Loading...
HomeMy WebLinkAbout2024-154A1. Federal Award No. 693JJ32440528 4. Award To Indian River County 1801 27`h Street Vero Beach, FL 32960-3365 Unique Entity Id.: FB3SLJJZ38K9 TIN No.: 59-6000674 6. Period of Performance Effective Date of Award — Twenty-one (2 1) months 8. Type of Agreement Grant 10. Procurement Request No. HSA240320PR 12. Submit Payment Requests To See Article 5. 14. Description of the Project Creation of a Safety Action Plan RECIPIENT 15. Signature of Person Authorized to Sign Signature Date Name: Andrew Sobczak Title: Planning and Development Services Director Indian River County 2. Effective Date 3. Assistance See No. 16 Below Listings No. 20.939 5. Sponsoring Office U.S. Department of Transportation Federal Highway Administration Office of Safety 1200 New Jersey Avenue, SE HSSA-1, Mail Drop E71-117 Washington, DC 20590 7. Total Amount Federal Share: $160,000.00 Recipient Share: $40,000.00 Other Federal Funds: $0 Other Funds: $0 Total: $200,000.00 9. Authority Section 24112 of the Infrastructure Investment and Jobs Act (Pub. L. 117-58, November 15, 2021; also referred to as the "Bipartisan Infrastructure Law" or "BIL") 11. Federal Funds Obligated $160,000.00 13. Accounting and Appropriations Data 15X0173E50.0000.055SR10500.5592000000.4 1010.610066 FEDERAL HIGHWAY ADMINISTRATION 16. Signature of Agreement Officer Signature Name: Hector Santamaria Title: Agreement Officer 1of15 Date U.S. DEPARTMENT OF TRANSPORTATION GRANT AGREEMENT UNDER THE FISCAL YEAR 2023 SAFE STREETS AND ROADS FOR ALL GRANT PROGRAM This agreement is between the United States Department of Transportation's (the "USDOT") Federal Highway Administration (the "FHWA") and the Indian River County (the "Recipient"). This agreement reflects the selection of the Recipient to receive a Safe Streets and Roads for All ("SS4A") Grant for the Indian River County Safe Streets For All Action Plan. The parties therefore agree to the following: ARTICLE 1 GENERAL TERMS AND CONDITIONS 1.1 General Terms and Conditions. (a) In this agreement, "General Terms and Conditions" means the content of the document titled "General Terms and Conditions Under the Fiscal Year 2023 Safe Streets and Roads for All ("SS4A") Grant Program,", which is available at https://www.transportation.gov/grants/ss4a/grant-agreements under "Fiscal Year 2023." Articles 7-30 are in the General Terms and Conditions. The General Terms and Conditions are part of this agreement. (b) The Recipient acknowledges that it has knowledge of the General Terms and Conditions. Recipient also states that it is required to comply with all applicable Federal laws and regulations including, but not limited to, the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR part 200); National Environmental Policy Act (NEPA) (42 U.S.C. § 4321 et seq.); and Build America, Buy America Act (BIL, div. G §§ 70901-27). (c) The Recipient acknowledges that the General Terms and Conditions impose obligations on the Recipient and that the Recipient's non-compliance with the General Terms and Conditions may result in remedial action, termination of the SS4A Grant, disallowing costs incurred for the Project, requiring the Recipient to refund to the FHWA the SS4A Grant, and reporting the non-compliance in the Federal -government -wide integrity and performance system. 2 of 15 ARTICLE 2 APPLICATION, PROJECT, AND AWARD 2.1 Application. Application Title: Indian River County Safe Streets For All Action Plan Application Date: 07-07-2023 2.2 Award Amount. SS4A Grant Amount: $160,000.00 2.3 Federal Obligation Information. Federal Obligation Type: Single 2.4 Budget Period. Budget Period: See Block 6 of Page I 2.5 Grant Designation. Designation: Planning and Demonstration ARTICLE 3 SUMMARY PROJECT INFORMATION 3.1 Summary of Project's Statement of Work. The purpose of this project is to create a Safety Action Plan for Indian River County to implement safe streets initiatives to reduce roadways deaths and serious injuries. The project will be completed in one phase. 3.2 Project's Estimated Schedule. Action Plan Schedule Milestone Schedule Date Planned NEPA Completion Date: 1 month after fully executed agreements Planned Draft Plan Completion Date: 12 months after fully executed agreements Planned Final Plan Completion Date: 14 months after fully executed agreements Planned Final Plan Adoption Date: 16 months after fully executed agreements Planned SS4A Final Report Date: 18 months after fully executed agreements 3of15 3.3 Project's Estimated Costs. (a) Eligible Project Costs Eligible Project Costs SS4A Grant Amount: $160,000.00 Other Federal Funds: $0 State Funds: $0 Local Funds: $40,000.00 In -Kind Match: $0 Other Funds: $0 Total Eligible Project Cost: $200,000.00 (b) Cost Classification Table — Planning and Demonstration Grants with demonstration activities and Implementation Grants Only — not applicable (c) Indirect Costs Indirect costs are allowable under this Agreement in accordance with 2 CFR part 200 and the Recipient's approved Budget Application. In the event the Recipient's indirect cost rate changes, the Recipient will notify FHWA of the planned adjustment and provide supporting documentation for such adjustment. This Indirect Cost provision does not operate to waive the limitations on Federal funding provided in this document. The Recipient's indirect costs are allowable only insofar as they do not cause the Recipient to exceed the total obligated funding. 4.1 Recipient Contact(s). Brian Freeman MPO Staff Director Indian River County MPO 1801 27th Street Vero Beach, FL 32960 772-226-1990 bfreeman@indianriver.gov ARTICLE 4 RECIPIENT INFORMATION 4 of 15 4.2 Recipient Key Personnel. Name Title or Position Brian Freeman 1 MPO Staff Director Andrew Sobczak I Director 4.3 USDOT Project Contact(s). Safe Streets and Roads for All Program Manager Federal Highway Administration Office of Safety HSSA-1, Mail Stop: E71-117 1200 New Jersey Avenue, S.E. Washington, DC 20590 202-366-2822 SS4A.FHWA@dot.gov and Agreement Officer (AO) Federal Highway Administration Office of Acquisition and Grants Management HCFA -33, Mail Stop E62-310 1200 New Jersey Avenue, S.E. Washington, DC 20590 202-493-2402 HCFASS4A(a,dot. og_v and Division Administrator — Florida Agreement Officer's Representative (AOR) 3500 Financial Plaza, Suite 400 Tallahassee, FL 32312 (850)553-2200 florida.fhwa@dot.gov and Kevin Burgess Florida Division Office Lead Point of Contact Safety Engineer 3500 Financial Plaza, Suite 400 Tallahassee, FL 32312 (850)553-2229 kevin.burgess@dot.gov Planning and Development Services Indian River County 5of15 ARTICLE 5 USDOT ADMINISTRATIVE INFORMATION 5.1 Office for Subaward and Contract Authorization. USDOT Office for Subaward and Contract Authorization: FHWA Office of Acquisition and Grants Management SUBAWARDS AND CONTRACTS APPROVAL Note: See 2 CFR § 200.331, Subrecipient and contractor determinations, for definitions of subrecipient (who is awarded a subaward) versus contractor (who is awarded a contract). Note: Recipients with a procurement system deemed approved and accepted by the Government or by the Agreement Officer (the "AO") are exempt from the requirements of this clause. See 2 CFR 200.317 through 200.327. Note: This clause is only applicable to grants that do not include construction. In accordance with 2 CFR 200.308(c)(6), unless described in the application and funded in the approved award, the Recipient must obtain prior written approval from the AO for the subaward, transfer, or contracting out of any work under this award above the Simplified Acquisition Threshold. This provision does not apply to the acquisition of supplies, material, equipment, or general support services. Approval will be issued through written notification from the AO or a formal amendment to the Agreement. The following subawards and contracts are currently approved under the Agreement by the AO. This list does not include supplies, material, equipment, or general support services which are exempt from the pre -approval requirements of this clause. 5.2 Reimbursement Requests (a) The Recipient may request reimbursement of costs incurred within the budget period of this agreement if those costs do not exceed the amount of funds obligated and are allowable under the applicable cost provisions of 2 C.F.R. Part 200, Subpart E. The Recipient shall not request reimbursement more frequently than monthly. (b) The Recipient shall use the DELPHI iSupplier System to submit requests for reimbursement to the payment office. When requesting reimbursement of costs incurred or credit for cost share incurred, the Recipient shall electronically submit supporting cost detail with the SF -270 (Request for Advance or Reimbursement) or SF -271 (Outlay Report and Request for Reimbursement for Construction Programs) to clearly document all costs incurred. (c) The Recipient's supporting cost detail shall include a detailed breakout of all costs incurred, including direct labor, indirect costs, other direct costs, travel, etc., and the Recipient shall identify the Federal share and the Recipient's share of costs. If the Recipient does not provide sufficient detail in a request for reimbursement, the Agreement Officer's Representative (the "AOR") may withhold processing that request until the Recipient provides sufficient detail. (d) The USDOT shall not reimburse costs unless the AOR reviews and approves the costs to ensure that progress on this agreement is sufficient to substantiate payment. (e) In the rare instance the Recipient is unable to receive electronic funds transfers (EFT), payment by EFT would impose a hardship on the Recipient because of their inability to manage an account at a financial institution, and/or the Recipient is unable to use the DELPHI iSupplier System to submit their requests for disbursement, the FHWA may waive the requirement that the Recipient use the DELPHI iSupplier System. The Recipient shall contact the Division Office Lead Point of Contact for instructions on and requirements related to pursuing a waiver. 6 of 15 (f) The requirements set forth in these terms and conditions supersede previous financial invoicing requirements for Recipients. ARTICLE 6 SPECIAL GRANT TERMS 6.1 SS4A funds must be expended within five years after the grant agreement is executed and DOT obligates the funds, which is the budget period end date in section 10.3 of the Terms and Conditions and section 2.4 in this agreement. 6.2. The Recipient demonstrates compliance with civil rights obligations and nondiscrimination laws, including Titles VI of the Civil Rights Act of 1964, the Americans with Disabilities Act (ADA), and Section 504 of the Rehabilitation Act, and accompanying regulations. Recipients of Federal transportation funding will also be required to comply fully with regulations and guidance for the ADA, Title VI of the Civil Rights Act of 1964, Section 504 of the Rehabilitation Act of 1973, and all other civil rights requirements. 6.3 SS4A Funds will be allocated to the Recipient and made available to the Recipient in accordance with FHWA procedures. 6.4 The Recipient of a Planning and Demonstration Grant acknowledges that the Action Plan will be made publicly available and agrees that it will publish the final Action Plan on a publicly available website. 6.5 There are no other special grant requirements. 7 of 15 ATTACHMENT A PERFORMANCE MEASUREMENT INFORMATION Study Area: Indian River County Table 1: Performance Measure Table 8 of 15 Measurement Measure Category and Description Frequency and Reporting Deadline Percent of Funds to Underserved Within 120 days Equity Communities: Funding amount (of total after the end of the project amount) benefitting underserved period of communities, as defined by USDOT performance Costs Project Costs: Quantification of the cost Within 120 days of each eligible project carried out using after the end of the period of the grant performance Lessons Learned and Lessons Learned and Recommendations: Within 120 days Recommendations Description of lessons learned and any after the end of the recommendations relating to future Period of projects or strategies to prevent death and Performance serious injury on roads and streets. 8 of 15 ATTACHMENT B CHANGES FROM APPLICATION Describe all material differences between the scope, schedule, and budget described in the application and the scope, schedule, and budget described in Article 3. The purpose of Attachment B is to clearly and accurately document any differences in scope, schedule, and budget to establish the parties' knowledge and acceptance of those differences. See Article I 1 for the Statement of Work, Schedule, and Budget Changes. If there are no changes, please insert "N/A" in Section 3.3 of the table. Scope: N/A Schedule: N/A Budget: N/A The table below provides a summary comparison of the project budget. Fund Source Application $ % Section 3.3 $ % Previously Incurred Costs (Non -Eligible Project Costs) y e N/A N/A Federal Funds Non -Federal Funds N/A N/A Total Previously Incurred Costs N/A N/A N/A Future Eligible Project Costs_ N/A SS4AFunds Other Federal Funds N/A N/A Non -Federal Funds N/A N/A Total Future Eligible Project Costs N/A N/A Total Project Costs N/A N/A 9 of 15 ATTACHMENT C RACIAL EQUITY AND BARRIERS TO OPPORTUNITY 1. Efforts to Improve Racial Equity and Reduce Barriers to Opportunity. The Recipient states that rows marked with "X" in the following table align with the application: 2. Supporting Narrative. Indian River County has created and enforced policies and procedures that ensure equity is considered with all proposed transportation improvements and programs. The MPO recently completed a Community Characteristics Report of 24 geographic sub -areas of Indian River County based on 2020 Census and American Community Survey data. The Community Characteristics Report is useful in identifying disadvantaged communities within Indian River County, such as the unincorporated community of Gifford which has a population that is 75% African-American, the highest concentrations of poverty in Indian River County (38% of residents are below the poverty level), and the lowest median household income ($21,876) within the county. Because Gifford is a community with a significant population that is transportation disadvantaged, Indian River County has implemented public transit services (fare free) and developed a Gifford Neighborhood Plan with extensive community participation that identifies needed transportation and other infrastructure improvements. 10 of 15 A racial equity impact analysis has been completed for the Project. (Identify a report on that analysis or, if no report was produced, describe the analysis and its results in the supporting narrative below.) The Recipient or a project partner has adopted an equity and inclusion program/plan or has otherwise instituted equity -focused policies related to project procurement, material sourcing, construction, inspection, hiring, or other activities designed to ensure racial equity in the overall delivery and implementation of the Project. (Idents the relevant programs, plans, or policies in the supporting narrative below.) The Project includes physical -barrier -mitigating land bridges, caps, lids, linear parks, and multimodal mobility investments that either redress past barriers to opportunity or that proactively create new connections and opportunities for underserved communities that are underserved by transportation. (Identify the relevant investments in the supporting narrative below.) The Project includes new or improved walking, biking, and rolling access for x individuals with disabilities, especially access that reverses the disproportional impacts of crashes on people of color and mitigates neighborhood bifurcation. (Idents the new or improved access in the supporting narrative below) The Project includes new or improved freight access to underserved communities to increase access to goods and job opportunities for those underserved communities. (Idents the new or improved access in the supporting narrative below.) The Recipient has taken other actions related to the Project to improve racial x equity and reduce barriers to opportunity, as described in the supporting narrative below. The Recipient has not yet taken actions related to the Project to improve racial equity and reduce barriers to opportunity but intends to take relevant actions described in the supporting narrative below. The Recipient has not taken actions related to the Project to improve racial equity and reduce barriers to opportunity and will not take those actions under this award. 2. Supporting Narrative. Indian River County has created and enforced policies and procedures that ensure equity is considered with all proposed transportation improvements and programs. The MPO recently completed a Community Characteristics Report of 24 geographic sub -areas of Indian River County based on 2020 Census and American Community Survey data. The Community Characteristics Report is useful in identifying disadvantaged communities within Indian River County, such as the unincorporated community of Gifford which has a population that is 75% African-American, the highest concentrations of poverty in Indian River County (38% of residents are below the poverty level), and the lowest median household income ($21,876) within the county. Because Gifford is a community with a significant population that is transportation disadvantaged, Indian River County has implemented public transit services (fare free) and developed a Gifford Neighborhood Plan with extensive community participation that identifies needed transportation and other infrastructure improvements. 10 of 15 The Project will identify sidewalks, shared use paths, bike lanes, and public transit amenities needed to improve access within Indian River County communities like Gifford (75% African-American population). In particular, the Project will examine the Martin Luther King Blvd. (45th Street) corridor in Gifford and recommend access improvements for that corridor. 11 of 15 ATTACHMENT D CLIMATE CHANGE AND ENVIRONMENTAL JUSTICE IMPACTS 1. Consideration of Climate Change and Environmental Justice Impacts. The Recipient states that rows marked with "X" in the following table align with the application: 12 of 15 The Project directly supports a Local/Regional/State Climate Action Plan that results in lower greenhouse gas emissions. (Identify the plan in the supporting narrative below.) The Project directly supports a Local/Regional/State Equitable Development Plan that results in lower greenhouse gas emissions. (Idents the plan in the supporting narrative below.) The Project directly supports a Local/Regional/State Energy Baseline Study that results in lower greenhouse gas emissions. (Identify the plan in the supporting narrative below.) The Recipient or a project partner used environmental justice tools, such as the EJScreen, to minimize adverse impacts of the Project on environmental justice communities. (Identify the tool(s) in the supporting narrative below.) The Project supports a modal shift in freight or passenger movement to reduce x emissions or reduce induced travel demand. (Describe that shift in the supporting narrative below.) The Project utilizes demand management strategies to reduce congestion, induced travel demand, and greenhouse gas emissions. (Describe those strategies in the supporting narrative below.) The Project incorporates electrification infrastructure, zero -emission vehicle infrastructure, or both. (Describe the incorporated infrastructure in the supporting narrative below.) The Project supports the installation of electric vehicle charging stations. (Describe that support in the supporting narrative below) The Project promotes energy efficiency. (Describe how in the supporting narrative below.) The Project serves the renewable energy supply chain. (Describe how in the supporting narrative below.) x The Project improves disaster preparedness and resiliency (Describe how in the supporting narrative below.) The Project avoids adverse environmental impacts to air or water quality, wetlands, and endangered species, such as through reduction in Clean Air Act criteria pollutants and greenhouse gases, improved stormwater management, or improved habitat connectivity. (Describe how in the supporting narrative below.) The Project repairs existing dilapidated or idle infrastructure that is currently causing environmental harm. (Describe that infrastructure in the supporting narrative below.) The Project supports or incorporates the construction of energy- and location - efficient buildings. (Describe how in the supporting narrative below.) The Project includes recycling of materials, use of materials known to reduce or reverse carbon emissions, or both. (Describe the materials in the supporting narrative below.) 12 of 15 Supporting Narrative. Located along the Atlantic coast of Florida, Indian River County is vulnerable to natural disasters, such as hurricanes, as well as impacts from climate change such as sea level rise. To address the County's need for resiliency and protection of the natural environment, the County has prepared a Resiliency Study, a Lagoon Management Plan, a Beach Preservation Plan, a Manatee Protection Plan, a Sea Turtle Habitat Conservation Plan, and others. In addition, the MPO's Long Range Transportation Plan considers the impacts of climate change and the need for resilient transportation systems. All improvements recommended by the project will be resilient. The Project will support a modal shift in passenger movement by promoting alternative modes of travel, such as public transportation (fare -free) and bicycle and pedestrian facilities within Indian River County, and particularly in the unincorporated community of Gifford, a disadvantaged community with a minority -majority population (75% African-American) and the highest concentrations of poverty within Indian River County (38% of residents are below the poverty level). 13 of 15 The Recipient has taken other actions to consider climate change and x environmental justice impacts of the Project, as described in the supporting narrative below. The Recipient has not yet taken actions to consider climate change and environmental justice impacts of the Project but will take relevant actions described in the supporting narrative below. The Recipient has not taken actions to consider climate change and environmental justice impacts of the Project and will not take those actions under this award. Supporting Narrative. Located along the Atlantic coast of Florida, Indian River County is vulnerable to natural disasters, such as hurricanes, as well as impacts from climate change such as sea level rise. To address the County's need for resiliency and protection of the natural environment, the County has prepared a Resiliency Study, a Lagoon Management Plan, a Beach Preservation Plan, a Manatee Protection Plan, a Sea Turtle Habitat Conservation Plan, and others. In addition, the MPO's Long Range Transportation Plan considers the impacts of climate change and the need for resilient transportation systems. All improvements recommended by the project will be resilient. The Project will support a modal shift in passenger movement by promoting alternative modes of travel, such as public transportation (fare -free) and bicycle and pedestrian facilities within Indian River County, and particularly in the unincorporated community of Gifford, a disadvantaged community with a minority -majority population (75% African-American) and the highest concentrations of poverty within Indian River County (38% of residents are below the poverty level). 13 of 15 ATTACHMENT E LABOR AND WORKFORCE 1. Efforts to Support Good -Paying Jobs and Strong Labor Standards The Recipient states that rows marked with "X" in the following table align with the application: 14 of 15 The Recipient demonstrate, to the full extent possible consistent with the law, an x effort to create good -paying jobs with the free and fair choice to join a union and incorporation of high labor standards. (Identify the relevant agreements and describe the scope of activities they cover in the supporting narrative below.) The Recipient or a project partner has adopted the use of local and economic hiring preferences in the overall delivery and implementation of the Project. (Describe the relevant provisions in the supporting narrative below.) The Recipient or a project partner has adopted the use of registered apprenticeships in the overall delivery and implementation of the Project. (Describe the use of registered apprenticeship in the supporting narrative below.) The Recipient or a project partner will provide training and placement programs for underrepresented workers in the overall delivery and implementation of the Project. (Describe the training programs in the supporting narrative below.) The Recipient or a project partner will support free and fair choice to join a union in the overall delivery and implementation of the Project by investing in workforce development services offered by labor-management training partnerships or setting expectations for contractors to develop labor-management training programs. (Describe the workforce development services offered by labor-management training partnerships in the supporting narrative below.) The Recipient or a project partner will provide supportive services and cash assistance to address systemic barriers to employment to be able to participate and thrive in training and employment, including childcare, emergency cash assistance for items such as tools, work clothing, application fees and other costs of apprenticeship or required pre-employment training, transportation and travel to training and work sites, and services aimed at helping to retain underrepresented groups like mentoring, support groups, and peer networking. (Describe the supportive services and/or cash assistance provided to trainees and employees in the supporting narrative below.) The Recipient or a project partner has documented agreements or ordinances in place to hire from certain workforce programs that serve underrepresented groups. (Idents the relevant agreements and describe the scope of activities they cover in the supporting narrative below) 14 of 15 2. Supporting Narrative. As adopted in many policies and procedures, Indian River County has created a work environment for good paying jobs and equal opportunity. The County's Equal Employment Opportunity Program was first adopted in 1989 and has been updated in the years following. The County workforce includes both union and non-union employees. Employees are provided a free and fair choice to join a union. Employees who join a union are covered by collective bargaining agreements, which are with Teamsters, Local Union No. 769 (effective October 1, 2022) and the International Association of Fire Fighters Local 2201 (also effective October 1, 2022). In recent years, a competitive employment market has created challenges in County hiring. As a result, the County has updated many of its employee benefits and has also initiated a Compensation Study to review County pay practices. 15 of 15 The Recipient or a project partner participates in a State/Regional/Local comprehensive plan to promote equal opportunity, including removing barriers to hire and preventing harassment on work sites, and that plan demonstrates action to create an inclusive environment with a commitment to equal opportunity, including: a. affirmative efforts to remove barriers to equal employment opportunity above and beyond complying with Federal law; b. proactive partnerships with the U.S. Department of Labor's Office of Federal Contract Compliance Programs to promote compliance with EO 11246 Equal Employment Opportunity requirements and meet the requirements as outlined in the Notice of Funding Opportunity to make good faith efforts to meet the goals of 6.9 x percent of construction project hours being performed by women and goals that vary based on geography for construction work hours and for work being performed by people of color; c. no discriminatory use of criminal background screens and affirmative steps to recruit and include those with former justice involvement, in accordance with the Fair Chance Act and equal opportunity requirements; d. efforts to prevent harassment based on race, color, religion, sex, sexual orientation, gender identity, and national origin; e. training on anti -harassment and third -party reporting procedures covering employees and contractors; and f. maintaining robust anti -retaliation measures covering employees and contractors. (Describe the equal opportunityplan in the supporting narrative below) The Recipient has taken other actions related to the Project to create good - x paying jobs with the free and fair choice to join a union and incorporate strong labor standards. (Describe those actions in the supporting narrative below) The Recipient has not yet taken actions related to the Project to create good - paying jobs with the free and fair choice to join a union and incorporate strong labor standards but, before beginning construction of the project, will take relevant actions described in the supporting narrative below. The Recipient has not taken actions related to the Project to improving good - paying jobs and strong labor standards and will not take those actions under this award. 2. Supporting Narrative. As adopted in many policies and procedures, Indian River County has created a work environment for good paying jobs and equal opportunity. The County's Equal Employment Opportunity Program was first adopted in 1989 and has been updated in the years following. The County workforce includes both union and non-union employees. Employees are provided a free and fair choice to join a union. Employees who join a union are covered by collective bargaining agreements, which are with Teamsters, Local Union No. 769 (effective October 1, 2022) and the International Association of Fire Fighters Local 2201 (also effective October 1, 2022). In recent years, a competitive employment market has created challenges in County hiring. As a result, the County has updated many of its employee benefits and has also initiated a Compensation Study to review County pay practices. 15 of 15