Loading...
Backup Documents 01/12/2021 Item #16A27 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1 6 A 2 7 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Da e 1. County Attorney Office CAO / i2---12L 2. Board of County Commissioners Office BOCC Jb y tikk _) I , 19-di 3. Minutes and Records Clerk of Court's Office 1 1( ' 1li it ao ( `� Awl 4. Send to Florida Department of See attached Emergency Management for signature: (via e-mail) PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Lisa Abatemarco-GMD Phone Number 239-252-5188 Contact/ Department Agenda Date Item was 01-12-2021 Agenda Item Number 16.A.,),4. Approved by the BCC Type of Document Modification to Subgrant Agreement Number of Original Attached Documents Attached PO number or account number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK LA 2. Does the document need to be sent to another agency for additional signatures? If yes, LA provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be LA signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the LA document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's LA signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip Lrk should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain 1I time frame or the BCC's actions are nullified. Be aware of your deadlines! \" 8. The document was approved by the BCC on 01-12-2021 and all changes made during LA the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for the 41t1+ Chairman's signature. ****See Attached Sub-Recipient Agreement Checklis for directions k �l _ S Q t• ( � b r a I:Forms/Coun o s/BCC Forms/Original Documents o in ip WWS Original 9.1T3.04,Revised 1.26.05,Revised . 4.05;Revised 11/30/12 1 6 A 7 MEMORANDUM Date: January 14, 2021 To: Lisa Abatemarco, Senior Operations Analyst Road Maintenance From: Teresa Cannon, Senior Deputy Clerk Minutes & Records Department Re: Modification to Subrecipient Agreement #H0309 Attached is an original of the document referenced above, (Item #16D27) approved by the Board of County Commissioners on Tuesday, January 12, 2021. If you have any questions, please feel free to contact me at 252-8411. Thank you Attachment Teresa L. Cannon 1 6 A 2 7 From: Teresa L. Cannon Sent: Thursday, January 14, 2021 2:10 PM To: SantabarbaraGino Subject: Item #16A27 from 01/12/21 Attachments: Item #16A27 from 01_12_2021.pdf Hi Gino, Attached is a copy of this item from Tuesdays BCC Meeting. Teresa Cannon BMR Senior Clerk II 0...,r cYx,Rr Office: 239-252-8411 Fax: 239-252-8408 tg• Teresa.Cannon@CollierClerk.com Office of the Clerk of the Circuit Court &Comptroller of Collier County r't, �` 3299 Tamiami Trail E,Suite#401 4.k(0.-.0. t`1 Naples, FL 34112-5746 www.CollierClerk.com 1 Crystal K. Kinzel �G� �c,'T couki, Collier County �'� °4 Clerk of the Circuit Court and Comptroller 1 6 A 2 7 ° 0 3315 Tamiami Trail East, Suite 102 A Naples, Florida 34112-5324 I<14 aouNTY.v\o January 14, 2021 Florida Division of Emergency Management 2702 Director's Row Orlando, FL 32809 Ms. Carmen Acosta, Enclosed is an original Modification of Subgrant Agreement No. H0309 approved by the Board on Tuesday, January 12, 2021. Please obtain additional signatures and email a copy to me at Teresa.Cannon@collierclerk.com If any questions please call, 239-252-8411. Thank you, citAdtse._\ 014.4ta cot.., r.....___ eresa Cannon, Sr. Deputy Clerk Phone-(239)252-2646 Fax-(239) 252-2755 Website-www.CollierClerk.com Email-CollierClerk@collierclerk.com 1 6 A 2 7 Teresa L. Cannon From: Teresa L. Cannon Sent: Thursday, January 14, 2021 2:08 PM To: 'carmen.Acosta@em.myflorida.com' Subject: Modification to NO. H0309 Attachments: Modification to Subgrant Agreement#H0309.pdf Ms. Acosta, Attached is the Modification to Subgrant Agreement #H0309 approved by the Board of County Commissioners at their Tuesday, January 12th, 2021 Meeting. You will be receiving a hard copy by U5P5. If you could email a fully executed copy once the additional signatures have been obtained, I'd appreciate it. Thank you Teresa.Cannon@collierclerk.com Teresa Cannon BMR Senior Clerk II c tiai iYa.kr Office: 239-252-8411 Al$.` id/ Fax: 239-252-8408 Teresa.Cannon@CollierClerk.com 5 Office of the Clerk of the Circuit Court &Comptroller of Collier County rf � 3299 Tamiami Trail E, Suite#401 Naples, FL 34112-5746 www.CollierClerk.com i i6A27 STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT Ron DeSantis Jared Moskowitz Governor Director February 21, 2021 Gerald Kurtz Principal Project Manager Collier County 2685 South Horseshoe Drive, Suite 103 Naples, Florida 34104 Re: Project Number: 4337-192-R, Collier County BOCC, Solana Road, Drainage Dear Gerald Kurtz: Enclosed is the executed Hazard Mitigation Grant Program (HMGP) contract modification number one (Contract#H0309) between Collier County Board of County Commissioners and the Division of Emergency Management. Please email all Requests for Reimbursement (Attachment D) to the project manager at Carmen.Acostaaem.mvflorida.com. The Project Manager for this contract is: Carmen Acosta, Project Manager Florida Division of Emergency Management 2555 Shumard Oak Boulevard Tallahassee, Florida 32399 If you have any specific questions regarding the contract or the Request for Reimbursement form, please contact Carmen Acosta at (850) 692-9458. Respectfully, Digitally signed by Miles E.Anderson MilesE. Anderson emailDN:cn=Miles.aMiles E.Andersnderson@eon,m.my o=DEflM,ou.c=om,Mitigation,c orida =US Dater 2021.02.22 17:14:04-05'00' Miles E. Anderson Bureau Chief, Mitigation State Hazard Mitigation Officer Enclosure DIVISION HEADQUARTERS Telephone: 850-815-4000 STATE LOGISTICS RESPONSE CENTER 2555 Shumard Oak Boulevard www.FloridaDisaster.orq 2702 Directors Row Tallahassee, FL 32399-2100 Orlando, FL 32809-5631 1 6 A 2 7 SUB-RECIPIENT AGREEMENT CHECKLIST DIVISION OF EMERGENCY MANAGEMENT MITIGATION BUREAU REQUEST FOR REVIEW AND APPROVAL SUB-RECIPIENT: Collier County Board of County Commissioners PROJECT#: 4337-192-R PROJECT TITLE: Collier County BOCC, Solana Road, Drainage - Phase 1 CONTRACT#: H0309 MODIFICATION#: 1 SUB-RECIPIENT REPRESENTATIVE(POINT OF CONTACT) Gerald Kurtz, Principal Project Mangaer, Collier County Enclosed is your copy of the proposed contract/modification between Collier County Board of County Commissioners and the Florida Division of Emergency Management (FDEM). COMPLETE Fl This form is required to be included with all Reviews, Approvals, and Submittal ❑ Signed electronic copy Reviewed and Approved Signed and Dated 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 n Attachment I - Federal Funding Accountability and Transparency Act (FFATA) completed, signed, and dated AN/A for Modifications or State Funded Agreements Electronic Submittal to the Grant Specialist Tracy O'Oeff-on Tracy,ODell em.myflorida.com If you have any questions regarding this contract, or who is authorized to sign it, please contact your Project Manager at (850) 692-9458 or email me at Carmen.Acosta@em.myflorida.com. 16A27 Contract Number: H0309 Project Number: 4337-192-R MODIFICATION TO SUBGRANT AGREEMENT BETWEEN THE DIVISION OF EMERGENCY MANAGEMENT AND THE COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS This Modification Number One made and entered into by and between the State of Florida, Division of Emergency Management ("the Division"), and the Collier County Board of County Commissioners ("the Sub-Recipient") to modify Contract Number H0309, dated, February 13, 2020 ("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$69,750.00, in Federal Funds; and WHEREAS, the Division and the Sub-Recipient desire to modify the Agreement; and WHEREAS, the Agreement expired on October 30, 2020; and WHEREAS, the Division and the Sub-Recipient desire 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 February 13, 2020 and shall end October 31, 2021, 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 1st 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. 16A27 IN WITNESS WHEREOF, the parties hereto have executed this Modification as of the dates set out below. SUB-RECIPIENT: Collier County Board of County Commissioners By: f, %t Name and Title:?en QS.�n . ('Yciir Date: 1• 12"Q1 STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT Digitally signed by Miles E.Anderson MilesE. Anderson emaDN:can==MMilesil E.es.anderso Andersn@eon,m.m o=yforiDEM,da.oocom,=Mitigation,cUS= By: Date:2021.02.22 17:14:45-05'00' Name and Title: Jared Moskowitz, Director Date: Q2/22/7071 ATTEST CRYSTAL K.KINZEL,CLERK pproved to fo egali Scott R. Teach, Dep ty County Attorney CaiXAA40,- Attest as t0 CIfIli3I1'S signature°My': 16A27 Attachment A (15t Revision) Budget and Scope of Work STATEMENT OF PURPOSE: The purpose of this Scope of Work is to improve drainage on Solana Road in Naples, Collier County, Florida, funded through the Hazard Mitigation Grant Program (HMGP) DR-4337-192- R, as approved by the Florida Division of Emergency Management (Division) and the Federal Emergency Management Agency (FEMA). The Sub-Recipient, Collier County Board of County Commissioners, shall conduct Phase I of this project, which includes the preliminary engineering designs and calculations, surveys, permitting, and notices. No construction activities are approved at this time. The Sub-Recipient shall complete the Phase I 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 improve the drainage of a section of Solana Road starting at the intersection of Solana Road and Burning Tree Drive and extending east for approximately 400 feet in Naples, Florida, 34105. Coordinates (26.196880, -81.788489 and 26.196825, -81.786840). The scope is for Phase I only, which includes but is not limited to surveying, engineering, design, plans preparation, permitting and bidding for the proposed project, for Phase II approval. No construction activities for this project have been approved. When completed, the Sub-Recipient shall provide deliverables for Phase II review of the following proposed activities. The Phase II proposed scope of work shall include to extend the culvert to replace the undersized piping and the reconstruction of approximately 1,000 feet of the open ditch section east of the terminus of the new box culvert to the river. The Solana stormwater improvement project will mitigate the flooding of the neighborhood communities in the upper Gordon River Basin. The project shall be designed to provide protection against a 25-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 Phase I 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 and contractor shall be responsible for maintaining a safe and secure 1 6 A 2 7 worksite for the duration of the work. The contractor shall maintain all 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 Phase I portion of this project in accordance with the Hazard Mitigation Grant Program application and supporting documentation as submitted to the Division and subsequently approved by the Division and FEMA. The Division and FEMA shall render a Phase II determination upon completion of the review of Phase I deliverables. No construction activities are approved at this time. The Sub-Recipient shall ensure that all applicable state, local and federal laws and regulations are followed and documented, as appropriate. Phase I consists of fees; for conducting survey, drainage study, engineering, design, public notices, and/or permitting associated with the modification(s) needed to upgrade the drainage. Verification of upstream and downstream impacts shall be necessary for determining project eligibility. All Phase I work shall be completed in accordance with all applicable state, local and federal laws and regulations and documented, as appropriate. Upon completion of Task 2, the Sub-Recipient shall submit the following documents with sufficient supporting documentation, and provide a summary of all scope of work changes, if any. a) Two sets of engineering Signed/Sealed final design and analysis, surveying, and Hydrologic and Hydraulic (H&H) Studies. b) Construction Plans and bid documents. c) Revised cost estimate for Phase II — construction (include Phase I costs), to implement the design project. d) Design documents shall provide a detailed description which includes specifics on project scope of work, depth and extent of ground disturbance at all construction locations of the project. e) Color maps including topographical, aerial, and ground disturbance. f) Color photographs of the project area and areas of ground disturbance. 1 6 A 7 g) Copy of all environmental permits or applications; any obtained from the Florida Department of Environmental Protection (FDEP), and/or local Water Management District (WMD) shall be required. Any conditions for compliance shall be included in the final design plans, narrative and project implementation actions. h) Copy of the United States Army Corps of Engineers (USACE) permit or No Permit Required notification. i) Any other documentation requested by the Division, not limited to Project Conditions and Requirements 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. Direct Expenses: 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: 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 Phase I costs related to the project as identified in the project application and this scope of work. 16A27 The Requests for Reimbursement (RFR) 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 Request for Reimbursement shall include the final Phase I project cost. Supporting documentation shall show that all contractors and subcontractors have been paid. B) Deliverables: Mitigation Activities consist of Phase I activities,which include engineering, designing, plans preparation, permitting and bidding for the proposed project, for Phase II approval, and to implement measures to improve the drainage of a section of Solana Road starting at the intersection of Solana Road and Burning Tree Drive and extending east for approximately 400 feet in Naples, Florida, 34105. The project shall be designed to provide protection against a 25-year storm event. 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 signed and sealed Engineering plans that clearly show the engineer's estimate of the pre and post-mitigation effects of the proposed project and the relationship of the damages to be mitigated (commensurate with the level of funding requested). The H&H study shall contain at least 3 scenarios, where one represents the level of protection; under each scenario, the Sub-Recipient must identify the losses before and after mitigation (structural, content, displacement, road closure duration, or any other needed to show the improvements after the mitigation project is implemented). This includes, but is not limited to, the existing and proposed hydrology and hydraulics for the level of event being mitigated. 2) Demonstrate mitigation effectiveness, in part, by showing the physical location(s) and elevation(s) of the infrastructure/structures that are being damaged and FEMA Special Flood Hazard Areas on the same plan. 3) Submit a refined cost estimate, to include final Phase I Fees and Phase II Construction Materials and Labor. D) Environmental: 1) Any change to the approved scope of work shall require re-evaluation for compliance with NEPA and other Laws and Executive Orders. 1 6 A 2 7 2) Acceptance of federal funding requires the Sub-Recipient to comply with all federal, state, and local laws. Failure to obtain all appropriate federal, state, and local environmental permits and clearances may jeopardize federal funding. 3) Meet all required Environmental laws and policies, and all necessary Environmental compliance documents shall be obtained as applicable. a) United States Army Corps of Engineers (USACE): Consultation with the USACE is required. A permit or No Permit Required shall be submitted. b) Copy of all environmental permits or applications; any obtained from the Florida Department of Environmental Protection (FDEP), and/or local Water Management District (WMD) shall be submitted. Any conditions for compliance shall be included in the final design plans, narrative, and project implementation actions. 4) Historical Preservation compliance documents shall be obtained. Review documentation required: a) Color maps including topographical and aerial with the project location clearly marked. b) Color photographs of any area with ground disturbance (electronic). c) Indicate if project site is located within a designated historic district or historic neighborhood. 5) Tribal Consultation shall be required for proposed ground disturbing activities. The following documents shall be required and submitted as part of deliverables: a) Color ground disturbance maps showing the full extent of the project footprint and depth of ground disturbance. Geographic latitude/longitude (decimal degree format) of the proposed construction areas and staging areas. b) Previous and current use of proposed project area. c) Any known site work or historic uses for the proposed location. d) Any available studies that may have taken place on the property. 6) Phase I of this project is approved with the condition that the above list of deliverables shall be submitted for review and approval by the Division and FEMA before Phase II is considered. 7) No construction work may begin until Phase II is approved by the Division and FEMA. 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) A Public Notice shall be published to notify interested parties of the proposed activity. Notices shall be published in a manner that anyone that may be affected or interested in this project has access to the posting, using the Division template, as applicable. 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 new expiration date and a new 16A27 schedule of work, to the Division a minimum of seventy (70) days prior to the expiration date, for Division processing to FEMA. 6) A copy of the executed subcontract agreement must be forwarded to the Division within 10 days of execution. 7) Phase I — Design of this 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 before Phase II — Construction is considered. 8) When Phase I is completed, the Sub-Recipient must provide 100% completed designs, calculations, a full set of signed and sealed plans and, permits for a Phase II review. A final BCA using developed technical data and study results will take place. The data inputs to the final BCA for Phase II approval, must be based on the inputs and outputs of a hazard related study such as erosion, Hydraulic & Hydrologic study, damage calculations, road closures, etc. No assumptions or historical damage will be acceptable for final BCA of Phase II approval. No construction activities for this project have been approved. 9) 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. This is FEMA project number 4337-192-R. It is funded under HMGP, FEMA-4337-DR-FL and must adhere to all program guidelines established for the HMGP in accordance with the PAS Operational Agreement for Disaster 4337. FEMA awarded this project on July 26, 2019; this Agreement was executed on February 13, 2020; and the Period of Performance for this project shall end on October 31, 2021. 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. 0 16A27 Schedule of Work Phase I— State/Local Contracting: 3 Months Bidding / Local Procurement: 5 Months Design Specifications: 12 Months Permitting /Survey: 4 Months Deliverables Submitted to FDEM: 3 Months Total Period of Performance: 27 Months BUDGET Line Item Budget* Project Cost Federal Share Non-Federal Share Materials: $0.00 $0.00 $0.00 Labor: $0.00 $0.00 $0.00 Fees: $93,000.00 $69,750.00 $23,250.00 Initial Agreement Amount: $93,000.00 $69,750.00 $23,250.00 ***Contingency Funds: $0.00 $0.00 $0.00 Project Total: $93,000.00 $69,750.00 $23,250.00 *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 Ion g as the overall amount of the funds obligated under this Agreem ent is not increased. ***This project has an estimated$0.00 in contingency funds. Per FEMA Hazard Mitigation Assistance Guidance Part VI, 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 of$0.00 Funding Summary Federal Share: $69,750.00 (75.00%) Non-Federal Share: $23,250.00 (25.00%) Total Project Cost: $93,000.00 (100.00%)