionally related to a designed open
space;
b. a restroom; or
A structure that the Director of the Federal Emergency Management Agency approves in
writing before the commencement of the construction of the structure;
4 After the d ate of the acquisition or relocation no application for disaster assistance for any
purpose will be made to any Federal entity and no disaster assistance will be provided for
the property by any Federal source; and
if any of these covenants and restrictions is violated by the owner or by some third party
with the knowledge of the owner,fee simple title to the Property described herein shall b
conveyed to the Board of Trustees of the Internal Improvement Trust Fund of the State of
Florida without further notice to the owner, its successors and assigns, and the owner, its
successors and assigns shall forfeit all right, title and interest in and to the property.
The LPDI I Contract Manager will evaluate requests for cost overruns and submit to the regional
Director written determination of cost overrun eligibility. Cost overruns shall meet Federal regulations set
forth in 44 C.F.i , §206.4 6 b .
The National Environmental Policy Act(NEPA) stipulates that additions or amendments to a
LP[ l l Sub-Recipient ipient Scope of Work SOW shall be reviewed by all State and Federal agencies
participating in the NEPA process.
As a reminder,the Sub-recipient must obtain prior approval from the State, before implementing
changes to the approved project Scope of Work(SOW), Per the Uniform Adrnini trati e I equirernents for
Grants and Cooperative Agreements to State and Local Governments:
1 For Construction projects, the grantee must"obtain prior written approval for any budget
revision which result in a need for additional funds" 2 C.F.R. §200, o6 ;
2 A change in the Scope of Work must be approved by FEIVIA in advance regardless of the
budget implications; and
The Sub-recipient must notify the State as soon as significant developments become
known, such as delays or adverse conditions that rnight raise costs or delay completion,
or favorable conditions allowing lower cost or earlier completion. Any extensions of the
period of performance must be submitted to FE# IA sixty 6 days prior to the project
expiration date.
The Sub-recipient assures that it will comply with the following statutes and regulations to the
extent applicable:
1 53 Federal register 604
2 Federal Acquisition Regulations 31.2
Section 1352, Title 31, US Code
4 Chapter 4 , Florida Statutes
Chapter 215, Florida Statutes
6 Section 768,28, Florida Statutes
Chapter 119, Florida Statutes
3
(8) Section 216.181(6), Florida Statutes
(9) Cash Management Improvement Act of 1990
(10) American with Disabilities Act
(11) Section 112.061, Florida Stator
(12) Immigration and Nationality Act
(13) Section 286.011, Florida Statutes
(14) 2 C.F.R. Part 200—Uniform Administrative Requirements, Cost Principles,and Audit
Requirements for Federal Awards
(15) Uniform Relocation Assistance and Real Property Acquisitions Act of 197'0
(16) Title I of the Omnibus Crime Control and Safe Streets Act of 1968
(17) Juvenile Justice and Delinquency Prevention Act, or the Victims of Crime Act
(18) Omnibus Crime Control and Safe Streets Act of 1968, as amended
(19) Victims of Crime Act (as appropriate)
(20) Section 504 of the Rehabilitation Act of 1973, as amended
(21) Subtitle A,Title 11 of the Americ ans with Disabilities Act(AI A)(1990)
(22) Department of Justice regulations on disability discrimination, 28 C.F.R., Part 35 and
Part 39
(23) 42 U.S.C. 51 54a
39
Attachment C
Statement of Assurances
To the extent the following provisions apply to this Agreement, the Sub-recipient certifies that:
(a) It possesses legal authority to enter into this Agreement and to carry out the proposed program;
(b) Its governing body has duly adopted or passed as an official act of resolution, motion or similar
action authorizing the execution of the hazard mitigation agreement with the Division of
Emergency Management(DEM), 'Including all understandings and assurances contained in 'it,
and directing and authorizing the Sub-rec ipient's chief administrative offic er or designee to act in
connection with the application and to provide such additional 'information as may be required-,
(c) No member of or delegate to the Congress of the United States, and no Resident Commissioner,
shall receive any share or part of this Agreement or any benefit, No member, officer, or
employee of the Sub-recipient or its designees or agents, no member of'the governing body of
the locality in which this program is situated, and no other public official of the locality or localities
who exercises any functions or responsibilities with respect to the program during his tenure or
for one year after, shall have any interest, direct or indirect, in any contract or subcontract, or the
proceeds,for work be performed in connection with the program assisted under this Agreement,
The Sub-recipient shall incorporate, in all contracts or subcontracts a provision prohibiting any
interest pursuant to the purpose stated above;
(d) All Sub-recipient contracts for which the State Legislature is in any part a funding source, shall
contain language to provide for termination with reasonable costs to be paid by the Sub-recipient
for eligible contract work completed prior to the date the notice of suspension of funding was
received by the Sub-recipient. Any cost incurred after a notice of suspension or termination is
received by the Sub-recipient may not be funded with funds provided under this Agreement
unless previously approved in writing by the Division. All Sub-recipient contracts shall contain
provisions for termination for use or convenience and shall provide for the method of payment
in such event;
(e) It will comply with:
(1) Contract Work Hours and Safety Standards Act of 1962, 40 U.S.C. 327 et seq., requiring
that mechanics and laborers(including watchmen and guards) employed on federally
assisted contracts be paid wages of not less than one and one-half times their basic
wage rates for all hours worked in excess of forty hours in a work week; and
(2) Federal Fair Labor Standards Act,29 U.S.C. Section 201 et seq., requiring that covered
employees be paid at least minimum prescribed wage, and also that they be paid one
and one-half times their basic wage rates for all hours worked in excess of the prescnibed
work-week.
(f) It will comply with
(1) Title VI of the Civil Rights Act of 1964 (P.L. 88-352), and the regulations issued pursuant
thereto,which provides that no person in the United States shall on the grounds of race,
color, or national origin, be excluded from participation in, be denied the benefits of, or be
otherwise subjected to discrimination under any program or activity for which the Sub
recipient received Federal financial assistance and will immediately take any measures
necessary to effectuate this assurance. If any real property or structure thereon is
provided or improved with the aid of Federal financial assistance extended to the Sub-
40
recipient,this assurance shall obligate the Sub-recipient, or in the case of any transfer of
such property, any transferee,for the period during which the reel property or structure i
used for a purpose for which the Federal financial assistance is extended, or for another
purpose involving the provision of similar services or benefits;
2 Any prohibition against discrimination on the basis of age under the Age Discrimination
Act of 1975, as amended (42 U.S.C. 101-6107 which prohibits discrimination on the
basis of age or with respect;to otherwise qualifies handicapped individuals as provided in
Section 504 of the Rehabilitation Act of 197 ;
(3) Executive order 11246, as emended by Executive Orders 11375 and 12086, and the
regulations issued pursuant thereto, which provide that no person shall be discriminated
against on the basis of race, color, religion, sec or national origin in all phases of
employment during the performance of federal or federally assisted construction
contracts; affirmative action to insure fair treatment in employment, upgrading, demotion,
or transfer; recruitment or recruitmentadvertising; layoff/termination, rates of pay or other
forms of compensation;and election for training and apprenticeship;
g It will establish safeguards to prohibit employees from using positions for a purpose that is or
gives the appearance of being motivated by a desire for private gain for themselves or others,
particularly those with whom they have family, business,or other ties pursuant to section 112.313
and section 112.31351 Florida Statutes;
(h) It will comply with the Anti-Kickback Act of 1986, 41 J.S.C. Chapter 87 which outlaws and
prescribes penalties for"kickbacks"of wages in federally financed or assisted construction
activities;
0 It will cornply with the provisions of 5 U-S.C. 7323 (further known as the Hatch Act)which limits
the political activities of employees;
j' It will comply with the flood insurance purchase and other requirements of the Flood fisaster
Protection Act of 193, as amended, 42 U.S.C. 50, including requirements regarding the
purchase of flood insurance in communities where such insurance is available as a condition for
the receipt of any Federal financial assistance for construction or acquisition purposes for use in
any area having special flood hazards. The phrase"Federal financial assistance" includes any
form of loam, grant, guaranty, insurance payment, rebate, subsidy, disaster assistance loan or
grant, or any other form of direct or indirect Federal assistance;
For sites located within Special Flood Hazard Areas FHA , the Sub-recipient must include a
FEMA Model Acknowledgement of Conditions of Mitigation of Property in a Special Flood Hazard
Area with FEAR Grant Funds executed by the title holder with the closeout request verifying that
certain SFHA requirements were satisfied on each of the properties. The Model
Acknowledgement can be found at www.fema,gov/government;a/grantlsfha—conditions.shtm
k It will require every building or facility(other than a privately owned residential structure)
designed, constructed, or altered with funds provided under this Agreement to comply with the
"Uniform Federal Accessibility Standards," AS which is Appendix A to 41 C.F.1 R. Section 10 1-
19.6 for general type buildings and Appendix A to 24 C.F.R., Part 40 for residential structures,
The Sub-recipient will be responsible for conducting inspections to ensure compliance with these
specifications by the contractor;
(I) It will, in connection with its performance of environmental assessments under the National
Environmental Policy Act of 1969, comply with Section 10 of the National Historic Preservation
Act of 1966 U.S.C. , Executive Order 115 93, 36 C.F.f ., Part 800, and the Preservation of
Archaeological and Historical Data Act of 1966 (54 U.S.C. 1 by:
41
(1) Consulting with the State Historic Preservation Office to identify properties listed in or
eligible for inclusion in the National Register of Historic Places that are subject to adverse
effects(see 36 C.F.R., Section 800.8) by the proposed activity; and
(2) Complying with all requirements established by the State to avoid or mitigate adverse
effects upon such properties.
(3) Abiding by the terms and conditions of the"Programmatic Agreement Among the
Federal Emergency Management Agency,the Florida State Hillstorlic Preservatilon
Office,the Florida Division of Emergency Management and the Advisory council
on Historic Preservation, (PA)"which addresses roles and responsibilities of Federal
and State entities in implementing Section 106 of the National Historic Preservation Act
(NHPA), 54 U.S.C.,and implementing regulations in 36 C.F.R., Part 800.
(4) When any of the Sub-recipient's projects funded under this Agreement may affect a
historic property, as defined in 36 C.F.R,, Part 800.16 (1)(1),the Federal Emergency
Management Agency(FEMA)may require the Sub-recipient to review the eligible scope
of wort in consultation with the State Historic Preservation Office(SHPO)and suggest
methods of repair or construction that will conform with the recommended approaches
set out in the Secretary of Interior's Standards for Rehabilitation and Guidelines for
Rehabilitating Historic Buildings 1992(Standards),the Secretary of the Interior's
Guidelines for Archeological Documentation (Guidelines) (48 Federal Register
44734-37),or any other applicable Secretary of Interior standards. If FEMA determines
that the eligible scope of work will not conform with the Standards,the Sub-recipient
agrees to participate in consultations to develop, and after execution by all parties,to
abide by, a written agreement that establishes mitigation and recondition measures,
including but not limited to, impacts to archeological sites, and the salvage, storage, and
reuse of any significant architectural features that may otherwise be demolished.
(5) The Sub-recipient agrees to notify FEIVIA and the Division if any project funded under this
Agreement will involve ground disturbing activities, 'Including, but not limited to:
subsurface disturbance; removal of trees; excavation of footings and foundations, and
installation of utilities (such as water, sewer, storm drains, electrical, gas, leach lines and
septic tanks)except where these activities are restricted solely to areas previously
disturbed by the installation, replacement or maintenance of such utilities. FEMA will
request the SHPO's opinion on the potential that archeological properties may be present
and be affected by such activities. The SHPO will advise the Sub-recipient on any
feasible steps to be accomplished to avoid any National Register eligible archeological
property or will make recommendations,for the development of a treatment plan for the
recovery or archeological data from the property.
If the Sub-recipient is unable to avoid the archeological property, develop, in consultation
with SHPO, a treatment plan consistent with the Guidelines and take into account the
Advisory Council on Historic Preservation (Council)publication"Treatment of
Archeological Properties". The Sub-recipient shall forward information regarding the
treatment plan to FEMA, the SHPO and the Council for review. If the SHPO and the
Council do not object within fifteen (15)calendar days of receipt of the treatment plan,
FEE may direct the Sub-recipient to implement the treatment plan. If either the Council
or the SHPO object, Sub-recipient shall not proceed with the project until the objection is
resolved.
(6) The Sub recipient shall notify the Division and FEIVIA as soon as practicable: (a)of any
changes in the approved scope of work for a National Register eligible or listed property,
(b)of all changes to a project that may result in a supplemental DSR or modify a LPDM
project for a National Register eligible or listed property, (c)if it appears that a project
funded under this Agreement will affect a previously unidentified property that may be
42
eligible for inclusion in the National Register or affect a known historic property in an
unanticipated manner. The Sub-recipient acknowledges that FEMA may require the Sub-
recipient to stop construction in the vicinity of the discovery of a previously unidentified
property that may eligible for inclusion in the National Register or upon learning that
construction may affect a known historic property in an unanticipated manner. The Sub-
recipient further acknowledges that FEMA may require the Sub-recipient to take all
reasonable measures to avoid or minimize harm to such property until FEMA concludes
consultation with the SHPO. The Sub recipient also acknowledges that FEMA will
project require, and the Sub-recipient shall comply with, modifications to the p "ect scope of
work necessary to'Implement recommendations to address the project and the property.
(7) The Sub-recipient acknowledges that, unless FEMA specifically stipulates otherwise, it
shall not receive funding for projects when, with intent to avoid the requirements of the
PA or the NHPA,the Sub-recipient intentionally and significantly adversely affects a
historic property, or having the legal power to prevent it, allowed such significant adverse
effect to occur.
It will comply with applicable provisions of the following laws and policies prohibiting
discrimination:
0 1A Title VI of the Civil Rights Act of 1964, as amended, which prohibits discrimination based
)
on race, color,or national origin(including limited English proficiency).
(2) Section 50,4 of the Rehabilitation Act of 1973, as amended,which prohibits discrimination
based on disability.
(3) Tlue IX of the Education Amendments Act of 1972, as amended, which prohibits
discrimination based on sex in education programs or activities.
(4) Age Discrimination Act of 1975,which prohibits discrimination based on age.
(5) U.S. Department of Homeland Security regulation 6 C.F.R. Part 19, which prohibits
discrimination based on religion in social service programs.
(n) It will comply with Title IX of the Education Amendments of 1972, as amended (20 U.S.C. 1681-
1683 and 1685-1686)which prohibits discrimination on the basis of sex;
(0) It will comply with the Comprehensive Alcohol Abuse and Alcoholism Prevention,Treatment and
Rehabilitation Act of 1970, (42 U.S.C.4541-45-94) relating to nondiscrimination on the basis of
alcohol abuse or alcoholism,
(p) It will comply with 523 and 527 of the Public Health Service Act of 1912(42 U.S.C. 290 dd-3 and
290 ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records,
(q) It will comply with Lead-Based Paint Poison Prevention Act(42 U.S.C. 4821 et seq.)which
prohibits the use of lead based paint in construction of rehabilitation or residential structures,
(r) It will comply with the Energy Policy and Conservation Act(P.L. 94-163;42 U.S.C.6201-6422),
and the provisions of the State Energy Conservation Plan adopted pursuant thereto-,
(s) It will comply with the Laboratory Animal Welfare Act of 1966, (7 U.S.C. 2131-2169), pertaining to
the care, handling, and treatment of warm blooded animals held for research, teaching, or other
activities supported by an award of assistance under this Agreement-,
It will comply with Title IIII of the Civil Rights Act of 1968, (42 U.S.0 2000c and 42 U.S.C. 3601-
3619), as-amended, relating to non-discrimination in the sale, rental, or financing of housing, and
43
Title VI of the Civil Rights Act of 1964 P.L. - 2 ,vwrhich prohibits discrimination on the basis of
race, color or national origin;
{u It will comply with the Mean Air Act of 1955, as amended,42 U.S.C. 7491-7 7 ;
v it will comply with the Clean water Act of 1977, as amended, 33 U.S.C. 12 1-1 3
It will comply with the endangered Species Act of 1973, 16 U.S.C. 1 31--1 ;
(x) It will comply with the Intergovernmental Personnel Act of 1970, 42 U.S.C. 1- ;
It will assist the awarding agency in assuring compliance with the National Historic Preservation
Act of 1966, as amended, 54 U.S.C.;
It will comply with environmental standards which may be prescribed pursuant to the National
Environmental Policy Act of 1969, 42 U. S.C.4321-4347;
(aa) It will assist the awarding agency in assuring compliance with the Preservation of Archeological
and Historical Preservation Act of 1966, 16 U.S.C. 54 U.S.C. 3125
bb 1t will comply with the Rehabilitation Act of 1973, Section 604, 29 U.S.C. 794, regarding non-
discrimination;
cc it will comply with the environmental standards which may be prescribed pursuant to the Safe
D ri n k i n g Water Act of 1974, 42 U.S.C. 30Of-3 j-27, regarding the protection of underground
water sources;
dd It will comply with the requirements of Titles II and iII of the Uniform Relocation Assistance and
Property Acquisition Policies Act of 1979, 42 J.S.C. 4 21-4638, which provide for fair and
equitable treatment of persons displaced or whose property is acquired as a result of Federal or
Federally assisted programs;
e It will comply with the Wild and Scenic Rivers Act of 1968, 16 U.S.C. 1271-12 7, related to
protecting components or potential components of the national gild and scenic rivers system;
(ff) It wiII comply with the follovwring Executive Orders: EO 11514 NEPA ; E 0 1173 (violating
facilities); EO 11988 Floodplain Management); EO 11990 (Wetlands); and EO 12898
(Environmental Justice);
It will comply with the Coastal Barrier Resources Act of 1977, 16 U.Q.C. 3 91-3 1 ;
hh It gill assure project consistency with the approved State program developed under the Coastal
Zone Management Act of 1972, 16 U.S.C. 14 1-14 74; and
ii It will comply with the Fish and Wildlife Coordination Act of 1958, 16 U.S.C. 661-668.
With respect to demolition activities, it will:
1 Create and make available documentation sufficient to demonstrate that the Sub-
recipient and its demolition.contractor have sufficient manpower and equipment to
comply with the obligations as outlined in this Agreement.
2 Return the property to its natural state as though no improvements had ever been
contained thereon.
44
Furnish documentation of all qualified personnel, licenses and all equipment necessary to
inspect buildings located in the S u b-rec 1 p ie nt's jurisdiction to detect the presence of
asbestos and lead in accordance with requirements of the U.S. Environmental Protection
Agency,the Florida Department of Environmental Protection and the County Health
Department.
Provide documentation of the inspection results for each structure to indicate:
a. Safety Hazard Present
b. Health Hazards Present
. Hazardous Materials Present
Provide supervision over contractors or employees employed by the Sub-recipient to
remove asbestos and lead from demolished or otherwise applicable structures.
6 Leave the demolished site clean, level and free of debris.
Notify the Division promptly of any unusual existing condition which hampers the
contractor's work.
Obtain all required permits.
Provide addresses and marked reaps for each site where quarter wells and septic tanks
are to be closed along with the number of wells and septic tanks located on each site.
Provide documentation of closures.
1 o Comply with mandatory standards and policies relating to energy efficiency which are
contained in the State Energy Conservation Plan issued in compliance with the Energy
Policy and Conservation Act(Public Law 94-1 .
11 Comply with all applicable standards, orders, or requirements issued under Section 112
and 306 of the dean Air Act 42 U.S.C. 1857), Section 508 of the Clean Water Act 3
U.S.C. 12 1-1 66 , Executive Order 11738, and the U.S. Environmental Protection
Agency regulations(40 D.P.F ., Part 15 and 61). This clause shall be added to any
s u bco nt rants.
12 Provide documentation of public notices for demolition activities.
4
Attachment D
REQUEST FOR ADVANCE OR REIMBURSEMENT
OF HAZARD MITIGATION ASSISTANCE PROGRAM FUNDS
SUB-RECIPIENT: Monroe County BOCC
REMIT ADDRESS.: I 100 Simonton Street
CITY: Key West STATE: FL ZIP CODE: 33040
PROJECT TYPE: Sea Level Rise Project PROJECT LPDM-PJ-04-FL-2022-001
PROGRAM: Legislative Pro-Disaster Mitigation Grant CONTRACT B0200
P M
BUDGET: FEDERAL SHARE: LOCAL:
ADVANCED RECEIVED: N/A AMOUNT: SETTLED?
Invoice Period: through Payment No:
Total of Previous Payments to Date, (Federal)
Total of Previous SRMC to Date: (SRMC Federal)
Total Federal to Date: (Total Federal Paid)
Eligible Amount Obligated Federal Obligated L ocal Division Use Only
(Currant 100% Amount Non-Federal
(Cunt Request) 45.97693248% 54.02306752% Approved Comments
Eligible
rr�
TOTAL CURRENT REQUEST: $
By signing this report, I certify to the best of my knowledge and belief that the report is true,complete, and accurate,
and the expenditures,disbursements and cash receipts are for the purposes and objectives set forth in the terms and
conditions of the Federal award. I am aware that any false,fictitious, or fraudulent information,or the omission of any
material fact, may subject me to criminal, civil or administrative penalties for fraud, false statements, false claims or
otherwise.(U.S. C ode Title 18, Section 1001 and Title 31, Sections 3729-3730 and 3801-3812.
SUB-RECIPIENT&GNATURE'.
NAME: TITLE: DATE'.
TO BE COMPLETED BY THE DIVISION
APPROVED PROJECT TOTAL $
APPROVED SRMC TOTAL: $ DIVISION DIRECTOR
APPROVED FOR PAYMENT $
DATE
46
Aftachment D(cont.)
SUMMARY OF DOCUMENTATION IN SUPPORT OF AMOUNT
CLAIMED FOR ELIGIBLE DISASTER WORK UNDER THE
HAZARD MITIGATION ASSISTANCE PROGRAM
SUB-RECIPIENT'.* Monroe County BOCC PAYMENT'
#-
PROJECT TYPE: Sea Level Rise Pr9ject PROJECT#: L,PDM-PJ-04-FL-2022-001
PROGRAW Legislative PreDisaster Mitigation CONTRACT#: B0200
Grant Pro gram
---------------------- 4
REF NO2------------ DATE' DOCUMENTA `I ON (Check) ELIGIBLE
AMOUNT COSTS
---------------- (100%)
2
3
4
..........
5
6
...............................................
7
8
Tilis payment represents % completion of the project. TOTAL
R e pient -na/reference, t,iurt7ber(e _.g Invoice, Receipt Warr,,_-int, Voticher Claim Ctieck, or Scl iedule ff)-.i 's iritet
Date of clelivery of atticles,, coo7p/efiot,)of WOO(0("'pet-fil') cium".,e seivices. (per.do(;,utneot)
is Docuniet,itatiot,7 (Recij.-)ierit's payroll, rtiaterial out of recipiel'it's s,tock, reel,PJ.ent owned eqU ,)1T7e17t aod
na/Pe of very CICVor contra by categoty(Matedals, L.abor Fe es) arid fine iteto in the approved pr(,,.)je(,,,t in
iten-i budget, Provide a bilef descriptioo ofthe adicles c)t setvi.ces. List seivice dates per each invoica,
47
Attachment E
JUSTIFICATION OF ADVANCE PAYMENT
SUB-RECIPIENT: MONROE COUNTY BCC
If you are requesting an advance, indicate sane by checking the box below.
[ ]ADVANCE REQUESTED
UESTED
Advance payment of is requested. Balance of payments
will be made on a reimbursement basis. These funds are needed to pay
staff;, award benefits to clients, duplicate forms and purchase start-up
supplies and equipment. We would not be able to operate the program
without this-advan .
If you are requesting an advance, complete the following chart and line item justification belvrr.
PLEASE NOTE: Calculate your estimated expenses at 1 % of your expected needs for ninety
(9 ) days. submit Attachim nt D with the cost share breakdown along with Attachment E and all
supporting documentation.
ESTIMATED EXPENSES
BUDGET CATEGORY/LINE ITEMS 20 -20�Anticipated Expenditures for First Three
(list applicable line items) Ninths of Contract
For example
ADMINISTRATIVE COSTS
(include secondary Administration.)
For eamle
PROGRAM EXPENSES
TOTAL EXPENSES
LAVE ITEM JUSTIFICATION (For each Ilne item, provide a detailed justification explainin g the
need for the cash advance. The justification must include supporting documentation that clearly
shows the advance will be upended within the first ninety (9 days of the contract terra. Support
documentation should include quotes for purchases, delivery timelines,salary and expense
projections, etc. to provide the Division reasonable and necessary-support that the advance will
be expended within the first ninety (90)days of the contract terra. Any advance funds not
expended within the first ninety 9 days of the contract term as evidenced by copies of invoices
and cancelled checks as required by the Budget and scope of work slowing 100% of
expenditures for the 90 day period shall be returned to the Division Cashier, 2565 shumard Oak
Boulevard, Tallahassee, Florida 32399,within thirty ( ) days of receipt, along with any interest
earned on the advance.
4
Attachmmt F
QUARTERLY REPORT FORM
Instructions.- Complete,and submit this form to State Project Manager within I 5-days after each quarter.-
SUB-RECIPIENT: Monroe COLJraJt ,§ACC PROJECTM LPDM-PJ-04FL-2022-001
0
PROJECTTYPE. Sea Level RJ,seProject, CONTRACTM 130200
Legislative,Pre-Disast,er Mitigation Grant
PROGRAM: Program QUARTER ENDING:
Advance Payment Information
Advance Received 0 N/A El Amount: Advance Settled?Yes El No El
Financial Amount to Date,
t � oc
Sub,-Recipient Total Project Expenditures to da�e ft der al & l al):
Target Dates(State Agreement):
Contract,Execution Date: Contract Expiration Date
Date Deliverables Submitted- Closeout Requested Date',
Describe Milestones achieved during this quarter,
Proje t Proceeding on Schedule? 0 Yes EJ No (If No, Describe under Issues below),
Percentage of Milestones completed to Date:
Describe Activities,-Miles on
tones completed this quarter ly,
14
Schedule of the Milestones-Activities;
Milestone Dates(estimated)
—State Contracting
F Close out Compliance Estimatedp j C"ect oT_pIetion Date:.
Issues,or circumstances affecting completion date, ai,ilestones, scope of work, and/or cost:
Cost Status: E] Cost,Unchanged E] Under Budget El Over Budget
Cost/Financial Comments:
NOTE,Events may occur between quarterly reports,, which halve significant impaCt upon your project(s), such as
anticipated overruns, changes in scope l of work, extensi'ons, Contact the Division as soon as these,conditions are,
known, otherwise you could be non-compliant with your,sub-grant award.
Sub-Recipient Contract"Representative (POC)-
Signature" Phone-
- To be completed by Florida,Division of Emergency Mlanagernlent Project,Malogger—
Project Manager Statement: E:I ,No Action Required, OR
El Action Required.-
PM Percentage of Activates completed per PM Review QR Milestones Spreadsheet- %
Date Reviewed: Reviewer- Project Manager
49
i
{
i
Attachment
Warranties nties and Representations
Financial Management
The Sub-recipient's finan ia] management system must comply with 2 C.F.R. §200. 02.
Procurements
Any procurement undertaken with funds authorized by this Agreement must comply with the
requirements of 2 C.F.I R. §200, Part D—Pest Federal Award F equirer ent —Procurement Standards 2
D.F.F . §§200.317 through 00. 2 .
Business Hours
The Sub-Recipient shall have its offices open for business, with the entrance door open to the
public, and at least one employee on site, from:, 0 AEI-6:00 PSI, Monday T hru Friday, as
Licensing and Permittin
All subcontractors or employees hired by the Sub-Recipient shall have all current licenses and
permits required for all of the particular work for which they are hired by the Sub-Recipient.
50
i
I4
I II
I
Attachment
I
'.yk:,p'�34�h V.yo'C���, '"t�. .* .:a: � �,1`*"',*':P.4 .l'.. *.}-4;."`•`^" .�l�n µ'f*.w"' .i���h�3+�' ?[':q"' �; {yk 'SnA, "x' �"t*=�} }y';.. rw:.
'h
,r
`r.5*x f�%L' 7M1�ry ,'rsti ' k w y ,�°h.`-. :"L}':� .n •'"4 ..} r''"i ,�`�' - `i r .,� �' .4 '�x•::.. '�k• '�'}_c�xf",�::'�•.N_"k.k.. :x,...:x:t.�.._
�
Hh `ti4�
S9.
INK
y".y }� �?' ,t�.t _�5� '.�..;�,v.} �4 •7, .LL .�'h, \ `"�' �. �� '\ y\.'.V,�'� { .�i' A' �.4.
� •r�rr�� i���,-'..`.�[r.i;x '. �, �.���� - ttx}�' •: ���4 .,�,�,.,;�:Y:.::, ::.�.;•:••.,,. .ss��; ,
'}-Y, "'A r�s ;t '.,y. t,{,2.;',.' "'�'.,{ai�x.i"'''�ky`,'`J i x b C. ice,". i'.?.'.y''`•` .'X i?`..xr�`'{::,i..
ht w x ? a• �IVIwE.�,N' g•t', t x ie (,�,r"rr ,.�� tr,.a :C:-,tk.k
+ r k]}, k, ., :�.,4 , y�. h �l y,.:•"'4� \.., y� .}�., �. ;;xs Y:-::
t
,;�e �'��,. �:�' 'z •.X -x; .¢.ter: _ <.x.
'.t .:�' ..1}t\y-Y1}��� �],:51 '� ��i -� *. • �4'. .{..1.
�5�'
;'t`.tM��
l,(�]]��x � ��M1� �is 4k
„�, r4. ,,.,'k+N�". ].�5�.�,•15�.+, w�-.'::hk}1� "..fix. �.,".:.{ ,,,.,.i:, l �': .,�..w� �.! _ ,,,[ti, �h .11�r�,.J,�l Nv.+�:� O,.S L�T, k;�+'
Subcontractor Covered Transactions
The prospective subcontractor, of
the Sub-Recipient certifies, by submission of this document,ent, that neither it, its principals, nor affiliates are
presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or
disqualified from participation in this transaction by any Federal department or agency.
SUBCONTRACTOR
. Monroe County BOCC
Signature Sub-Recipient's Name - T
B0200 .,�.�
Name and Title DEM Contract Number
LPDM-PJ-04-FL-2022-001
Street Address FEMA Project Number
City, State, Zip
Date
1
Attachment I
Federal Funding Accountability and Transparency Act
Instructions and Worksheet
PURPOSE: The Federal Funding Accountability and Transparency A t FFATA was signed on
September 2 , 2006. The intent of this legislation is to empower every American with the ability to hold
the government accountable for each spending decision. The FFATA legislation requires information on
federal awards(federal assistance and expenditures) bet aide available to the public via a single,
searchable web site, which is http://www.usaspending.gov/.
The FFATA Sub-award Deporting System F RS is the reporting tool the Florida Division of Emergency
Management "FDEI "or"Division" must use to capture and report sub-award and executive
compensation data regarding first-tier sorb-awards that obligate$25,000 or more in Federal funds
{e cIud1ng Recovery overy funds as defined in section 1512 2 of the American Recovery and F einvestment
Act of 2999, Pub. L. 1 1-5 .
Note: This"instructions and orkheet" is meant to explain the requirements of the FFATA and give
clarity to the FFATA Form distributed to sub-awardees for completion.All pertinent information below
should be filled out, signed, and returned to the project manager.
ORGANIZATION AND PROJECT INFORMATION
The following information must be provided to the FIDE I prior to the FDE I's issuance of a sub-
award (Agreement)that obligates$25,000 or more in federal funds as described above. Please
provide the following information and return the signed form to the Division as requested,
PROJECT#: LPD -PJ-04-FL-222-01
FINDING AGENCY:: Federal Emergency Management Agency
AWARD AMOUNT: 514847300.00
OBLIGATION/ACTION GATE. 1111a 2r 2923
SU AWAi D DATE if applicable):
UEID SAI ##: QKLSCT2LM7M9
U E I D/SARI##
+ .:
*If your company or organization does not have a UEID/SA 1 number, you will reed to obtain one from
https://sam.gov/content/entity-registrationThe process to request a UEID/SAM number takes about tern
minutes and is free of charge.
BUSINESS NAME: Monroe County B CC
DBA NAME IF APPLICABLE):
PRINCIPAL PLACE OF BUSINESS ADDRESS.
ADDRESS LINE 1: 1 100 Simonton Street
ADDRESS LINE :
ADDRESS LINE 3:
CITY Key Vilest STATE FL ZIP D DE+4** 33040
PARENT COMPANY UEI D/ M if
applicable)
ATALOG OF FEDERAL DOMESTIC ASSISTANCE CFDA ... .
DESCRIPTION OF PROJECT Up to 4000 Characters)
As a Legislative Pre-Disaster Mitigation Assistance Grant Program project, the Sub-Recipient proposes
drainage improvements for the Twins Lake Subdivision, specifically along Adams Drive, Crane Street,
and Shaw Drive between Crane Street and Brown Drive in Key Largo, Florida, 33037.
The LP D M construction scope of work shall consist of regrading and/or elevating the roadway above the
minimum target elevation of 13 inches NAVD88 based on 2040 sea level rise projections, constructing a
gravity gall along a portion of the boundary between the edge of the road and the wetland and installing
a n'ew stormwater drainage system. The proposed stormwater drainage system consists of a gravity
collection system with a new elevated pump station discharging into five injection wells through 0-
inch and 4-inch ductile iron pipe (DIP)pressurized force mains. To facilitate the conveyance of runoff to
the pump station, a gravity collection system small be established, featuring the installation of swales,
culverts, inlets, manholes, and two 2 trunk line connecting manholes. The pump station itself i
composed of four wet wells,four )valve bones, a treatment unit, and associated electrical equipment
necessary for its operation, which includes the installation of approximately 3,600 linear feet of four 4 4-
inch duct bank Poly Vinyl Chloride (PVC) conduit line. The project also includes the purchase and
installation of a 450-kW elevated permanent diesel generator, or the adequate size determined by the
vendor and/or an electrical engineer during the bid process to appropriately support the critical utiIityk and
an automatic transfer switch ATS . The roads to be mitigated are low lying, bordered by wetlands and
two canals,and due to storms,tides, arnd sea level rise, are increasingly susceptible to long duration street
flooding, resulting in the inability to enter/exit their residences. The project shall address the flooding
issues causing residents to experience repetitive flooding on rows and structural damages.
The project shall provide protection to at least a 5--year storm event. Activities shall be completed in
strut compliance with Federal, State and Local applicable Rules and Regulations.
The generator, pump station' and all associated electrical components shall be protected against a g -
year flood event by implementing specific activities or by locating the generator(s) outside the Special
Flood Hazard Area (SFHA), comply with applicable National Flood Insurance Program NFIP
requirements and shall be protected against wind with a rated enclosure and appropriate anchoring based
on its location requirements per ABCE 7 standards, The selected site shall provide sufficient space to
maintain and fuel thegenerator(s) and shall compjy.with the National Electrical Code working clearance
53
requirements. Activities shall be completed in strict compliance with Federal, State and Local applicable
Rules and Regulations.
Project Locations:
Location Coordinates
Northern _(25.1382531 .412208)
Southern Bounq@ry__ (25.126g9Z,-80.413
Pump S 2287)
1 t tation (25.1333191 -80.41
Verify the approved proj*ect description above, ifsere is any discrepancy, please contact the project
manager.
PRINCIPAL PLACE OF PROJECT PERFORMANCE IF DIFFERENT THAN PRINCIPAL PLACE OF
BUSINESS):
ADDRESS LINE 11,: Shaw Drive, Twin Lakes Subdivision
ADDRESS LINE 2:
ADDRESS LINE 3:
CITY Key Largo STATE FL ZIP CODE+4** 33037
CONGRESSIONAL DISTRICT FOR PRINCIPAL PLACE OF PROJECT PERFORMANCE,:,
"Providing the Zip+4 ensures that the correct Congressional District is reported.
EXECUTIVE COMPENSATION INFORMATION:
1 w In your business or organizationis previous fiscal year, did your business or organization (including
parent organization, all branches,and all affiliates worldwide) receive(a)80 percent or more of your
annual gross revenues from Federal procurement contracts and subcontracts)and Federal
financial assistance(e.g. loans, grants, subgrants, and/or cooperative agreements, etc.)subject to
the Transparency Act, as defined at 2 C.F.R. 170.320; 1 (b)$25,000,000 or more in annual gross
revenues from U.S. Federal procurement contracts(and subcontracts)and Federal financial
assistance (e.g. loans, grants, sub grants, and/or cooperative agreements, etc.)subject to the
Transparency Act?
Yes No
if the answer to Question I is "Yes,"continue to Question 2.If the answer to Question 1 is '"No Yy 0
move to the signature block below to complete the certification and submittal process.
2. Does the public have access to information about the compensation of the executives in your
business or organization (including parent organization, all branches, and all affiliates worldwide)
through periodic reports filed under section 13(a) or 15(d)of the Securities Exchange Act of 1934
(15 U.S.C.78m(a), 78o(d)) Section 6104 of the Internal Revenue Code of 1986?
Yes[:] No[]
If the answer to Question 2 Is"Yels," move to the signature block below to complete the
certification and submittal process. [Note,-, Securities Exchange Commission Information should
be accessible at httpllwww.sec.gov/answers/execomp.htm. Requests for Internal Revenue Service
(IRS) "Information should be directed to the local IRS for further assistance.)
If the answer to Question 2 Is"No" FFATA reporting Is required, Provide theinformation required
In the"TOTAL COMPENSATION CHART FOR MOST RECENTLY COMPLETED FISCAL YEAR"
54
appearing below to report the "Total Gornpensation"for the five(5) most highly compensated
"'Executives", in rank order, in your orga,nization. For purposes of this request, the following terms
apply as defined ire 2, C.F.R. Ch. I Part 170 Appendix A:
"Executive" is defined as officers, managing partners, or other employees in management,positions".
"Total Compensation" is, defined as the cash and noncash dollar value earned by the executive during the
most recently completed fiscal year and includes the following:
i. Salary and bonus,
ii. Awards of st k, stock options, and stock appreciation rights,. Use the dollar amount
recognized for financial statement reporting purposies with respect to the fiscal year in
,accordance with the Statement of Financial Accounting Standards,No, 123 (Revised 2004)
(FAS, 123R), Shared Based Payments.
iii. Earnings for services under non-equity incentive plans. This does not include group life,
health, hospitalization or medical reirnbursement plans that do,not discriminate in favor of
executives, and, are available,generally to all salaried employees.
iv. Change i'n pension value. This is the change in present�,value of defined benefit and actuarial
pension plans,
V. above-marl et earnings on deferred compensation which, is not tax-qualified.
vi. Other compensation, if the aggregate valine of all such other compensation (e.g. severance,
termination payrrients, value of life insurance paid on behalf of the employee, perquisites or
property) for the executive exceeds $101000.,
TOTAL COMPENSATION CHART FOR MOST RECENTLY COMPLETED FISCAL,YEAR
(Date offiscal Year Gompletion
Rank Total Compensation
(Highest to Name, for Most Recently
Lowest) (Last, First, Mj) Title i Completed Fiscal Year
2
3
4
5
THE UNDERSIGNED CERTIFIES THAT'ON THE DATE WRITTEN BELOW, THE INFORMATION
PROVIDED HEREIN IS ACCURATE.
SIGNATURE-
gee
NAME ANC TIT LE: Roman Gastesi, County Administrator
DATE,- 10.23.2023
515
Attachment J
Mandatory Contract Provisions
Provisions:
Any contract or subcontract funded by this Agreement must contain the applicable provisions outlined in
Appendix 11 to 2 C.F.R. Part 200. It is the responsibility of the sub recipient to'Include the required
provisions. The following is a list of sample provisions from Appendix 11 to 2 C.F.R. Part 200 that be
re q u 1 red
Appendix 11 to Part 200—Contract Provisions for Non-Federal Entity
Contracts Under Federal Awards
In addition to other provisions required by the Federal agency or non-Federal entity, all contracts
made by the non-Federal entity under the Federal award must contain provisions covering the following,
as applicable.
(A)Contracts for more than the simplified acquisition threshold, which is the inflation adjusted
amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations
Council(Councils)as authorized by 41 U,S.C. 1908, must address administrative, contractual, or legal
remedies in instances where contractors violate or breach contract terms, and provide for such sanctions
and penalties as appropriate.
(B)All contracts in excess of$10,000 must address termination for use and for convenience by
the non Federal entity including the manner by which it will be affected and the basis for settlement.
(C) Equal Employment Opportunity. Except as otherwise provided under 41 C.F.R. Part 60,all
contracts that meet the definition of"federally assisted construction contract in 41 C.F.R. Part 60-1.3
must include the equal opportunity clause provided under 41 C.F.R. 60-1.4(b)I in accordance with
Executive Order 11246,"Equal Employment Opportunity" (30 FR 12319, 12935t 3 C.F.R. Part, 1964-1965
Comp., p. 339), as amended by Executive Order 11375,, "Amending Executive Order 11246 Relating to
Equal Employment Opportunity,"and implementing regulations at 41 C.F.R. part 60, "Office of Federal
Contract Compliance Programs, Equal Employment Opportunity, Department of Labor."
(D)Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program
legislation, all prime construction contracts in excess of$2,000 awarded by non-Federal entities must
include a provision for compliance with the Davis-Bacon Act(40 U.S.C. 3141-3144,and 3146-3148) as
supplemented by Department of Labor regulations (29 C.F.R. Part 5,"Labor Standards Provisions
Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the
statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the
prevailing *fied in a we I revat ing wages sped e determination made by the Secretary of Labor. In addition,
contractors must be required to pay wages not less than once a week. The non-Federal entity must place
a copy of the current prevailing wage determination issued by the Department of Labor in each
solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of
the wage determination. The non-Federal entity must report all suspected or reported violations to the
Federal awarding agency.The contracts must also include a provision for compliance with the Copeland
"Anti-Kickback"Act(40 U.,S.C. 3145), as supplemented by Department of Labor regulations (29 C.F.R.
Part 3,"Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part
by Loans or Grants from the United States"). The Act provides that each contractor or Sub-recipient must
be prohibited from inducing, by any means, any person employed in the construction, c ompletion, or
For example, the Davis-Bacon Act is not applicable to other FEIVIA grant and cooperative agreement
programs, including the Public Assistance Program or Legislative Pre-Disaster Mitigation Grant Program,
however, sub-recipient may include the provision in its subcontracts.
57
r
I
i
I
repair of public work, to give up any part of the compensation to which h e or she is otherwise entitled. The
non-Federal entity must report all suspected or reported violations to the Federal awarding agency.
E Contract Work Tours and Safety Standards Act 46 U.S.C. 37 01-370 .Where applicable, all
contracts awarded by the non-Federal entity in excess of$100,000 that involve the employment of
mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as
supplemented by D epartment of Labor regulations 29 C.F.R. Part . Under 40 U.S.C. 3702 of the Act,
each contractor must be required to compute the wages of every me hank and laborer on the basis of a
standard work week of 40 hours.Work in excess of the standard work week is permissible provided that
the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all
hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable
to construction work and provide that no laborer or mechanic must be required to work in surroundings or
ender working conditions which are unsanitary, hazardous or dangerous. These requirements do not
apply to the purchases of supplies or materials or articles ordinarily available on the open market, or
contracts for transportation or transmission of intelligence.
F bights to Inventions Made Under a Contract or Agreement. If the Federal a yard meets the
definition of"funding agreement" under 37 C.F.l , §401.2(a and the recipient or Sub-recipient wi s h es.to
enter into a contract with a small business fiat or nonprofit organization regarding the substitution of
parties, assignment or performance of experimental, developmental, or research work under that"funding
agreement,"the recipient or Sub-recipient must comply with the requirements of 37 C.F.f . Part 401"
"Rights to Inventions Made by Nonprofit organizations and Small Business Firms Under Government
Grants, Contracts and Cooperative Agreements,"and any implementing regulations issued by the
awarding agency.
G Clean AirAct 2 U.S.C. 7401-7671q. and the Federal hater Pollution Control Act 33
U.S.C. 1251-13 7 , as amended—Contracts and subgrants of amounts in excess of$150,000 must
contain a provision that requires the non-Federal award to agree to comply with all applicable standards,
orders or regulations issued pursuant to the Clean Air Act 42 U.S.C.7401-7671 q and the Federal Water
Pollution Control Act as amended 33 U.S.C. 1251-133 . Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency(EPA).
FI Debarment and Suspension(Executive orders 12549 and 1269 contract award (see 2
C.F.R. 180.220)must not be made to parties listed on the govern me ntw ide E cIuded Parti es List System
in the System for Award Management(SAM)" 1n accordance with the 0 MB guidelines at 2 C.F.R. 180 that
implement Executive Orders 12549 3 C. R Part 1966 Cornp., p. 169 and 12639 3 C.F.R. Pert 1969
Comp., p. 23 , t"[ ebarrnent and Suspension.'The Excluded Parties twist System 1n SAM contains the
names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549.
(1) Byrd Anti-Lobbying Am endment 31 U.S.C. 1 352-Contractors that apply or bid for an award
of$100,0 00 or more must 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 must also disclose any lobbying with non-
Federal funds that tales place in connection with obtaining any Federal award. Such disclosures are
forwarded from tier to tier up to the non-Federal award.
J See 2 C.F.f , §299.323 Procurement of recovered materials.
K See 2 .F.f , §200.216 Prohibition on certain telecommunication and video surveillance
services or equipment.
L See 2 C.F.R, §200.322 Domestic preferences for procurements
(Appendix II to Part 200, Revised Eff 1111212020).
58
FNMA created the 2019, PRAT Contract Provisions Template to assist non-Federal,entities. It is available
at �ia-libra[y,-d,ata/1 5699591 191092-
92358d6,3eOOdl7639d5db4deOI51,84c9/PDAT Co,nt,ractl is,iol�nsTempliate 9-30-19.pdf.
Please note,that the sub-recipient,alone is responsible for ensuring that al/language included in its,
icontracts meets the reqUirements of,2 C.F.R. §200.327 and 2 C.F.R. Part 200, Appendix /L
59
Attachment K
Certification Regarding Lobbying
Check the appropriate box:
IX This Certification regarding Lobbying is required because the Contract, Grant,Loan,or Cooperative
Agreement will exceed 1 0 F 000 pursuant to 2 C.F.R. Part 200,Appendix III ;31 U.S.C,§ 1 2;
and 44 C.F.R. Park 1 B.
❑ This Certification is of required because the Contract,Grant, Loan, or Cooperative Agreement will
be less than$100,000.
APPENDIX A,44 C.F.R. PAIN 1 -y CERTIFICATION REGARDING„LOBBYING
INN
Certification for Contracts, Grants, Loans,and Cooperative Agreements
The undersigned certifies,to the best of his or her knowledge and belief,that:
1. No Federal appropriated funds have been paid or gill be paid, by or on behalf of the undersigned,to
any person for influencing or attempting to influence an officer or employee of an agency, a Member
of Congress,an officer or employee of Congress,or an employee of a Member of Congress in
connection with the awarding of any Federal contract,the making of any Federal grant,the making of
any Federal loan,the entering into of any cooperative agreement, and the extension,continuation,
renewal, amendment,or modification of any Federal contract, grant, loan,or cooperative agreement.
2. If any funds ether than Federal appropriated funds have been paid or gill be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member mber of congress in connection with this
Federal contract,grant, loan, or cooperative agreement,the undersigned shall complete and submit
Standard Form-LLB,, "Disclosure Fora to Deport Lobbying," in accordance with its instructions.
. The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers(including subcontracts, subgrant ,and contracts under
grants, loans, and cooperative agreements)and that all subrecipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by section 1352,title 31, U.S. Code.Any person who fails to file the required certification
shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure.
The Sub-Recipient or subcontractor, Monroe County BOCC , certifies or affirms the
truthfulness and accuracy of each statement of its certification and disclosure, if any. in addition, the Contractor
understands and agrees that the provisions of 31 U.S.C. Chap.38,Administrative remedies for False Claims
and Statements,apply to this certification and disclosure, if any.
Signature of Sub-Recipient/subcontractor's Authorized Official
Roman Gatei, County Administrator
Name and Title of Sub-i ecipientt ubcontractoes Authorized Official
.2 .223
Date
MINUTES
OF THE R E COUNTY
BOARD OF COUNTY COMMISSIONERS
Regular Meeting
Board of County Commissioners
Wednesday, October 18, 2023
Marathon,Florida
Via Communication Media Technology
nolog
-regular meeting of the Monroe e o u nt Board of County ommi ioner convened at
o a.m. at the Marathon o rnm t Center and via ornmuri'oation Media Technology.
Present and answering to roll call were Conniissioner Michello Lincoln, Commissioner Holly
I a chcin, Commissioner David Rice, Conunissioner Jim Scholl, and Mayor Craig Cates. Also
present at the meeting were Bob Shillinger, County Attorney;Kevin Madok, Clerk; Liz Yongue,
' Deputy Clerk; county staff, members of the press and radio; and the general public. Roman
an
astesi, County+A in-istrator, was available by Zoom.
i
+A moment of silence wa held for Israel, and the recent passing of Hivtorian Emeritus
Tom Hambri ht.
ADDITIONS, CORRECTIONS &DELETIONS
Al Motion w as made by Commi ss Toner S droll and s e ondcd b y Comm 1 ss ioner Linen ln
granting approval of the Additions, Corrections act Deletions to the agenda. Motion carried
unanimously.
PRESENTATION OF AWARDS
B 1 Presentation of Years o f S crvic e Aw and in recognition o f 10 years o f s er i ce to Craig
Marston ton,Acting Fire Marshal with Fire Rescue.
B2 Homo e Co unty Fire Tics cue B adgc P innl ng and 0 ath Presentation ofeight n ew memo er
as follows: F1refi hter/EDIT Roberto erto o ta, Firefighter/EMT Jordan D e hir t,Firefighter/EMT
Jordan Duran, Firefighter/EMT S arnuol Gonzatez, Firefighter/EMIT Nicholas Miller, F ire fi lit r/
igna.ti E T Alberto Turner, Rr f ghter/EMIT Atejandro Vazquez and Firefigbter/EMT
olloggero.
Presentation of Employee of the Quarter Award to Janet Gunderson, Sendor Coordinator
—Grants,witb the Sustainability Department.
B 4 Pre s entation in rc cogniti on o f the 0 17-Mil e Bridg e b eing name d the B e s t P lace to
Water.the Sunset 1n Marathon.
Page 1 tO/18/2023
MISCELLANEOUS BULK ITEM
"t
C25 Judy Clarke,Director ot, =gineering/Roads,&Bridges, addressed the Board regarding
authon"zation for the County Administrator to execute Grant Agreement, Amendments and all
related grant documents'for the Florida Diviki'on of Emergency Management L egislative Pre-
Di,saster Mitigation Grant Program Project No. LPDM-PJ-04-FL-2022-001, Grant Agreement
No. B0200, for the Monroe County Twin Lakes Subdi'vi"Sion Sea Level Rise Pilot Progect, in the
Federally appropriated grant atnount of$5,484,300.00, with an,expiration date of September 21,
2025. After discussion,motion was made by Comint"ss ioner Raschein and seconded by
Commissioner Lincoln approving the iteni. Motion carried Ana nanouSty. The Board discussed
the item later in the meeting.
ENGINEERING
MI Antonette Adams, Program Management Administrator with Florida Department of
Transportation (FD T Distfict Six, gave a Power Point Presentation on the FOOT Five-Year
Tentative Work Program for Fiscal Years 2024/2025 tough 2028/2029. The following
individuals addressed the Board-, Daru'el Iglesias, FDOT District Six Director of Transporticition,
Develo lu"
nient; and Ken Jeffries, FDOT Distn'ct Six Transportation Plalilng Manager. Mr.
p
Shiltinger addressed the Board, After discussion, motion was made by Commissioner Ln'lQoln
and seconded by Commissioner Rice acknowledging the Tentative Work Program. Motion,
carried unanimously.
MISCELLANEOUS BULK IT
C25 The following *Individual addressed the Board regarding approval otend author izatl*on for
the County,Admu' ll'strator to execute Grant Agreement, Aniendments and all related grant
roc unients,for the Florida Division of Emergency Management Legislative Pre-Disaster
Mitigation Grant Program PrOject No, LPDM-PJ-04-FL-2022-00 1, Grant Agreement No. 130200,
for the Monroe County Twl'n'Lakes Subdivision Sea Level,Rise Pilot Project, 'in the federally
appropriated grant amount of$5,4 4 3 .00, with,an expirad"on date of September 21,2025:
Ste pham'e Russo. KK
ST),kFF REPORT
El Richard Clarl<:,Director of Transit gave a Power Point Pillesentation on Monroe County
Transit. The fottowingindivi'dual addressed the Board-, urn Dekle, Assistant Vice President,
Transportation Planner with WSP USA, Inc.
COUNTY ADMINISTRATOR
4*
06 Rhonda Haag, Chief Resilience Officer, addressed the Boud regardw' g a Design
Agreement with the United States Anny Corps of Etigineers (USACE), for the design and
p *tt*ng of the U.S. I shorel'erml I me revetinents as part of the Florida,Keys Coastal Storm Risk
Management Project, in the amount of$1,465,000,00, with the USAGE share of such,costs
Page 143 10/18/2023
There being no finihor us ess,the meeting of the Board of County Co ss new was
adjoumed,
Kcvl'ji Mk,CPA
Clerk and ex-moo Clerk to the
Board of County Commissioners
Monroe County,Florida
Liz Yongue, D. ".
a r
Date,.
Si a o.
Cr
Page 148 10/18/2023