R21-057 1 RESOLUTION NO. R21-057
2 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA,
3 AUTHORIZE THE CITY MANAGER TO SIGN A FEDERAL FINANCIAL
4 ASSISTANCE SUBRECIPIENT AGREEMENT WITH THE FLORIDA
5 DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES
6 (FDACS) FOR THE 2020 MANAGING COMMUNITY FORESTS GRANT
7 PROGRAM FOR A REIMBURSEMENT AMOUNT OF UP TO $25,000;
8 AND PROVIDING AN EFFECTIVE DATE.
9
10 WHEREAS, Section 589.28, Florida Statutes, authorizes the Florida Department of
11 Agriculture and Consumer Services(FDACS)to cooperate with local governments to promote the
12 planting and protection of trees to improve the beauty and livability of urban environments; and
13 WHEREAS, The 2020 Managing Community Forests grant is intended to help local
14 governments start or develop urban forestry programs by establishing a clear path to creating an
15 effective management program; and
16 WHEREAS, as grant recipient, the City of Boynton Beach will receive three contracts,
17 totaling up to $55,000, over a three-year period as follows: 2021-22: Tree Inventory (up to
18 $25,000), 2022-23: Urban Forestry Master Plan (up to $15,000), 2023-24: Tree Planting Project
19 (up to $15,000); and
20 WHEREAS,the$25,000 for a Tree Inventory in FY21/22 will be made available through
21 a cost reimbursement grant, which will require execution of the attached Federal Financial
22 Assistance Subrecipient Agreement with FDACS; and
23 WHEREAS, the City Commission of the City of Boynton Beach, Florida, upon the
24 recommendation of staff, deems it to be in the best interests of the City residents to approve and
25 authorize the City Manager to sign a Federal Financial Assistance Subrecipient Agreement with
26 the Florida Department of Agriculture and Consumer Services (FDACS) for the 2020 Managing
27 Community Forests Grant Program for a reimbursement amount of up to $25,000.
28 NOW,THEREFORE,BE IT RESOLVED BY THE CITY COMMISSION OF THE
29 CITY OF BOYNTON BEACH,FLORIDA,THAT:
S:\CA\RESO\Agreements\Subrecipient Agreement With The FDACS For Managing Community Forests Grant Program-Reso.Docx
30 Section 1. Each Whereas clause set forth above is true and correct and incorporated
31 herein by this reference.
32 Section 2. The City Commission of the City of Boynton Beach, Florida does hereby
33 approve and authorize the City Manager to sign a Federal Financial Assistance Subrecipient
34 Agreement with the Florida Department of Agriculture and Consumer Services (FDACS) for the
35 2020 Managing Community Forests Grant Program for a reimbursement amount of up to$25,000.
36 A copy of the Subrecipient Agreement is attached hereto as Exhibit"A".
37 Section 3. That this Resolution shall become effective immediately upon passage.
38 PASSED AND ADOPTED this 15th day of June,2021.
39 CITY OF BOYNTON BEACH, FLORIDA
40
41 YES NO
42 LV.Mayor—Steven B. Grant
44
45 Vice Mayor—Woodrow L. Hay ✓
46
47 Commissioner—Justin Katz ✓
48
49 Commissioner—Christina L. Romelus
50
51 Commissioner—Ty Penserga
52
53 VOTE 6:-00
54 ATTEST:
55
56
57
58 C .tal Gibson, MMC
59 Ci y Clerk
60
61
62 (Corporate Seal)
:
f/)
S:\CA\RESO\Agreements\Subrecipient Agreement With The FDACS For Managing Community Forests Grant Program-Reso.Docx
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
FDACS CONTRACT
#27660
41 , Florida Department of Agriculture and Consumer Services
r,
Division of Administration
R21-057
ji FEDERAL FINANCIAL ASSISTANCE
�`SV rF
SUBRECIPIENT AGREEMENT
NICOLE"NIKKI"FRIED
COMMISSIONER
This Federal Financial Assistance Subrecip nt Agreement ("AGREEMENT")
made and entered into this \51C day of .) ,—ya , 2001 by and
between the FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES,
("RECIPIENT") , and the City of Boynton Beach, ("SUBRECIPIENT") . The
SUBRECIPIENT shall perform the Scope of Work as outlined in Attachment
A, hereby incorporated and attached hereto.
The Department of Management Services ' designated United Nations
Standard Products and Services Code (UNSPSC) is 70151500 .
A. SUBAWARD AMOUNT
This contract is a three-year program and the Subrecipient will
receive a one-year contract for each project once the previous
project has been completed in full.
The total award amount for satisfactorily completing the first year
Scope of Work is $25, 000 .00 . This Scope of Work is for the
development of a local tree inventory/hazardous tree inventory on
non-federal public properties (includes parks, rights-of-way and
preserves) .
The total award amount for satisfactorily completing the second
year Scope of Work is $15, 000 . 00 . This Scope of Work is for
creating a management plan to guide the management of urban trees
on non-federal properties . Management planning must include tree
care ordinance review or suggested language for a new ordinance.
Plans must also utilize the information from the first-year tree
inventory, priority planting areas, canopy goals and metric on how
to measure progress .
The total award amount for satisfactorily completing the third year
is $15, 000 . 00 . This Scope of Work is for tree planting. The
planting project must relate to a goal and priority area set forth
in the second-year management plan. An ISA Certified Arborist must
oversee the installation of the trees and a three-year maintenance
plan is required prior to planting. Funds may only be used for
purchase and planting of trees/palms. Purchase and planting of
shrubs and ground covers (not sod) in conjunction with the tree
planting may only serve as a matching cost and cannot be
FDACS-02017 6/16
Page 1 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
reimbursed. A sixty-day "grow-in period" is required prior to
Certification.
The total award amount for all three years is $55, 000. 00 with a 1 : 1
match required (refer to section F - MATCHING OR COST SHARE) . In no
event shall the RECIPIENT be liable for payment of any amount,
which exceeds the total award amount.
This AGREEMENT represents the first year of the three-year project
and the total award amount for this AGREEMENT is $25, 000 . 00.
B. EFFECTIVE DATE/TERM
1 . The effective date of this AGREEMENT shall commence upon
execution and, unless sooner terminated or canceled, shall end
on the 28th day of February of 2022 ("Term") .
2 . No-cost extensions require the prior written approval of the
RECIPIENT and must be submitted not less than sixty (60) days
prior to the end of the Term. Extension requests, which exceed
the federal agency award period, will not be granted.
C. UNIVERSAL IDENTIFIER AND SYSTEM OF AWARD MANAGEMENT
1 . The SUBRECIPIENT shall comply with 2 CFR, Part 25, "Financial
Assistance Use of Universal Identifier and System of Award
Management" (SAM) . The SUBRECIPIENT must register and maintain
a registration in SAM until submittal of the final financial
report. A data universal numbering system (DUNS) number is
required for registration in SAM.
2 . Compliance with 2 CFR, Part 25 is not required for individuals .
D. FINANCIAL AND PROGRAM MANAGEMENT
1 . Statutory and National Policy Requirements
a. All expenditures of federal financial assistance under the
AGREEMENT shall be in compliance with all applicable laws,
rules and regulations applicable to expenditures of federal
funds .
b. The SUBRECIPIENT shall implement applicable National Policy
Requirements.
2 . Deliverables
a. The SUBRECIPIENT must provide quantifiable, measurable and
verifiable units of Deliverables (Deliverables) which must
FDACS-02017 6/16
Page 2 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
be received and accepted in writing by the RECIPIENT before
payment. Deliverables must be directly related to the
Scope of Work; specify minimum levels of service to be
performed; and contain criteria for evaluating the
successful completion of each Deliverable. The
Deliverables are set forth in the Scope of Work outlined in
Attachment A.
3 . Financial Management
a. The SUBRECIPIENT shall maintain an accounting system and a
set of accounting records, which allow for the
identification of revenues and expenditures related to this
AGREEMENT.
b. The SUBRECIPIENT shall comply with 2 CFR, Part 200 and
adhere to the accounting principles and procedures required
therein, use adequate internal controls and maintain
necessary source documentation for all costs incurred.
4 . Reimbursement Requests
a. The allowability of costs shall be in accordance with the
federal financial assistance cost principles applicable to
the SUBRECIPIENT and terms of this AGREEMENT.
b. The SUBRECIPIENT shall submit the payment request packet to
the RECIPIENT' s grant manager not more often than monthly,
but not less often than quarterly. To be eligible for
reimbursement, costs shall be allowable, necessary and
reasonable, and must be submitted by budget category
consistent with the budget plan, Attachment B, hereby
incorporated and attached hereto.
c. All reimbursement requests must be submitted using the
RECIPIENT' s standard payment request packet and provide
supporting documentation for each cost. An authorized
SUBRECIPIENT representative shall sign the certifications
on the payment request packet submitted.
d. The payment request packet is downloadable from
http://forms.FDACS.gov/02019.pdf.
e. A SUBRECIPIENT whose federal financial assistance grant
provides an online reimbursement system for reporting
reimbursement details shall use the online reimbursement
system instead of the payment request packet.
f. Bills for any authorized travel expenses shall be submitted
FDACS-02017 6/16
Page 3 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
and paid in accordance with the rates specified in Section
112 . 061, Florida Statutes, governing payments by the State
for travel expenses . Any travel expenses must be specified
in the Budget Plan and Scope of Work.
g. Travel and per diem costs are not allowable under this
contract.
h. No advance payments are allowed.
5. Payment of Reimbursement Requests
a. Payment for allowable, necessary and reasonable costs shall
be made within thirty (30) days after acceptance by the
RECIPIENT. Payment request packets returned to the
SUBRECIPIENT due to omissions or preparation errors will
result in a payment delay.
b. Payment requests for a percentage of work completed on each
task deliverable are allowed.
c. Payment is contingent upon the availability of funding from
the federal agency and SUBRECIPIENT' S compliance with the
terms and conditions of this AGREEMENT.
d. The final payment under this AGREEMENT shall be made upon
completion of the Scope of Work including all deliverables
and the receipt and approval of all reports required
hereunder.
(1) Reimbursement Request Form with required backup
documentation.
(2) Final report - brief paragraph on letterhead
summarizing what was accomplished with the grant
funding.
(3) Copy of a news release that will be submitted to a
local publication crediting the U.S. Forest Service
for providing funding.
(4) Copy of Congressional thank you letter - Thank you
letter addressed to your federal congressional
representatives for the grant funding. Include a
brief description of what you were able to accomplish
with the funding.
(5) Certification of Acceptance executed by a Florida
Forest Service official .
FDACS-02017 6/16
Page 4 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
The SUBRECIPIENT must submit the final claim for
reimbursement to the RECEIPIENT on or before 30 days from
the end of the term of the contract.
e. Disallowance or adjustments due to audit findings may
require the SUBRECIPIENT to return funds to the RECIPIENT.
The SUBRECIPIENT is solely responsible for reimbursing the
RECIPIENT for amounts incorrectly paid to the SUBRECIPIENT.
6. Program Income
a. "Program income includes but is not limited to income from
fees for services performed, the use or rental of real or
personal property acquired under federal awards, the sale
of commodities or items fabricated under a federal award,
license fees and royalties on patents and copyrights, and
principal and interest on loans made with federal award
funds" . 2 CFR, 200 . 80
b. The SUBRECIPIENT must report to the RECIPIENT any program
income received or anticipated from the activities
performed under this AGREEMENT.
7. Revision of Budget Plan
a. The Budget Plan (Attachment B) lists costs and budget
categories to fund the SUBRECIPIENT' S performance of the
Scope of Work including the completion of Deliverables .
b. SUBRECIPIENT is required to report any transfers from one
approved budget category to another approved budget
category. If the cumulative budget transfers meet or
exceed ten percent (10%) , prior approval, evidenced by
contract amendment, is required.
c. Prior approval, evidenced by contract amendment, is
required for:
(1) any transfers from an approved budget category to an
unapproved budget category. An unapproved budget
category is defined as having no funds allocated in the
original Budget Plan.
(2) any equipment purchases not noted in the original
Budget Plan and/or Scope of Work.
(3) any subawarding or contracting out of any work not
noted in the original Budget Plan and/or Scope of Work.
FDACS-02017 6/16
Page 5 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
8. Revision of Scope of Work
a. The SUBRECIPIENT shall report any changes to the Scope of
Work including but not limited to changes in the
objectives, changes in key personnel, reduction of work
effort by key personnel and delays in completion of the
work.
9. Acknowledgements
a. The SUBRECIPIENT shall have an acknowledgement of the USDA
Forest Service' s support placed on any publication written
or published or audiovisual produced with grant support
and, if feasible, on any publication reporting the results
of, or describing, a grant-supported activity, or
audiovisuals produced with grant support. This requirement
does not apply to audiovisuals produced as research
instruments or for documenting experimentations or findings
and not intended for presentation or distribution to the
public. Minimum verbiage requirement is as follows : "This
publication made possible through a grant from the USDA
Forest Service in cooperation with the Florida Forest
Service. "
b. Publication means a published book, periodical, pamphlet,
brochure, flier, or similar item.
c. Audiovisual means a product containing visual imagery or
sound or both.
d. The SUBRECIPIENT acknowledgement must contain a disclaimer
that says : "Any opinions, findings, conclusions, or
recommendations expressed in this publication or
audiovisual are those of the author (s) and do not
necessarily reflect the view of the USDA Forest Service" .
e. Language shall read:
The work upon which this (insert publication or audiovisual
or both) is based was funded, in whole or in part through a
subrecipient grant awarded by the USDA Forest Service
through the Florida Department of Agriculture and Consumer
Services. The contents do not necessarily reflect the
views or policies of the USDA Forest Service nor does
mention of trade names, commercial productions, services or
organization imply endorsement by the U.S. Government.
E. PROPERTY STANDARDS
1 . Equipment and Real Property
FDACS-02017 6/16
Page 6 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
a. Equipment must be used in the project for which the federal
funds are derived.
b. The federal agency has a vested interest in equipment
and/or real property which, when purchased, exceeds $5, 000
in value. If a title is issued for the equipment and/or
real property, the federal agency must be listed on the
title.
c. The SUBRECIPIENT must maintain property records, which
include, but are not limited to, the description, serial
number or other identification number, acquisition date,
cost, location, percentage of federal participation in the
cost of the property, use and condition of the property.
When the property is disposed of, the property records must
be updated with the date of disposal and sale price of the
property.
d. A physical inventory is required at least once every two
years .
e. If the equipment and/or real property are to be sold or
used as a trade-in, approval of the RECIPIENT is required.
f. At the end of the award period, the SUBRECIPIENT is
required to request from the RECIPIENT disposal
instructions and is required to notify the RECIPIENT of the
fair market value of the equipment and/or real property.
2 . Insurance Coverage
a. The SUBRECIPIENT will carry sufficient insurance coverage
to protect all assets required under the AGREEMENT from
loss due to theft, fraud and/or undue physical damage.
SUBRECIPIENT shall carry insurance on its own assets in
commercially reasonable amounts and all statutorily
required insurance, including without limitation Workers'
Compensation insurance.
3 . Intellectual Property
a. Anything by whatsoever designation it may be known, that is
produced by, or developed in connection with this AGREEMENT
shall become the exclusive property of the RECIPIENT and
may be copyrighted, patented or otherwise restricted as
provided by Florida or federal law. Neither the
SUBRECIPIENT nor any individual employed under this
AGREEMENT shall have any proprietary interest in such
property.
FDACS-02017 6/16
Page 7 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
b. With respect to each Deliverable that constitutes a work of
authorship within the subject matter and scope of U. S.
Copyright Law, 17 U.S.C. Sections 102-105, such work shall
be a "work for hire" as defined in 17 U.S.C. Section 101
and all copyrights subsisting in such work for hire shall
be owned exclusively by the RECIPIENT.
c. In the event it is determined as a matter of law that any
such work is not a "work for hire, " SUBRECIPIENT shall
immediately assign to the RECIPIENT all copyrights
subsisting therein for the consideration set forth in the
AGREEMENT and with no additional compensation.
d. The foregoing shall not apply to any preexisting software,
or other work of authorship used by SUBRECIPIENT to create
a Deliverable but which exists as work independent of the
Deliverable, unless the preexisting software or work was
developed by SUBRECIPIENT pursuant to a previous AGREEMENT
with the RECIPIENT or by a purchase by the RECIPIENT under
a state term contract.
F. MATCHING OR COST SHARE (IF APPLICABLE)
1 . The matching or cost share portion must be tracked using a
unique identifier in the SUBRECIPIENT accounting system.
2 . If the matching or cost share portion is not met, the RECIPIENT
may disallow costs paid with federal funds in proportion to the
reduction in the matching or cost share amount .
3. The matching or cost share portion must be incurred in direct
proportion to the amount of federal funds used.
4 . The matching or cost share portion must be reported based upon
the Budget Plan submitted with the APPLICATION.
5 . Records for in-kind contributions, which are based upon
volunteer hours, must have timesheets or a sign in/sign out log
and must explicitly state the method for valuation of the
hours . The value must be reasonable.
6. Records for in-kind contributions, which are based upon goods
or services provided, must have an invoice, if available, or
must explicitly state the method for the valuation. The value
must be reasonable.
7 . In-kind contributions must be provided by a third party during
the period for which they are being claimed.
FDACS-02017 6/16
Page 8 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
8 . The matching or cost share portion must not be counted towards
other cost sharing requirements . Neither costs nor values of
third-party in-kind contributions may count if they have been
used towards other cost sharing requirements .
G. GENERAL PROCUREMENT STANDARDS
1 . The SUBRECIPIENT will follow the same policies and procedures
it uses for procurements from other funding sources .
2 . The SUBRECIPIENT must have documented procurement procedures .
3 . The SUBRECIPIENT must have written policies on standards of
conduct covering conflicts of interest. No employee, officer,
or agency may participate in the selection, award or
administration of a contract supported by federal funds if he
or she has a real or apparent conflict of interest .
H. PERFORMANCE MONITORING AND REPORTING
1 . The SUBRECIPIENT shall submit detailed quarterly reports using
the format and content shown on the RECIPIENT' s performance
progress report . The performance progress report is
downloadable from http://forms.FDACS.gov/02018 .pdf.
2 . In the event the AGREEMENT is terminated, the SUBRECIPIENT
shall furnish a report detailing progress made under this
AGREEMENT through the date of termination within twenty (20)
days of termination.
3 . The SUBRECIPIENT shall cooperate in all on-site reviews from
the RECIPIENT, its authorized representatives or federal
government personnel .
4 . The review personnel will be given full and complete access
during normal business hours to all information related to the
performance of this AGREEMENT to ensure compliance with project
activities and statutes, regulations and rules .
5 . The RECIPIENT will give 48 hours of notice of any on site
review.
6. The SUBRECIPIENT shall make available all personnel involved in
the performance of work on this AGREEMENT.
7 . Failure to correct substandard performance within thirty (30)
days after written notice from the RECIPIENT shall result in
suspension and/or termination of the AGREEMENT.
FDACS-02017 6/16
Page 9of21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
I . RECORD RETENTION AND ACCESS
1 . Retention Requirements for Records
a. Upon reasonable notice, the RECIPIENT shall have access to
the SUBRECIPIENT' S records during normal business hours .
b. The SUBRECIPIENT shall maintain all records pertinent to
the activities to be funded under this AGREEMENT for a
period of five (5) years after final payment is received
and for such additional period as may be required until all
claims, litigation and appeals pertaining or related to the
AGREEMENT have been completely resolved.
2 . Public Access to Records
a. The SUBRECIPIENT shall comply with all applicable
requirements of Chapter 119, Florida Statutes .
IF THE SUBRECIPIENT HAS QUESTIONS REGARDING THE APPLICATION
OF CHAPTER 119, FLORIDA STATUTES, TO THE SUBRECIPIENTS'S
DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,
CONTACT THE CUSTODIAN OF PUBLIC RECORDS:
OFFICE OF GENERAL COUNSEL
407 SOUTH CALHOUN STREET, SUITE 520
TALLAHASSEE, FL 32399
PHONE: (850) 245-1000
EMAIL: PRCUSTODIAN@FDACS.GOV
J. REMEDIES FOR NONCOMPLIANCE
1 . Prior to the exercise of any remedy provided for herein, the
RECIPIENT shall provide thirty (30) calendar days written
notice of default and shall provide the SUBRECIPIENT the
opportunity to cure such failure or default within said thirty
(30) day period. Upon the failure or inability to cure, the
RECIPIENT shall have all rights and remedies provided at law or
in equity, including without limitation the following:
a. Temporarily withhold cash payments pending correction of
the deficiency by the SUBRECIPIENT.
b. Disallow all or part of the cost of the services not in
compliance.
c. Wholly or partly suspend or terminate this AGREEMENT.
2 . Termination
FDACS-02017 6/16
Page 10 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
a. The RECIPIENT may suspend or terminate this AGREEMENT if
the SUBRECIPIENT:
(1) Fails to comply with any applicable rules, regulations
or provisions referred to herein, or any other
applicable state or federal statutes, rules,
regulations, executive orders, federal guidelines,
policies or directives;
(2) Fails, to timely fulfill its obligations under the
AGREEMENT;
(3) Improperly or illegally uses funds provided under this
AGREEMENT; or
(4) Submits reports that are incorrect in any material
respect.
b. This AGREEMENT may be terminated for convenience by either
party upon giving not less than thirty (30) days advance
written notice to the other party. SUBRECIPIENT shall be
paid for all work satisfactorily performed prior to the
date of termination provided SUBRECIPIENT has otherwise
complied with the terms of this AGREEMENT, including the
submission of all reports .
3. Financial Consequences
a. If final paperwork is not submitted within 45 days of
completion of the project, payment to the SUBREICIPIENT
will NOT be made.
b. Financial penalties for not completing Deliverables will be
calculated by dividing the total award amount by the number
of Deliverables unless otherwise noted in the Scope of
Work. The financial penalty for missing Deliverables will
be applied to the final payment.
K. CLOSE OUT
1 . Notwithstanding the termination or expiration of this
AGREEMENT, the SUBRECIPIENT' S obligations to the RECIPIENT
shall survive until all close out requirements are completed.
Close out activities shall include but are not limited to:
completing and submitting final reports, properly disposing of
property, accounting for unspent cash advances and program
income and transferring custodianship of records to RECIPIENT
or its designee.
FDACS-02017 6/16
Page 11 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
2 . Post-close Out Adjustments
Any funds paid in excess of the amount to which the
SUBRECIPIENT is entitled under the AGREEMENT must be refunded
to the RECIPIENT within thirty (30) days after demand therefore
by RECIPIENT.
L. AUDIT REQUIREMENTS
1 . Audit Provisions
a. If the SUBRECIPIENT is a state or local government or a
nonprofit organization, the audit provisions as defined in
2 CFR, Part 200 Subpart F are applicable.
b. If the SUBRECIPIENT is a commercial organization (For-
Profit) , the organization will provide the RECIPIENT with
its annual audited financial statement or the annual tax
return provided to the Internal Revenue Service.
c. Audit provisions are not required for a SUBRECIPIENT who is
an individual .
d. In the event that the SUBRECIPIENT expends $750, 000 or more
in federal awards in its fiscal year, the SUBRECIPIENT must
have a single or program-specific audit conducted in
accordance with the 2 CFR, Part 200 Subpart F.
e. If the SUBRECIPIENT expends less than $750, 000 in federal
awards in its fiscal year, an audit conducted in accordance
with the provisions of 2 CFR, Part 200 Subpart F is not
required. Records must be available for audit or review if
necessary.
f. If the SUBRECIPIENT expends less than $750, 000 in federal
awards in its fiscal year and elects to have an audit
conducted, the cost of the audit must be paid from non-
federal resources .
2 . Basis for Determining Federal Awards Expended
a. In determining the federal awards expended in its fiscal
year, the SUBRECIPIENT shall consider all sources of
federal awards, including federal resources received from
the RECIPIENT.
b. The determination of amounts of federal awards expended
should be in accordance with the guidelines established by
2 CFR, Part 200 Subpart F.
FDACS-02017 6/16
Page 12 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
3 . Relation to Other Audit Requirements
a. If the SUBRECIPIENT has an audit conducted in relationship
to any other federal regulation or statute, the RECIPIENT
may determine upon review if the audit reports meet the
needs of the RECIPIENT. If so, an additional audit will
not be required.
b. An audit of the SUBRECIPIENT conducted by the Auditor
General in accordance with provisions of 2 CFR, Part 200
Subpart F will meet these requirements .
c. These provisions do not limit the authority of the federal
agency, Inspector General, General Accounting Office (GAO)
or RECIPIENT to conduct or arrange for the conduct of
audits or evaluations of federal financial assistance
awards .
4 . Frequency of Audits
a . Audits shall be performed annually to meet this
requirement .
5 . Sanctions
a . If the SUBRECIPIENT is unwilling or has a continued
inability to have an audit conducted, the provisions for
noncompliance will be enforced.
6. Subrecipient Responsibilities
a. The SUBRECIPIENT shall arrange for the audit to be
conducted in a timely manner and submitted as required in 2
CFR, 200 . 512 .
b. The SUBRECIPIENT shall prepare the financial statements in
accordance with 2 CFR, 200 . 510 .
c. The SUBRECIPIENT shall promptly follow up and take
corrective action on audit findings .
d. The SUBRECIPIENT will provide the auditor with access to
records, personnel, documentation and other information as
needed by the auditor.
7 . Audit Findings Follow-up
a. At the completion of the audit, the SUBRECIPIENT must
prepare, in a document separate from the auditor' s findings
FDACS-02017 6/16
Page 13 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
a corrective action plan to address each audit finding
included in the current year auditor' s reports.
b. The corrective action plan must provide the name (s) of the
contact person (s) responsible for corrective action, the
corrective action planned and the anticipated completion
date.
c. If the SUBRECIPIENT does not agree with the audit findings
or believes corrective action is not required, then the
corrective action plan must include an explanation and
specific reasons .
d. Any deficiencies noted in audit reports must be fully
cleared by the SUBRECIPIENT within thirty (30) days after
receipt by the SUBRECIPIENT.
e. Failure of the SUBRECIPIENT to comply with the above
requirement will constitute a violation of this AGREEMENT
and may result in the withholding of future payments .
8 . Report Submission
a. The audit must be completed, and the data collection form
and reporting package must be submitted within the earlier
of thirty (30) calendar days after receipt of the auditor' s
report (s) or nine months after the end of the audit period.
If the due date falls on a Saturday, Sunday, or Federal
holiday, the reporting package is due the next business
day.
b. The SUBRECIPIENT must submit required data elements
described in Appendix X to 2 CFR, Part 200 - Data
Collection Form (SF-SAC) , which states whether the audit
was completed in accordance with this part and provide
information about the SUBRECIPIENT, its federal programs
and the results of the audit.
c. A senior representative of the SUBRECIPIENT must sign a
statement to be included as part of the data collection
that the SUBRECIPIENT has complied with the audit
requirements, the data was prepared in accordance with 2
CFR, 200 . 512, the reporting package does not include
protected personally identifiable information, the
information is accurate and complete, and the reporting
package and form will be publicly available on the web.
d. The SUBRECIPIENT shall also submit to the RECIPIENT' s Grant
Manager one copy of the audit report, reporting package,
FDACS-02017 6/16
Page 14 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
any management letter issued by the auditor and data
collection form described in Appendix X to 2 CFR, Part 200 .
e . The SUBRECIPIENT is required to use the internet submission
form on the Federal Audit Clearinghouse (FAC) website. The
FAC website is located at http: //harvester.census.gov/fac/ .
f. The SUBRECIPIENT shall ensure that audit working papers are
made available to the RECIPIENT, or its designee, Chief
Financial Officer or Auditor General upon request for a
period of five (5) years from the date the audit report is
issued, unless extended in writing by the RECIPIENT.
M. GENERAL CONDITIONS
1 . Nothing contained in the AGREEMENT is intended to, or will be
construed in any manner, as creating or establishing the
relationship of principal and agent or employer and employee
between the parties. The SUBRECIPIENT will at all times remain
an independent contractor with respect to the services to be
performed under the AGREEMENT.
2 . Any changes to the AGREEMENT require the written approval of
each party' s authorized official .
3 . The RECIPIENT shall have the right of unilateral cancellation
for refusal by the SUBRECIPIENT to allow public access to all
documents, papers, letters or other material made or received
by the SUBRECIPIENT in conjunction with the AGREEMENT, unless
the records are confidential or exempt from s . 24 (a) of Article
I of the State Constitution and s . 119. 07 (1) , Florida Statutes .
4 . The SUBRECIPIENT is informed that a person or affiliate who has
been placed on the convicted vendor list following a conviction
for a public entity crime may not submit a bid on a contract to
provide any goods or services to a public entity, may not
submit a bid on a contract with a public entity for the
construction or repair of a public building or public work,
may not submit bids on leases of real property to a public
entity, may not be awarded or perform work as a SUBRECIPIENT,
supplier, subcontractor, or consultant under a contract with
any public entity and may not transact business with any public
entity in excess of the threshold amount provided in Section
287 .017, Florida Statutes, for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor
list.
5 . The CONTRACTOR shall not discriminate on the basis of race,
sex, religion, color, national origin age or disability and
FDACS-02017 6/16
Page 15 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
shall comply with all applicable state and federal laws and
regulations related thereto, including without limitation, the
Americans with Disabilities Act (42 USC 12101 et. Seq. ) ;
Section 504 of the Rehabilitation Act of 1973 (29 USC 795) ; and
the Age Discrimination Act of 1975 (42 USC 6101-6107 .
6. The SUBRECIPIENT is informed that the employment of
unauthorized aliens by any SUBRECIPIENT is considered a
violation of Section 274A (e) of the Immigration and
Nationality Act. If the SUBRECIPIENT knowingly employs
unauthorized aliens, such violation shall be cause for
unilateral cancellation of the AGREEMENT.
7 . The SUBRECIPIENT is informed that an entity or affiliate who
has been placed on the discriminatory vendor list may not
submit a bid on a contract to provide goods or services to a
public entity, may not submit a bid on a contract with a public
entity for the construction or repair of a public building or
public work, may not submit bids on leases of real property to
a public entity, may not award or perform work as a
SUBRECIPIENT, supplier, subcontractor, or consultant under
contract with any public entity and may not transact business
with any public entity.
8. This AGREEMENT is contingent upon the availability of funding
from the federal agency. The AGREEMENT may be terminated if
funding from the federal agency is reduced or terminated.
9. The SUBRECIPIENT certifies that neither it, nor its principals,
is presently debarred, suspended, proposed for debarment,
declared ineligible or voluntarily excluded from participation
in this transaction by any Federal department or agency; and,
that the SUBRECIPIENT shall not knowingly enter into any lower
tier contract, or other covered transaction, with a person who
is similarly debarred or suspended from participating in this
covered transaction.
10 . Any work or services subcontracted by the SUBRECIPIENT shall be
specifically by written contract or agreement, and such
subcontracts shall be subject to each provision of this
AGREEMENT and applicable Federal, State or County guidelines
and regulations . Prior to execution by the SUBRECIPIENT of any
subcontract hereunder, the SUBRECIPIENT must submit such
subcontracts to the RECIPIENT for its review and approval .
11 . The SUBRECIPIENT will, to the extent permitted by law, hold
harmless, defend and indemnify the RECIPIENT from any and all
claims, actions, suits, charges and judgments whatsoever that
arise out of the SUBRECIPIENT' s performance or nonperformance
FDACS-02017 6/16
Page 16 of 21
DocuSign Envelope ID:6876863F-26D5-4289-94C4-917774249FA4
of the services or subject matter called for in this AGREEMENT.
Nothing herein contained shall be construed or operate as a
waiver of sovereign immunity to the extent sovereign immunity
may otherwise apply.
12 . The SUBRECIPIENT will comply with section 20 . 055, Florida
Statutes.
This AGREEMENT may be amended at any time provided that such
amendments make specific reference to this AGREEMENT and are executed
in writing and signed by a duly authorized representative of each
party.
In the event that two or more documents combine to form this
AGREEMENT, and in the event that there is any contradictory or
conflicting clause or requirement in these documents, the provisions
of the document (s) prepared by the RECIPIENT shall be controlling.
This AGREEMENT shall be controlled by Florida law, contrary or
conflict of law provisions notwithstanding.
In the event that any clause or requirement of this AGREEMENT is
contradictory to, or conflicts with the requirements of Florida law,
the clause or requirement shall be without force and effect and the
requirements of the Florida Statutes and rules promulgated thereunder
on the same subject shall substitute for that clause or requirement
and be binding on all parties hereto.
Special Conditions : See attachment or N/A
This AGREEMENT constitutes the entire AGREEMENT between the RECIPIENT
and the SUBRECIPIENT for the use of the funds received under this
AGREEMENT.
The Grant Manager for the RECIPIENT is Will Liner and is located at
Florida Forest Service, 3125 Conner Boulevard, C-25, Tallahassee,
Florida, 32399-1650 .
The Grant Manager for the SUBRECIPIENT is Rebecca Harvey and is
located at City of Boynton Beach, 100 E. Ocean Avenue, Post Office Box
310, Boynton Beach, Florida, 33435 .
Federal resources awarded to the SUBRECIPIENT pursuant to this
agreement are from the U.S. Department of Agriculture/U.S. Forest
Service, federal financial assistance funding opportunity under FAIN
#20-DG-11083112-001 and Catalog of Federal Domestic Assistance number
10 . 664, Cooperative Forestry Assistance.
Signed by parties to this AGREEMENT:
FDACS-02017 6/16
Page 17 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
FLORIDA DEPARTMENT OF AGRICULTURE SUBRECIPIENT
AND CONSUMER SERVICES
glitt6tAll �AYa�, ,w Ci V
Signattre Signature
Director of Administration City Manager
Title Title
4/22/2021 ` • a / • •
Date Date
dpi . F m
s...:....x_.• CM ATTORNEY
FDACS-02017 6116
Page 18 of 21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
A 449 r A
Florida Department of Agriculture and Consumer Services
Division of Administration
`` SCOPE OF WORK
2 CFR 200
NICOLE"NIKKI"FRIED
COMMISSIONER
1. Federal Financial Assistance Funding Opportunity Number: 2.Subrecipient FEIN:
20-DG-11083112-001-B F596000282
3.Subreciplent Legal Name:
City of Boynton Beach
Please note section XII Public Records in the Notice of Federal Financial Assistance Funding Opportunity before including
any proprietary or confidential information.
Performance Measures
Deliverable# Tasks Task Description Indicator Costs per Unit Outcome Measures
1 Data Collection imenmrytrees on City-owned propenes Per tree(up toe max of$40,000) Tree population data in Excel and ArcGIS
2 envy..,a aeponna Analyze data and prepare foal report $10,000 Final report summarizing results of tree inventory
Describe in detail the activity or work to be conducted.
1.Tree Inventory Data Collection
The City will hire an urban forestry firm to inventory trees on property owned and managed by the City of Boynton Beach.The tree
inventory budget will be capped$40,000.At an estimated cost of$5 per tree this will yield an inventory of approximately 8,000 trees.The
vendor will prioritize City trees to inventory as follows:
1)Trees in maintained/mowed areas of City-owned property
2)Street trees in City rights-of-way
3)Trees in unmaintained natural areas of City-owned property
Data will be collected,at minimum,for the following attributes:tree location(using GPS with an accuracy of 1-3 meters),species,diameter
at breast height,approximate height,condition,and need for maintenance(e.g.,pruning,irrigation,removal,or treatment for disease or
insects).Additional data fields may include current and potential conflicts with buildings,sidewalks,utilities,and other infrastructure;or
other attributes recommended by the selected vendor.The cost per tree will include the cost of transportation,mobile devices and other
equipment,and data collection software.For example,The Nature Conservancy's"Healthy Trees,Healthy Cities"mobile app allows users
to collect data and load it for free to a U.S. Forester Service server.The vendor will export the final tree inventory data and provide to the
City in both a Microsoft Excel format and in ArcGIS shape files.
2.Analysis and Reporting
The vendor will utilize free and/or proprietary software as available to analyze the tree inventory data(e.g.,the Green Infrastructure Center
offers free tree Inventory software).The final report should be completed by a professional arborist and include discussion of the following:
-Overall characteristics of the urban forest(quantitative and qualitative)
-Locations of larger,older trees(to target areas for new plantings)
-Diversity of species(to plan future plantings)
-Condition of trees(to remove hazards and identify areas for enhanced maintenance)
-Ecosystem services provided by the City's tree population(to augment the tree canopy assessment results with specific benefits of the
urban forest)
DocuSign Envelope ID 6876B63F-26D5-4289-94C4-917774249FA4
Federal Financial Assistance Funding Opportunity Number:20-DG-11083112-001-B
Subrecipient FEIN: F596000282
Subrecipient Legal Name:City of Boynton Beach
How this program will address the needs of the community
The City of Boynton Beach is a regional leader in sustainability and has been recognized as a Tree City
USA since 1983.The newly released 2020 Climate Action Plan(CAP)commits to reducing community-
wide greenhouse gas(GHG)emissions 50%by 2035,and achieving net zero by 2050.The CAP identifies
Urban Forestry as a priority strategy to reduce GHG emissions while achieving co-benefits of cost
savings, public health,economic development,ecosystem protection,urban heat island reduction,and
flood mitigation.The Boynton Beach Community Redevelopment Plan prioritizes neighborhood
revitalization projects that augment greenspace,create a vibrant public realm,enhance property values,
and result in safe and livable communities. Enhancing tree canopy also supports the objectives of the
Comprehensive Plan,Strategic Plan,and other City plans and policies.
Urban forestry is a way to address community equity as well as environmental sustainability.Boynton
Beach is a racially diverse city with a relatively high proportion of vulnerable populations(e.g.,seniors,
people in poverty, people with disabilities). Low-income neighborhoods and communities of color often
have lower tree canopy, burdening their residents with higher temperatures and household energy
costs.The City's Sustainability Advisory Team and public workshop attendees have identified tree
canopy expansion as a top priority.The community's enthusiasm is evident from the large turnout at
recent tree planting and giveaway events,and the success of the City's ongoing partnership with the
nonprofit Community Greening. However,the City does not have a staff arborist or forester,nor the
budgetary resources to meet this demand. Participation in this urban forestry grant program will
institutionalize the City's commitment to trees and provide a systematic path to achieve many of the
City's goals.
How this program will help the community develop or improve its urban forestry program
The City completed its first Urban Tree Canopy Assessment in July 2020,documenting a citywide canopy
coverage of 16.1%,with 7.4%of additional plantable land area.The study quantified ecosystem services
including urban heat island reduction,stormwater uptake,carbon sequestration,and air pollutant
removal.The Sustainability Coordinator will present results to City Commission in September along with
a resolution to adopt a planting goal of 3,000 trees per year to reach 20%canopy by 2035.The
Managing Community Forests program will help the City develop a realistic strategy to achieve this
canopy goal and ensure that our investments yield the expected results.
How the data and tools obtained during this program will be used to influence management decisions
This program will build on our recent canopy assessment by providing tools for the City to develop and
implement an urban forestry program.Specifically,it will facilitate the following management practices:
• Evaluate current tree care and management and ensure we are using best practices
• Conduct a needs assessment for expanding our capacity to plant and care for more trees
• Determine the most efficient and effective ways to deliver tree care
• Schedule and budget for equipment and personnel
• Establish quarterly and/or annual benchmarks for success
How the three projects will be managed and the qualifications of those supervising the work
Rebecca Harvey,Sustainability Coordinator,will provide direction to implement the project in alignment
with the City's sustainability and resiliency goals. Ms.Harvey has Masters Degrees in Environmental
Studies and Sociology, more than 20 years of experience as an environmental researcher and
communicator,and has been with the City for more than three years. Matthew Doyle,the City's
DocuSign Envelope ID 6876B63F-26D5-4289-94C4-917774249FA4
Landscape Architect with over 30 years of experience,will assist in managing the contracts and will work
directly with the vendors to provide local expertise and ensure project success. Manny Mcllroy, the
City's GIS Analyst,will provide technical assistance and conduct quality control for the tree inventory
data.We will follow the City's procurement policy to select qualified urban forestry firms to complete
each phase of the project.The City has an ongoing partnership with Community Greening,an award-
winning local nonprofit that has held over 55 events planting more than 4,000 trees with 3,000
volunteers in schools, parks,and neighborhoods.The nonprofit Green Infrastructure Center conducted
the City's tree canopy assessment and continues to offer technical assistance to the City.
Plan for engaging volunteers,project partners,and community residents throughout the program
The City is already engaging the public about trees through the recent development of the Climate
Action Plan and Urban Tree Canopy Assessment.Currently we are creating a Tree Canopy section of the
City website as we prepare to adopt a goal of 3,000 trees per year.We are now working with a large
homeowner's association (HOA)on a tree campaign,and will schedule presentations to additional HOAs
and community groups.The City partners regularly with environmental volunteer groups including the
Sustainability Advisory Team,Sierra Club,the Institute for Regional Conservation,scout troops,and faith
groups.Community Greening's recent successful grant-funded program in the Heart of Boynton
neighborhood—including a school planting,urban orchard planting, residential plantings, and tree
giveaways—has established a foundation of community engagement for us to build upon.
Plan for providing the required matching funds
In year 1,the City will provide a cash contribution of$25,000 to support completion of the tree
inventory. In year 2,the City will provide a cash contribution of$15,000 to augment the anagement plan
with an audit of City tree codes and policies.In year 3,the City will provide a cash contribution of
$15,000 to cover additional tree planting.
Plan for building the urban forestry program after this three-year program is completed
We are now securing budget commitments from Sustainability, Public Works,and the Community
Redevelopment Agency to support annual tree planting and maintenance goals through 2035.We will
use tools provided by the Green Infrastructure Center to evaluate and revise the City's zoning codes for
tree protection and urban forestry.We will continue to engage the community,work with developers
through the City's Sustainable Development Standards ordinance,and foster partnerships with
Community Greening,schools,garden clubs,HOAs, businesses,and other stakeholders.
Estimated total budget for all three years of the program
$50,000 Year 1 (Tree Inventory), $30,000 Year 2 (Management Plan),and$30,000 Year 3(Tree Planting)
Completed copies of the necessary FDACS forms including budget for year 1(tree inventory)
See attached.
Narrative discussion of the requirements specified under the year one tree inventory
We will inventory trees throughout City-owned parks,other City properties,and rights-of-way(see
attached maps of parks and streets).We have already conducted a canopy assessment that quantified
ecosystem services and identified available planting areas,so the inventory will focus on understanding
the health and diversity of the urban forest.We will hire an urban forestry firm to collect data on(at
minimum)tree location,species,diameter at breast height,condition, and need for maintenance;
analyze data;summarize data in a final report;and provide data to the City in both Excel and ArcGIS
formats.The City Sustainability Coordinator and Landscape Architect will supervise the vendor.The
inventory results will be used to support the development of an Urban Forestry Management Plan in
year 2.Specifically,the inventory data will allow us to set objectives for tree planting to increase
diversity of the urban forest, address potential hazards, and prepare work plans and budgets for
removal, planting, and pruning.
DocuSign Envelope ID.6876B63F-26D5-4289-94C4-917774249FA4
/VI-promos( 13
Florida Department of Agriculture and Consumer Services
Division of Administration
• ''\ . BUDGET PLAN
2 CFR 200
�'ts��to s'-*'
�
NICOLE"NIKKI"FRIED
COMMISSIONER
Federal Financial Assistance Funding Opportunity Number: Subrecipient FEIN:
20-DG-11053112-001 59-6000282
Subrecipient Legal Name:
City of Boynton Beach
Cost per Number of
Category/Description Unit Units Grant Amount Match Amount
Personnel -
Fringe Benefits-
Travel (not authorized)
Equipment(not authorized)
Supplies-
Contractual (if authorized)-
$25,000 $25,000
Trees-
Other Expenses-
Total Direct Charges
Indirect Charges-
Total Amount $25,000 $25,000
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
Florida Department of Agriculture and Consumer Services
Division of Administration
CERTIFICATION REGARDING LOBBYING;
DEBARMENT, SUSPENSION AND OTHER
RESPONSIBILITY MATTERS
NICOLE"NIKKI"FRIED FOR EXPENDITURE OF FEDERAL FUNDS
COMMISSIONER
LOBBYING
As required by 2 CFR 200,for persons entering into a contract,grant or cooperative agreement over$100,000 involving the expenditure of
Federal funds,the undersigned certifies for itself and its principals that:
(a) No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or
attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an
employee of a Member of Congress in connection with the making of any Federal grant,the entering into of any cooperative
agreement,and the extension,continuation,renewal,amendment,or modification of any Federal grant or cooperative agreement;
(b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to
influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress or an employee of a
Member of Congress,in connection with this Federal grant or cooperative agreement,the undersigned shall complete and submit
Standard Form-LLL,"Disclosure Form to Report Lobbying,'in accordance with its instructions;and
(c) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers
(including subgrants,contracts under grants and cooperative agreements,and subcontracts)and that all subrecipients shall certify
and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.
Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 31, U.S.Code. Any
person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each
such failure.
PRINTED NAME/TITLE OF REPRESENTATIVE CONTRACT/PURCHASE ORDER NUMBER
SIGNATURE OF REPRESENTATIVE/DATE
DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS
As required by 2 CFR 200,for persons entering into a contract,grant or cooperative agreement over$25,000 involving the expenditure of
Federal funds,the undersigned certifies for itself and its principals that:
(a) Are not presently debarred,suspended,proposed for debarment,declared ineligible,or voluntarily excluded from covered transactions
by any Federal department or agency;
(b) Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for
commission of fraud or a criminal offense in connection with obtaining,attempting to obtain,or performing a public(Federal,State,or
local)transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of
embezzlement,theft,forgery,bribery,falsification or destruction of records,making false statements,or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a Government entity(Federal,State,or local)with
commission of any offenses enumerated in paragraph(b)of this certification;and
(d) Have not within a three-year period preceding this application had one or more public transaction(Federal,State,or local)terminated
for cause or default;and
Where the applicant is unable to certify to any of the statements in this certification,he or she shall attach an explanation to this
application.
PRINTED NAME/TITLE OF REPRESENTATIVE CONTRACT/PURCHASE ORDER NUMBER
SIGNATURE OF REPRESENTATIVE/DATE
FDACS-01522 Rev.01/21
DocuSign Envelope ID:6876B63F-26D5-4289-94C4-917774249FA4
Florida Department of Agriculture and Consumer Services
Division of Administration
_ f
CERTIFICATION REGARDING LOBBYING;
DEBARMENT, SUSPENSION AND OTHER
RESPONSIBILITY MATTERS
NICOLE"NIKKI"FRIED FOR EXPENDITURE OF FEDERAL FUNDS
COMMISSIONER
LOBBYING
As required by 2 CFR 200,for persons entering into a contract,grant or cooperative agreement over$100,000 involving the expenditure of
Federal funds,the undersigned certifies for itself and its principals that;
(a) No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or
attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an
employee of a Member of Congress In connection with the making of any Federal grant,the entering into of any cooperative
agreement,and the extension,continuation,renewal,amendment,or modification of any Federal grant or cooperative agreement;
(b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to
influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress or an employee of a
Member of Congress.in connection with this Federal grant or cooperative agreement,the undersigned shall complete and submit
Standard Form-LLL,'Disclosure Form to Report Lobbying,'in accordance with its instructions;and
(c) The undersigned shall require that the language of this certification be included In the award documents for alt subawards at all tiers
(including subgrants,contracts under grants and cooperative agreements,and subcontracts)and that all subrecipients shall certify
and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.
Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 31,U.S.Code. Any
person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each
such failure.
1ZtCC-c• /Sys(zGrG c7C)
PRINTED NAME/TITLE OF REPRES ATIVE (xya,/- CONTRACT/PURCHASE ORDER NUMBER
aVD-\
SIGNATURE OF REPRES NTAT IDA
DEBARMENT,SUSPENSION AND OTHER RESPONSIBILITY MATTERS
As required by 2 CFR 200,for persons entering into a contract,grant or cooperative agreement over$25,000 involving the expenditure of
Federal funds,the undersigned certifies for itself and its principals that:
(a) Are not presently debarred,suspended,proposed for debarment,declared ineligible,or voluntarily excluded from covered transactions
by any Federal department or agency;
(b) Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for
commission of fraud or a criminal offense In connection with obtaining,attempting to obtain,or performing a public(Federal,State,or
local)transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of
embezzlement,theft,forgery,bribery,falsification or destruction of records,making false statements,or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a Government entity(Federal,State,or local)with
commission of any offenses enumerated in paragraph(b)of this certification;and
(d) Have not within a three-year period preceding this application had one or more public transaction(Federal,State,or local)terminated
for cause or default;and
Where the applicant is unable to certify to any of the statements in this certification,he or she shall attach an explanation to this
application.
ek (ti( pRG'4
Cg� � rNTED NAMERITLEOF RF� ESENTATNECONTRACT I PURCHASE ORDER NUMBER
SIGNATURE OF REPRE TATIVE I ATE
FDACS-01522 Rev.01!21
DocuSign Envelope ID:6876B63F-26D5-4289-9404-917774249FA4
-; Florida Department of Agriculture and Consumer Services
Division of Administration
FEDERAL FUNDING ACCOUNTABILITY AND
NICOLE"NIKKI"FRIED TRANSPARENCY ACT(FFATA)
COMMISSIONER 2 CFR 200
1.Federal Award Identification Number(FAIN): 2.Federal Award Number:
20-DG-11083112-001 27014
3.Recipient: 4.Reciplent Grant Manager
Florida Forest Service Name:Will Liner
3125 Conner Boulevard, C-25 Email: will.liner@fdacs.gov
Tallahassee, FL 32399-1650 _ Phone:850-681-5881
5.Subrecipient: 6. Subrecipient Authorized Representative:
Name:City of Boynton Beach Name:Rebecca Harvey
Address: 100 Ocean Avenue/PO Box 310 Email: HarveyR@bbfl.us
City,State,Zip+4:Boynton Beach, Florida 33435 Phone:561-742-6494
7 Subrecipient FEIN: 18.Subrecipient DUNS Number:
072247133
9.Primary Performance Location, if different than(12)below:
Address:
City: City of Boynton Beach
State:
Zip code+4:
10.County of Primary Performance: f 11 Congressional District:
Palm Beach 21
12.Performance in multiple counties: Yes or No. If yes,Indicate the counties.
No
I certify that the above information is correct.
tz -1 D-
Authorized Signature Date
FDACS-02039 06116
FDACS-02017 6/16
Page 20 of 21