HomeMy WebLinkAbout2023-153A TRUE COPY
CERTIFICATION ON LAST PAGE
",%N L. BUTLER, CLERK
SUB -RECIPIENT AGREEMENT CHECKLIST
DIVISION OF EMERGENCY MANAGEMENT
MITIGATION BUREAU
FISCAL OPERATIONS UNIT
REQUEST FOR REVIEW AND APPROVAL
SUB -RECIPIENT: Indian River County .._
PROJECT #: 4283-91-R
PROJECT TITLE: Indian River County, 1920s Bungalow, Elevation
CONTRACT #: H0566
MODIFICATION #: 1
SUB -RECIPIENT REPRESENTATIVE LPOINT OF CONTACT
Wendy Swindell
Conservation Lands Manager
5500 77th Street
Vero Beach, FL 32967
Enclosed is your copy of the proposed contract/modification between Indian River County and
the Florida Division of Emergency Management (FDEM).
COMPLETE
❑ This form is required to be included with all Reviews, Approvals, and Submittals
❑ Reviewed and Approved
❑ 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
❑ Attachment I - Federal Funding Accountability and Transparency Act (FFATA) -
completed, signed, and dated
® N/A for Modifications or State Funded Agreements
❑ Attachment K — Certification Regarding Lobbying - completed, signed, and dated
® N/A for Modifications or State Funded Agreements
❑ Attachment L — Contracts with Non -Profit Organizations - completed, signed, and
dated
® N/A for sub -recipients other than Non -Profits
❑ Electronic Submittal to the Grant Specialist Samantha Chaganis on
If you have any questions regarding this contract, or who is authorized to sign it, please contact
your Project Manager at (850) 359-9349 or email me at Liliana.Hernandez@em.myflorida.com.
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L BUTLER, CLERK
Contract Number: H0566
Project Number: 4283-91-R
MODIFICATION TO SUBGRANT AGREEMENT BETWEEN
THE DIVISION OF EMERGENCY MANAGEMENT AND
INDIAN RIVER COUNTY
This Modification Number One is made and entered into by and between the State of Florida,
Division of Emergency Management ("the Division"), and Indian River County ("the Sub -Recipient') to
modify Contract Number H0566, dated June 17, 2021 ("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 Hazard Mitigation Grant
Program of $59,235.75, in Federal Funds; and
WHEREAS, the Division and the Sub -Recipient desire to modify the Agreement; and
WHEREAS, the Agreement expired on April 6, 2023; and
WHEREAS, the Division and the Sub -Recipient desire to reinstate and extend the terms of the
Agreement, modify the Scope of Work, and increase the Federal Funding by $282,855.00 under 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 June 17, 2021 and shall end December 31, 2024, unless
terminated earlier in accordance with the provisions of Paragraph (17) of this Agreement.
3. The Agreement is amended to increase the Federal Funding by $282,855.00, for the maximum
amount payable under the Agreement to $342,090.75, (Three Hundred Forty -Two Thousand
Ninety Dollars and Seventy -Five Cents).
4. The Budget and Scope of Work, Attachment A to this Agreement, is hereby modified as set forth
in 1st Revised Attachment A to this modification, a copy of which is attached hereto and
incorporated herein by reference.
5. All provisions of the Agreement being modified and any attachments thereto in conflict with
Modification shall be and are hereby changed to conform to this Modification, effective as of the
date of the last execution of this Modification by both parties.
6. 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.
7. 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 closeout
report. The ending dates of each quarter of the program year are March 31, June 30, September
30, and December 31.
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
IN WITNESS WHEREOF, the parties hereto have executed this modification as of the dates set
out below.
SUB -RECIPIENT: INDIAN RIVER COUNTY ..
Ll
Name and Title: Jo sej2h H. Farman . Chal rinan TM c
_
Date: August 15, 2023
STATE OF FLORIDA
DIVISION OF EMERGENCY MANAGEMENT
By:
Name and Title: Kevin Guthrie, Director
Date:
Attest: Ryan L. Butler, Clerk of
Cir it Court and Comptroller
By:
w,ty Cie
:RPPR('VPIf AS TO I`OOR
W�V CI
IrlLl;
;DEPTY CO NTY,;+i :3 Y
Attachment A
(1 It Revision)
Budget and Scope of Work
STATEMENT OF PURPOSE:
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
The purpose of this Scope of Work is to elevate historical property in Vero Beach, Indian River County,
Florida, funded through the Hazard Mitigation Grant Program (HMGP) DR -4283-91-R, as approved by the
Florida Division of Emergency Management (Division) and the Federal Emergency Management Agency
(FEMA).
The Sub -Recipient, Indian River County, agrees to administer and complete the project per the application
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 Hazard Mitigation Grant Program project, the Sub -Recipient proposes to elevate a historic single-
family residence, located at 7770 Jungle Trail, Vero Beach, Florida, 32963. Coordinates: (27.73482, -
80.39329)
The proposed project shall elevate the structure one foot above the Base Flood Elevation (7' NAVD 88).
A new foundation system consisting of concrete pads and piers shall be constructed to support the
structure. Any enclosed space at grade level shall have hydrostatic vents and can only be used for
storage or parking. The project will mitigate the flooding and losses experienced during storm events.
The habitable living areas of the original structure shall be elevated, and the non -habitable areas (if any)
shall be converted to storage or parking. The project shall be designed and constructed in compliance with
the Florida Building Code, ASCE 24-14 or latest edition, the Federal Flood Risk Management Standards
(FFRMS), NFIP standards in 44 CFR, Part 60 and/or local floodplain ordinances or any other applicable
local regulations.
The project shall provide protection against a 100 -year storm event. Activities shall be completed in strict
compliance with Federal, State and Local applicable Rules and Regulations.
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 conceptual 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.
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
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 provide flood protection.
The project shall be implemented in accordance with conceptual 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) Local Building Official Building Permit.
b) A Copy of the Certificate of Occupancy or copy of the Local Building Official Inspection Report and
Final Approval, as applicable.
1. Certifying that the structure is code -compliant.
c) A Copy of the Elevation Certificate before mitigation, if available.
d) A Copy of the Final Elevation Certificate (FEMA Form 81-31), after mitigation — ensuring the
structure has been elevated to the proper elevation.
e) All Product Specification / Data Sheets (technical standards) satisfying protective requirements on
all products utilized.
A TRUE COPY
CERTIFICATION ON LAST PAGE
L. BUTLER, CLERK
f) Signed notices from the affected property owner in the Special Flood Hazard Area (SFHA) that the
Sub -Recipient shall record a Deed Notice applicable to their property, as described in section (h),
below, and that they shall maintain flood insurance.
g) Verification that the property located within a SFHA is covered by an NFIP flood insurance policy
to the amount at least equal to the project cost or to the maximum limit of coverage made available
with respect to the particular property, whichever is less.
h) Confirmation that the Sub -Recipient (or property owner) has legally recorded with the county or
appropriate jurisdiction's land records a notice that includes the name of the current property owner
(including book/page reference to record of current title, if readily available), a legal description of
the property, and the following notice of flood insurance requirements:
"This property has received Federal hazard mitigation assistance. Federal law requires that flood
insurance coverage on this property must be maintained during the life of the property regardless
of transfer of ownership of such property, pursuant to 42 U.S.C. §5154a, failure to maintain flood
insurance on this property may prohibit the owner from receiving Federal disaster assistance with
respect to this property in the event of a flood disaster. The property owner is also required to
maintain this property in accordance with the floodplain management criteria of 44 CFR 60.3 and
City/County Ordinances."
i) Letter verifying if intact archaeological features or deposits or human remains were discovered
during project activities and, if so, how they were handled in accordance with Florida Statutes,
Section 872.05.
j) Letter or documentation verifying all work followed the Secretary of Interior's Standards for
Rehabilitation as codified in 36 CFR 67.7.
k) Letter or documentation showing the picket foundation screening was placed at the bottom of the
house in replica of existing picket.
1) Letter or documentation verifying the new foundation piers mimic the existing with use of
concrete/CMU.
m) Letter or documentation verifying the front steps mimic the existing concrete steps.
n) Letter or documentation verifying the plantings native to the area and reminiscent of those found
at historic homesteads were planted at the foundation.
o) Letter or documentation verifying unusable equipment, debris, materials, petroleum products,
hazardous materials, and toxic waste were handled, managed, and disposed of to the satisfaction
of the governing local, state, and federal agencies.
p) Letter or documentation verifying if asbestos containing material, lead based pain, and/or other
toxic materials were found during constriction activities and, if so, documentation of the removal
and disposal.
q) Notice of Demolition or Asbestos Renovation forms and disposal documentation if asbestos or
asbestos containing material was discovered during construction activities.
r) 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, not all project activities may 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.
YfW'D 3UAt A
31-')A9 1;-,A.-I 00 V.OITA,')131TR3:)
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
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.
Project Management Expenses (only applies to disasters prior to August 1, 2017, all others adhere to
FEMA Policy #104-11-1 for SRMC): The Sub -Recipient shall pre -audit source documentation such as
payroll records, project time sheets, attendance logs, etc. Documentation shall be detailed information
describing tasks performed, hours devoted to each task, and the hourly rate charged for each hour
including enough information to calculate the hourly rates based on payroll records. Employee benefits
shall be clearly shown.
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.
Review and approval of any third -party in-kind services, if applicable, shall be conducted by the Division
in coordination with the Sub -Recipient.
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, conceptual 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 elevation of a structure in Vero Beach, Florida, 32963, to include the
construction of a new foundation system consisting of concrete pads and piers to support the structure
and provide protection to a historic single-family residence.
The habitable living areas of the original structure shall be elevated, and the non -habitable areas (if
any) shall be converted to storage or parking. The project shall be designed and constructed in
compliance with the Florida Building Code, ASCE 24-14 or latest edition, the Federal Flood Risk
Management Standards (FFRMS), NFIP standards in 44 CFR, Part 60 and/or local floodplain
ordinances or any other applicable local regulations.
The project shall provide protection against a 100 -year storm event. Activities shall be completed in
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
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 provide a copy of the Notice of Commencement, and a copy of the Certificate
of Occupancy or any local official Inspection Report and/or Final Approval, as applicable.
3) The Sub -Recipient shall provide a copy of the Elevation Certificate prepared before mitigation, if
available.
4) The Sub -Recipient shall submit a copy of the Elevation Certificate prepared after mitigation, showing
the Base Flood Elevation and the elevation of all components.
5) The Sub -Recipient shall submit all Product Specifications / Data Sheet(s) (technical standards)
satisfying protect requirements on all products utilized.
6) 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.
7) 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) 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 features or 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
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
stop immediately, and the proper authorities notified in accordance with Florida Statutes, Section
872.05.
4) All work must follow the Secretary of the Interior's Standards for Rehabilitation as codified in 36 CFR
67.7.
5) Foundation screening via picket shall be placed at the bottom of the house in replica of the existing
picket.
6) New foundation piers shall mimic existing with use of concrete/CMU.
7) New front steps shall mimic existing concrete stairs.
8) Appropriate foundation plantings native to the area and reminiscent of those found at historic
homesteads (to include hibiscus or other similar shrubs) shall be included .
9) Unusable equipment, debris and material shall be disposed of in an approved manner and location. In
the event significant items (or evidence thereof) are discovered during implementation of the project,
the Sub -Recipient shall handle, manage, and dispose of petroleum products, hazardous materials and
toxic waste in accordance to the requirements and to the satisfaction of the governing local, state and
federal agencies.
10) If any asbestos containing material, lead based paint, and/or other toxic materials are found during
construction activities, the Sub -Recipient must comply with all federal, state and local abatement and
disposal requirements. Upon closeout, the applicant must provide Notice of Demolition or Asbestos
Renovation forms and confirmation that any asbestos containing materials were taken to an authorized
landfill for such materials.
11) 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) 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 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.
5) The Sub -Recipient must avoid duplication of benefits between the HMGP and any other form of
assistance, as required by Section 312 of the Stafford Act, and further clarification in 44 CFR 206.191.
6) A copy of the executed subcontract agreement must be forwarded to the Division within 10 days of
execution.
7) The Sub -Recipient shall provide Verification of Flood Insurance on the property prior to closeout.
8) Special Conditions required on implementation of project:
a) All work must follow the Secretary of the Interior's Standards for Rehabilitation as codified in 36
CFR 67.7. Source of condition:
Source of condition: National Historic Preservation Act (NHPA) Monitoring Required: No
A TRUE COPY
;,ERTIFICATION ON LAST PAGE
L. BUTLER, CLERK
b) Foundation screening via picket will be placed at the bottom of the house in replica of the existing
picket.
Source of condition: National Historic Preservation Act (NHPA) Monitoring Required: No
c) New foundation piers will mimic existing with use of concrete/CMU.
Source of condition: National Historic Preservation Act (NHPA) Monitoring Required: No
d) New front steps will mimic existing concrete stairs.
Source of condition: National Historic Preservation Act (NHPA) Monitoring Required: No
e) Appropriate foundation plantings native to the area and reminiscent of those found at historic
homesteads (to include hibiscus or other similar shrubs) will be included.
Source of condition: National Historic Preservation Act (NHPA) Monitoring Required: No
f) If human remains or intact archaeological features or deposits (e.g. arrowheads, pottery, glass,
metal, etc.) are uncovered, work in the vicinity of the discovery will stop immediately and all
reasonable measures to avoid or minimize harm to the finds will be taken. The Sub -Recipient will
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 will provide immediate notice of such discoveries to
the Sub -Recipient. The Sub -Recipient shall contact the Florida Division of Historic Resources and
FEMA within 24 hours of the discovery. Work in the vicinity of the discovery may not resume until
FEMA has 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.
Source of condition: National Historic Preservation Act (NHPA) Monitoring Required: No
g) Unusable equipment, debris and material shall be disposed of in an approved manner and location.
In the event significant items (or evidence thereof) are discovered during implementation of the
project, Sub -Recipient shall handle, manage, and dispose of petroleum products, hazardous
materials and toxic waste in accordance to the requirements and to the satisfaction of the
governing local, state and federal agencies.
Source of condition: Resource Conservation and Recovery Act, aka Solid Waste Disposal Act
(RCRA) Monitoring Required: No
h) If any asbestos containing material, lead based paint, and/or other toxic materials are found during
construction activities, the Sub -Recipient must comply with all federal, state and local abatement
and disposal requirements. Upon closeout, the Sub -Recipient must provide Notice of Demolition
or Asbestos Renovation forms and confirmation that any asbestos containing materials were taken
to an authorized landfill for such materials.
Source of condition: Resource Conservation and Recovery Act, aka Solid Waste Disposal Act
(RCRA) Monitoring Required: No
This is FEMA project number 4283-91-R. It is funded under HMGP, FEMA -4283 -DR -FL and must adhere
to all program guidelines established for the HMGP in accordance with the PAS Operational Agreement
for Disaster 4283.
FEMA awarded this project on October 14, 2020; with a Pre -Award date of July 1, 2019; this Agreement
was executed on June 17, 2021, and the Period of Performance for this project shall end on December
31, 2024.
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
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
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:
Construction Plan/Technical Specifications:
Bidding / Local Procurement:
Permitting:
Construction / Installation:
Local Inspections / Compliance:
State Final Inspection / Compliance:
Closeout Compliance:
Total Period of Performance:
BUDGET
Line Item Budget*
3 Months
3 Months
4 Months
3 Months
24 Months
5 Months
5 Months
3 Months
50 Months
Project Cost
Federal Cost
Non -Federal Cost
Materials: $231,050.00
$173,287.50
$57,762.50
Labor: $195,714.00
$146,785.50
$48,928.50
Fees: $20,657.00
$15,492.75
$5,164.25
"Pre -Award: $8,700.00
$6,525.00
$2,175.00
Initial Agreement Amount:
$456,121.00
$342,090.75
$114,030.25
"**Contingency Funds:
$0.00
$0.00
$0.00
Project Total:
$456,121.00
$342,090.75
$114,030.25
*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 project has a Pre -Award, approved by FEMA in the amount of $8,700. 00 project costs with a start
date of July 1, 2019.
'This project has an estimated $0.00 in contingency funds. Per FEMA Hazard Mitigation Assistance
Guidance Part Vl, D.3.4 — Contingency funds are not automatically available for use. Prior to their release,
contingency funds must be re -budgeted to another direct cost category and identified. Post -award changes
to the budget require prior written approval from the Division (FDEM). The written request should
demonstrate what unforeseen condition related to the project arose that required the use of contingency
funds.
Project Management costs are included for this project in the amount
Funding Summary Totals
Federal Share:
Non -Federal Share:
Total Project Cost:
$342,090.75
51AI'E OF FLORIDA
INDIAN RIVER COUNTY
THIS IS TO CERTIFY THAT THIS IS A
TRUE AND CORRECT COPY OF THE
0;!GINAL ON FILE INJHIS OFFICE.
RYAN L MER
I y'
BY
of$,r DATE
(75.00%)
$114,030.25 (25.00%)
$456,121.00 (100.00%)