Backup Documents 03/24/2026 Item #16C 4 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP I C 4
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO
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 41 through#2,complete the checklist,and forward to the County Attorney Office.
Route to Addressee(s)(List in routing order) Office Initials Date
1. County Attorney Office CAO -- N/A
2. County Manager's Office BCC 17-47
3. Minutes and Records Clerk of Court's Office 3 3 I kie,
4. Send via email to:
kezia.domondAco l l i er.gov
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 Kezia Domond Grants Coordinator I, Phone Number 239 252 2748
Contact/ Department TMSD
Agenda Date Item was 3/24/2026 Agenda Item Number 16.C.4
Approved by the BCC
Type of Document Contract and POC Update Form Number of Original 2
Attached Documents Attached
PO number or account
number if document is N/A
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? KD
2. Does the document need to be sent to another agency for additional signatures? If yes, KD
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
signed by the Chairman,with the exception of most letters,must be reviewed and signed KD
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 KD
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 KD
signature and initials are required.
7. In most cases(some contracts are an exception),the original document and this routing slip
should be provided to the County Attorney Office at the time the item is input into SIRE. KD
Some documents are time sensitive and require forwarding to Tallahassee within a certain
time frame or the BCC's actions are nullified. Be aware of your deadlines!
8. The document was approved by the BCC on 3/24/2026 and all changes made during
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
Chairman's signature.
I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12
SUB-RECIPIENT AGREEMENT CHECKLIST
DIVISION OF EMERGENCY MANAGEMENT
MITIGATION BUREAU
FISCAL OPERATIONS UNIT
HMGP
REQUEST FOR REVIEW AND APPROVAL
SUB-RECIPIENT: Collier County
PROJECT#: 4337-114-R
PROJECT TITLE: Collier County, 53 Collier County Pump Stations, Generators
CONTRACT#: H0419
MODIFICATION#: Six
SUB RECIPIENT REPRESENTATIVE(POINT OF CONTACT)
Damian Cuadrado
Professional Engineer
3339 Tamiami Trail E
Suite 303
Naples, Florida 34112
Enclosed is your copy of the proposed contract/modification between Collier County and the
Florida Division of Emergency Management (FDEM).
COMPLETE
El This form is required to be included with all Reviews, Approvals, and Submittals
Z Reviewed and Approved
• Signed & Dated Electronic Copy by Official Representative
N 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
[_j Attachment I - Federal Funding Accountability and Transparency Act (FFATA) -
completed, signed, and dated
® N/A for Modifications or State Funded Agreements
_f Attachment K— Certification Regarding Lobbying - completed, signed, and dated
® N/A for Modifications or State Funded Agreements
• Attachment L— FACTS - completed, signed, and dated
❑ N/A for Modifications or State Funded Agreements
I I Attachment M — Foreign County of Concern Affivadit completed, signed, and dated
Z N/A for Modifications or State Funded Agreements
Electronic Submittal to the Grant Specialist
If you have any questions regarding this contract, or who is authorized to sign it, please contact
your Project Manager at (850) 359-9204 or email me at Shelby.Meyers@em.myflorida.com.
(`A ()
16C4 —
Contract Number: H0419
Project Number: 4337-114-R
MODIFICATION TO SUBGRANT AGREEMENT BETWEEN
THE DIVISION OF EMERGENCY MANAGEMENT AND
COLLIER COUNTY
This Modification Number Six made and entered into by and between the State of Florida,
Division of Emergency Management ("the Division"), and Collier County ("the Sub-Recipient") to modify
Contract Number H0419, dated March 18, 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$3,395,398.40 in Federal Funds; and
WHEREAS, the Division and the Sub-Recipient intend to modify the Agreement; and
WHEREAS, the Agreement expired on December 31, 2025; and
WHEREAS, the Division and the Sub-Recipient intend to reinstate and extend the terms of the
Agreement.
NOW, THEREFORE, in consideration of the mutual promises of the parties contained herein, the
parties agree as follows:
1. The Agreement is hereby reinstated and extended as though it had never expired.
2. Paragraph 8 of the Agreement is hereby amended to read as follows:
(8) PERIOD OF AGREEMENT
This Agreement shall begin March 18, 2020, and shall end December 31, 2026, unless
terminated earlier in accordance with the provisions of Paragraph (17) of this Agreement.
3. The Attachment A to the Agreement is hereby modified as set forth in 6th Revision Attachment A
to this Modification, a copy of which is attached hereto and incorporated herein by reference.
4. All provisions of the Agreement being modified and any attachments in conflict with this
Modification shall be and are hereby changed to conform with this Modification, effective on the
date of execution of this Modification by both parties.
5. All provisions not in conflict with this Modification remain in full force and effect. and are to be
performed at the level specified in the Agreement.
6. Quarterly Reports are due to the Division no later than 15 days after the end of each quarter of
the program year and shall be sent each quarter until submission of the administrative close-out
report. The ending dates for each quarter of the program year are March 31, June 30.
September 30 and December 31.
7. Attachment L - Florida Accountability Contract Tracking System (FACTS) Requirements for Non-
profit Organizations Under Section 216.1366, Florida Statutes, Instructions and Worksheet is
hereby incorporated into the Agreement and is required to be completed by the subrecipient and
returned the Division.
t1SC4
IN WITNESS WHEREOF, the parties hereto have executed this Modification as of the dates set
out below.
SUB-RE IPIENT: COLLIER COUNTY
By.
Name and Title: Amy Patterson, County Manager
Date: 3 J 3( 1 22) up
STATE OF FLORIDA
DIVISION OF EMERGENCY MANAGEMENT
By:
Name and Title: Kevin Guthrie, Director
Date:
if IC
Attachment A
(6th Revision)
Budget and Scope of Work
STATEMENT OF PURPOSE:
The purpose of this Scope of Work is to provide protection to pump stations in Collier County, Florida,
funded through the Hazard Mitigation Grant Program(HMGP) DR-4337-114-R, as approved by the Florida
Division of Emergency Management(Division) and the Federal Emergency Management Agency (FEMA).
The project is for the purchase and setup of an emergency generator system to reduce and/or mitigate the
damage that might otherwise occur from severe weather or other hazards.
The Sub-Recipient, Collier County, agrees to administer and complete the project per scope of work as
submitted by the Sub-Recipient and subsequently approved by the Division and FEMA. The Sub-Recipient
shall complete the work in accordance with all applicable Federal, State and Local Laws, Regulations, and
Codes.
PROJECT OVERVIEW:
As a Hazard Mitigation Grant Program project, the Sub-Recipient shall provide backup power to fifty-three
(53) pump stations located within Collier County, Florida.
The HMGP scope of work for the proposed project is to purchase fifty-three (53) portable generators, with
the capacity specified below for each site, or the adequate size determined by the vendor and/or an
electrical engineer during the bid process to appropriately support the critical infrastructure. Implementing
the project shall supply uninterrupted power at the critical wastewater pump stations to mitigate the risk of
sanitary overflows that can occur during severe weather events.
The portable generator(s) shall be stored at a location protected against a 500-year flood event or located
outside the Special Flood Hazard Area (SFHA) and shall be protected against wind with a rated enclosure
based on their location requirements. Activities shall be completed in strict compliance with Federal, State
and Local Rules and Regulations.
Project Locations:
i ID# Station Generator Capacity T Coordinates
1). , 101.02 65 kW 1.26.274823, -81.825054
2) . 101.04 110 kW 126 266610, -81.825325
3) 101.05 55 kW ! 26 256750, -81 823200
4) _.._..__I 101 15 55 kW 126 252941, -81.802540
5) 101.17 55 kW j 26.274049, -81.810456
6) 103.11 110 kW 26 277559, -81 750373
l _ 103.12 65 kW _ _ 26 283734 81 751392
8) 309.27 55 kW 26.160778 -81 761849
9) 104.01 1110 kW 26 235115 81 782443
10) 104.22 ' 110 kW 26.186329, -81.697913 -1
11) 105.05 110 kW i 26 255387, -81.775802
12) 107.07 65 kW 26 279709 81 729128 1
131 108.05 50 kW 26 216600, -81 725007
1 .-.. 109.05 65 kW - 26 238355, -81.812170
15) 119.00 110 kW 26 312904, -81 818454 '
16) 119.06 55 kW _ 26 313156 81.822192
17) 121.02 65 kW 26 329913, -81 827258 I
18� „ 133_00 _ _ 65 kW 26.274600, -81 763746 i,
19 138.00 110 kW 26.201884, -81 763785 i
201...- _.. _._144,00 110 kW ...___ _�..26.191377, -81,763497
21) 144,04 65 kW _26 183849, -81 764673
22) 145.00 110 kW 26 239191, 81.765910 1
23 1149.00 65 kW 1 26 312016, -81.802456 }
CA 0
16C 4 -
24), 171.00 T 110 kW 26.269385, -81.694825
251_ 180.00 1 110 kW 26.244466, -81.714953
26) 309.26 55 kW 26.160823, -81.758865 I
27) 300.07 4.50 kW 26.096933, -81.736295
281 300.12 i 65 kW 26.101982, -81.728258
29) 302.28 110 kW 26.124105 81.741754
30) 302.57 1 65 kW 26.108361 81 690512
31) 302.60 170 kW 26.089023 81.686262
32) 305.07 : 65 kW , 26.135352 81 760275
331. 305.10 65 kW 26_138090, -81.754281
1-34) 308.01 - 165 kW 26.136668, -81.770546
35/ _ 308.03 1 65 kW 26.135937, -81.778086
36 � 308.04 65 kW 26.132150, -81.768669
37 308.07 50 kW 26.142048, -81.768372
38).__-______ 309.02 50 kW 26.142203, -81.757236
39) 309.04 55 kW i 26.142084, -81.764659
40) 309.09 1 110 kW 26.164156, -81.758892
411 309.10 ' 110 kW 26 164092 -81.778198
42) 309.12 110 kW 26 164023 81 773495
43) 309.13 55 kW 26 161928 81 771464
44).__..-._._....__._...._......._._._.___309.23 1.._110 kW ' 26.157040, -81.758838
45) 309.29 _._ .---..._.i.55 kW 26.153514, -81.763472
46 312.07 1 55 kW 26.141041, -81.727545
47 313.10 65 kW 26.155586 81.722546 {
4t. 316.01 110 kW 26.028599 81.687995_.--.-.-.-.-
49) 316.02 65 kW 26.019941, -81.687201
501 316.04 1 110 kW 26.030326, -81 685000
51 318.03 . 110 kW 26.044884 81.671180
52j 318.09 ! 65 kW 26 051495 81.704230
53) 404.01 1 65 kW 26.289723 81 590772
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, design, and construction plans
presented to the Division by the Sub-Recipient and subsequently approved by the Division and FEMA.
The Sub-Recipient and contractor shall be responsible for maintaining a safe and secure worksite for
the duration of the work. The contractor shall maintain all work staging areas in a neat and presentable
condition.
The Sub-Recipient shall ensure that no contractors or subcontractors are debarred or suspended from
participating in federally funded projects.
The selected contractor shall have a current and valid occupational license/business tax receipt issued
for the type of services being performed.
The Sub-Recipient shall provide documentation demonstrating the results of the procurement process.
This shall include a rationale for the method of procurement and selection of contract type, contractor
selection and/or rejection and bid tabulation and listing, and the basis of contract price.
The Sub-Recipient shall provide an executed "Debarment, Suspension, Ineligibility, Voluntary
CA
16C4 me
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 procurement and setup of all products in accordance
with the HMGP application and associated documentation as 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 Sub-Recipient shall fully perform the approved project, as described in the application, in
accordance with the approved scope of work indicated herein, the estimate of costs indicated herein,
the allocation of funds indicated herein, and all applicable terms and conditions. The Sub-Recipient
shall not deviate from the approved project terms and conditions.
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 building department(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 shall include:
a) A letter affirming the purchase has been completed and requesting Final Inspection indicating the
exact storage location of the generators.
b) All Product Specifications/Data Sheet(s) (technical standards) satisfying protection requirements
on all products utilized.
c) Verification letter or documentation showing that when deployed the generator shall be protected
to the 500-year(0.2% annual chance)flood elevation, and when not in use it shall be stored in an
un-shaded X zone or protected to the 500-year 0.2% annual chance) flood elevation if stored in a
Special Flood Hazard Area (SFHA) or shaded X zone.
d) Proof of compliance with Project Conditions and Requirements contained herein.
3) During the course of this agreement. the Sub-Recipient shall submit requests for reimbursement.
Adequate and complete source documentation shall be submitted to support all costs (federal share
and local share) related to the project. In some cases, all project activities may not be fully complete
prior to requesting reimbursement of costs incurred in completion of this scope of work; however, a
partial reimbursement may be requested.
The Sub-Recipient shall submit an Affidavit signed by the Sub-Recipient's project personnel with each
reimbursement request attesting to the completion of the work, that disbursements or payments were
made in accordance with all agreement and regulatory conditions, and that reimbursement is due and
has not been previously requested.
The Sub-Recipient shall maintain accurate time records. The Sub-Recipient shall ensure invoices are
accurate and any contracted services were rendered within the terms and timelines of this agreement.
All supporting documentation shall agree with the requested billing period. All costs submitted for
reimbursement shall contain adequate source documentation which may include but not be limited to
cancelled checks, bank statements, Electronic Funds Transfer, paid bills and invoices, payrolls, time
and attendance records, contract and subcontract award documents.
Construction Expense: The Sub-Recipient shall pre-audit bills, invoices, and/or charges submitted by
the contractors and subcontractors and pay the contractors and subcontractors for approved bills,
invoices, and/or charges. Sub-Recipient shall ensure that all contractor/subcontractor bills, invoices,
and/or charges are legitimate and clearly identify the activities being performed and associated costs.
Cr.\()
1fsC4 _
Sub-Recipient Management Costs (SRMC) expenditure must adhere to FEMA Policy #104-11-1
HMGP Management Costs (Interim) signed November 14, 2018. FEMA defines management costs
as any: Indirect costs, Direct administrative costs, and other administrative expenses associated with
a specific project. Administrative costs are expenses incurred by a Sub-Recipient in managing and
administering the federal award to ensure that federal, state requirements are met including:
solicitation, development, review, and processing of sub-applications: delivery of technical assistance;
quarterly progress and fiscal reporting: project monitoring; technical monitoring: compliance activities
associated with federal procurement requirements; documentation of quality of work verification for
quarterly reports and closeout, payment of claims; closeout review and liquidation; and records
retention.
Any activities that are directly related to a project are not eligible under management costs. For
example, architectural, engineering, and design services are project costs and cannot be included
under management costs. Similarly,construction management activities that manage,coordinate, and
supervise the construction process from project scoping to project completion are project costs. These
activities cannot be included under management costs.
Due to Strategic Funds Management (SFM), SRMC Interim Policy requires management costs to be
obligated in increments sufficient to cover Sub-Recipient needs, for no more than one year. unless
contractual agreements require additional funding. FEMA has established a threshold where annual
increments shall be applied to larger awards,allowing smaller awards to be fully obligated. Obligations
shall be handled by the size of the total subaward.
The Sub-Recipient shall pre-audit all SRMC source documentation—personnel,fringe benefits,travel,
equipment. supplies. contractual, and indirect costs. A brief narrative is required to identify what the
funds shall be used for. Documentation shall be detailed and clearly describe each approved task
performed, hours devoted to each task, and the hourly rate charged including enough information to
calculate the hourly rates based on payroll records. Employee benefits and tasks shall be clearly
shown on the Personnel Activity Form, and all Personnel or Contractual SRMC shall be invoiced
separate from all other project 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 and 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.
C"',\
tiC 4
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 providing backup power to fifty-three (53) pump stations, located within
Collier County, Florida, by purchasing portable generators.
The portable generator(s) shall be stored at a location protected against a 500-year flood event or
located outside the SFHA and shall be protected against wind with a rated enclosure based on its
location requirements. Activities shall be completed in strict compliance with Federal, State and Local
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 letter and documentation affirming the purchase has been
completed and requesting Final Inspection indicating the exact storage location of the generator(s).
3) The Sub-Recipient shall submit all Product Specifications / Data Sheet(s) (technical standards)
satisfying protection requirements on all products utilized.
4) 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) 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 environmental permits and
clearances may jeopardize federal funding. If project is delayed for a year or more after the date of
the categorical exclusion (CATEX), then coordination with and project review by regulatory agencies
must be redone.
2) Any change, addition or supplement to the approved mitigation measure or scope of work that alters
the project (including other work not funded by FEMA, but done substantially at the same time) shall
require resubmission to the Division and FEMA for revaluation of compliance with the National
Environmental Protection Act (NEPA) and Section 106 of the National Historic Preservation Act
(NHPA) prior to initiation of any work. Non-compliance with these requirements may jeopardize
FEMA's ability to fund this project. A change in the scope of work shall be approved by the Division
and FEMA in advance regardless of the budget implications.
3) If any ground disturbance activities occur during construction. the Sub-Recipient shall monitor ground
disturbance during construction, and if any potential archeological resources are discovered, shall
immediately cease construction in that area and notify the Division and FEMA.
4) The generators are supporting a critical action and must be stored and used in an un-shaded X-zone
or must be protected to the 500-year(0 2%annual chance)flood elevation if places in a Special Flood
Hazard Area (SFHA) or shaded X-zone. The Sub-Recipient must submit documentation to the State
and FEMA documenting which protective option they have selected.
a) Any change to the portable generator storage location, shall be submitted to the Division by the
Sub-Recipient as soon as the area is known for Division Environmental Staff approval.
5) Construction vehicles and equipment used for this project shall be maintained in good working order
to minimize pollutant emissions.
1 bC 4 —
E) Programmatic:
1) 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.
2) The Division and FEMA shall approve a change in the scope of work in advance, regardless of the
budget implementations.
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(s) must be forwarded to the Division within 10 days of
execution.
7) Project approval is with the condition that the tasks, deliverables, and conditions be accomplished and
submitted 30 days prior to the Period of Performance date, for review and approval by the Division, for
submittal to FEMA for Closeout.
8) Special Conditions required for the implementation of project:
a) EO CONDITION: The generator is supporting a critical action and must be protected to the 500-
year(0.2% annual chance)flood elevation. The Sub-Recipient must submit documentation to the
State and FEMA documenting which protective option they have selected. The following 10 sites
are located outside the floodplain or wetland and condition does not apply to PS# 103.11, 103.12,
104.01, 107.07, 119.00, 138.00, 144.04, 145.00. 316.02.404.01. Source of condition: Executive
Order 11988- Floodplains Monitoring Required: No
9) 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
conditions related to the project arose that required the use of contingency funds.
10) Sub-Recipient Management Costs(SRMC), implemented under the Disaster Relief and Recovery Act
of 2018 (DRRA), amended Section 324 of the Stafford Act, and the Hazard Mitigation Grant Program
Management Costs (Interim) FEMA Policy 104-11-1. provides 100% federal funding under HMGP to
Sub-Recipients to efficiently manage the grant and complete activities in a timely manner.
a) SRMC must conform to 2 CFR Part 200. Subpart E, applicable program regulations, and Hazard
Mitigation Assistance(HMA)Guidance(2015), ensuring costs are reasonable, allowable,allocable
and necessary to the overall project.
b) Funding is for approved indirect costs, direct administrative costs, and administrative expenses
associated with this specific project and shall have adequate documentation.
c) SRMC cannot exceed 5%of the total project costs awarded.
d) SRMC is 100% federally funded and will be reimbursed based on actual costs incurred for each
individual Request for Reimbursement (RFR) submitted with the required documentation.
e) SRMC shall be reconciled against actual costs on a quarterly basis and annual basis.
f) If the Final Project Reconciliation results in a reduction of total project costs, any resulting SRMC
overpayment shall be reimbursed back to the State for return to FEMA prior to FEMA Closeout,
This is FEMA project number 4337-114-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
(A0
16C4 _
for Disaster 4337.
FEMA awarded this project on November 13, 2019;this Agreement was executed on March 18. 2020, and
the Period of Performance for this project shall end on December 31, 2026.
F) FINANCIAL CONSEQUENCES:
If the Sub-Recipient fails to comply with any term of the award, the Division shall take one or more of the
following actions, as appropriate in the circumstances:
1) Temporarily withhold cash payments pending correction of the deficiency by the Sub-Recipient:
2) Disallow all or part of the cost of the activity or action not in compliance:
3) Wholly or partly suspend or terminate the current award for the Sub-Recipient's program;
4) Withhold further awards for the program; or
5) Take other remedies that may be legally available.
SCHEDULE OF WORK
State Contracting: 4 Months
Construction Plan/Technical Specifications: 4 Months
Bidding /Local Procurement: 4 Months
Permitting: 4 Months
Construction/ Installation: 45 Months
Local Inspections/Compliance: 8 Months
State Final Inspection/Compliance: 8 Months
Closeout Compliance: 8 Months
Total Period of Performance: 85 Months
BUDGET
Line-Item Budget*
Project Cost Federal Cost Non-Federal Cost
Materials: $4,427,888.00 $3,320,916.00 $1,106,972.00
Labor: $0.00 $0.00 $0.00
Fees: $0.00 $0.00 $0.00
Initial Agreement Amount: $4,427,888.00 $3,320,916.00 $1,106,972.00
***Contingency Funds: $41,056.00 $30,792.00 $10,264,00
Project Total: $4,468,944.00 $3,351,708.00 $1,117,236.00
****SRMC
SRMC: $74,482.40 $74,482.40
SRMC Total: $74,482.40 $74,482.40
*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 an estimated $41,056.00 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
16C4 _
should demonstrate what unforeseen conditions 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.
**** Sub-Recipient Management Costs (SRMC) are included for this project in the amount of
$74,482.40 in Federal funding. Per the Hazard Mitigation Grant Program Interim FEMA Policy 104-11-
1, SRMC provides HMGP funding to Sub-Recipients to efficiently manage the grant and complete activities
in a timely manner. SRMC must conform to 2 CFR Part 200, Subpart E, ensuring costs are reasonable,
allowable, allocable and necessary to the overall project.
SRMC cannot exceed 5% of the approved total project costs awarded and shall be reimbursed at 5% for
each Request for Reimbursement(RFR)submitted with the required documentation.
If the Final Project Reconciliation results in a reduction of total project costs, any resulting SRMC
overpayment shall be reimbursed back to the State for return to FEMA prior to FEMA Closeout.
Funding Summary Totals
Federal Share. $3,351,708.00 (75.00%)
Non-Federal Share: _ $1,117,236.00 (25.00y2)_
Total Project Cost: $4,468,944.00 (100.00%)
SRMC (100% Federal) $74,482.40
1 ite -
Attachment L
Florida Accountability Contract Tracking System(FACTS)
Requirements for Non-profit Organizations Under Section 216.1366, Florida Statutes
Instructions and Worksheet
PURPOSE: Section 215.985, Florida Statutes (F.S.). amended in 2023, requires that each contract
for which a state entity makes a payment pursuant to a contract executed, amended, or extended on
or after July 1, 2023, the Division shall post any documents submitted pursuant to s. 216.1366, F.S.,
which indicates the use of state funds as remuneration under the contract or a specified payment
associated with the contract on the contract tracking system.
CONTRACT DOCUMENTATION REQUIREMENTS
Section 216.1366, F.S., amended in 2023, establishes new documentation requirements for any
contract for services executed, amended, or extended on or after July 1. 2023, with non-profit
organizations as defined in s. 215.97(2)(m). F S The contract must require the contractor to provide
documentation that indicates the amount of state funds'
• Allocated to be used during the full term of the contract for remuneration to any member of
the board of directors or an officer of the contractor.
• Allocated under each payment by the public agency to be used for remuneration of any
member of the board of directors or an officer of the contractor. The documentation must
indicate the amounts and recipients of the remuneration.
Such information must be included in the contract tracking system maintained pursuant to s. 215.985
F.S. and must be posted on the contractor's website if the contractor maintains a website.
• As used in this subsection, the term:
o "Officer" means a Chief Executive Officer(CEO), Chief Financial Officer(CFO), Chief Operating
Officer(COO), or any other position performing an equivalent function.
o "Remuneration" means all compensation earned by or awarded to personnel, whether paid or
accrued, regardless of contingency, including bonuses, accrued paid time off, severance payments,
incentive payments, contributions to a retirement plan, or in-kind payments, reimbursements, or
allowances for moving expenses, vehicles and other transportation, telephone services, medical
services, housing, and meals.
o "State funds" means funds paid from the General Revenue Fund or any state trust fund, funds
allocated by the Federal Government and distributed by the state, or funds appropriated by the state
for distribution through any grant program. The term does not include funds used for the state
Medicaid program.
Note: This"Instructions and Worksheet" is meant to explain the requirements of the Section
216.1366, F.S., amended in 2023, and give clarity to the attached form distributed to recipients and
sub-recipients for completion. All pertinent information below should be filled out, signed. and
returned to the project manager.
NON-PROFIT ORGANIZATION REMUNERATION INFORMATION
1. Is your business or organization a non-profit organization as defined in s. 215.97 (2)(m). F S.?
Yes❑ No ❑
If the answer to Question 1 is "Yes," continue to Question 2. If the answer to Question 1 is
"No", move to the signature block below to complete the certification and submittal process.
2 Will state funds be used as remuneration to any member of the board of directors or an officer in
your business or organization?
Yes ❑ No ❑
If the answer to Question 2 is "Yes," provide the information required in the "Total
Compensation Paid to Non-Profit Personnel Using State Funds" form below.A separate form
should be completed for each member of the board of directors or officer being compensated
using state funds. If the answer to Question 2 is "No", move to the signature block below to
1 isC4 _
complete the certification and submittal process.
Total Compensation Paid to Non-Profit Personnel Using State Funds
Name:
Title:
Agency Agreement/Contract#
Total Contract Amount
Contract Term:
Line Item Budget Category Total Amount Paid Amount Paid from State Funds
Salaries
Fringe Benefits
Bonuses
Accrued Paid Time Off
Severance Payments — —
Retirement Contributions
In-Kind Payments
Incentive Payments
Reimbursements/Allowances
Moving Expenses
Transportation Costs
Telephone Services
Medical Services Costs
Housing Costs
Meals
CERTIFICATION: I certify that the amounts listed above are true and accurate and in accordance with the
approved budget.
Name:
Signature:
----------
Title:
Date:
CA 0
16 4
MITIGATION
POINT OF CONTACT
PROJECT #: 4337-114-R UPDATED DATE: March 5, 2026
PROJECT TITLE: 53 Collier County Pump Stations, Generators
PRIMARY POINT OF CONTACT (POC): Must be an employee of the Sub-Recipient
NAME & TITLE: Kezia Domond - Grants Coordinator I
ADDRESS: 2885 South Horseshoe Drive, Naples, FL 34104
PHONE: 239-252-2748 MOBILE #:
E-MAIL ADDRESS: kezia.domond@collier.gov
Domond Kezia Digitally signed by DomondKezia
SIGNATURE: Date:2026.03.05 11:53:09-05'00'
1st ALTERNATE POINT OF CONTACT (SR Employee or Contractor)
NAME & TITLE: Damian Cuadrado, Project Manager III (Licensed)
COMPANY: Public Utilities Engineering & Project Management
ADDRESS: 3339 Tamiami Trail E., Suite 305, Naples, FL 34112
PHONE: 239-252-5377 MOBILE #:
E-MAIL ADDRESS: damian.cuadrado@collier.gov
Restrictions: none
2nd ALTERNATE POINT OF CONTACT (SR Employee or Contractor)
NAME & TITLE: Shon Fandrich, Principal Project Manager/Sup. of Project Management
COMPANY: Collier County PUD - Eng. & Project Management Division
ADDRESS: 3339 Tamiami Trail E., Suite 305, Naples, FL 34112
PHONE: MOBILE #: 239-315-2181
E-MAIL ADDRESS: Shon.Fandrich@collier.gov
Restrictions: none
**AUTHORIZED AGENT (or current POC listed in the executed contract as the representative)
NAME & TITLE: Amy Patterson
ADDRESS: 3299 Tamiami Trail East, Suite 202 Naples, FL 34112-5746
PHONE #: 239) 252-8383 MOBILE #:
E-MAIL ADDRESS: amy. tterson@collier.gov
SIGNATURE: (Z/21bti/dat\- -
**AUTHORIZED ENT MUST HAVE SIGNATURE AUTHORITY
EMAIL COMPLETED FORM TO YOUR PROJECT MANAGER
Bureau of Mitigation Florida Division of Emergency Management
MITIGATION
Paragraph (3) Agreement—
In accordance with section 215.971 (2), Florida Statutes, the Division's Grant Manager (Project
Manager) shall be responsible for enforcing performance of this Agreement's terms and conditions and
shall serve as the Division's liaison with the Sub-Recipient.
1. The name and address of the Representative of the Sub-Recipient responsible for the
Administration of the Agreement is the Primary Point of Contact (POC).
2. In the event that different representatives or addresses are designated by either party after
execution of the Agreement, notice of the name and address of the new representative will be
provided to the other party.
A Contractor/Consultant/Sub-Contractor CANNOT be the Primary Point of Contract (POC), as the
Representative of the Sub-Recipient (POC) responsible for the administration of the Agreement. This
must be an employee of the municipality. Could ONLY be an alternate, with the limitation of not
having signature or requesting change authority.
If the POC has changed, or you anticipate it changing in the future, please provide to your project
manager an update form with that information AS SOON AS POSSIBLE. We also recommend
designating an alternate POC if you may be out or unavailable and/or an emergency or non-compliancy
issue may arise.
Guidance for Completing the Point of Contact form
1. Project#: Enter the FEMA project number (one project per form)
2. Updated date: Enter the date the change in POC or date effective
3. Project Title: Enter the title of the project
4. New Primary Point of Contact: must be an employee of the awarded municipality Sub-
Recipient, and active in the managing the project.
a. Enter all the information for the new primary POC— Name and Title, Address, Work Phone
#, Mobile#, Email Address and signature
Alternate Point of Contact(s) Recommend that an Alternate POC, with similar experience to be able
to fill in when the Primary POC is unavailable.
5. 1st Alternate Point of Contact: employee of the awarded municipality(SR Employee) or
Contractor, or Consultant
a. Enter all the information for the Alternate POC— Name and Title, Company, Address, Work
Phone#, Mobile#, Email Address and list of restrictions.
6. 2nd Alternate Point of Contact: If applicable— employee of the awarded municipality (SR
Employee) or Contractor, or Consultant
a. Enter all the information for the alternate POC— Name and Title, Company, Address,
Work Phone#, Mobile#, Email Address and list of restrictions.
AUTHORIZED AGENT (or current POC listed in the executed contract as the representative)
7. Enter all the information for the approved Authorizing Agent— Name and Title, Address, Work
Phone#, Mobile#, Email Address and signature
Bureau of Mitigation Florida Division of Emergency Management