Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2012-112Temp. Reso. #12233 Page 1 October 1, 2012 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2012 - /' A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE A GRANT AGREEMENT IN THE AMOUNT OF $100,000 WITH A 2:1 MATCH IN LOCAL FUNDS IN AN AMOUNT NOT TO EXCEED $200,000 FROM THE FLORIDA DIVISION OF EMERGENCY MANAGEMENT FOR RESIDENTIAL CONSTRUCTION MITIGATION PROGRAM GRANT FUNDS TO IMPROVE STORM RESISTANCE OF RESIDENCES IN THE CITY OF TAMARAC; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Florida Division of Emergency Management, Residential Construction Mitigation Program (RCMP) provides grant funds for projects serving to improve wind resistance of residences and mobile homes; and WHEREAS, the City of Tamarac Community Development Department provides a housing assistance program to its residents for storm mitigation through its various housing grant programs; and WHEREAS, the City is a prior RCMP grant award recipient and desires to expand the funding available to provide increased assistance for storm mitigation for Tamarac residences; and Temp. Reso. #12233 Page 2 October 1, 2012 WHEREAS. the City Manager and the Director of Community Development recommend acceptance of grant funds and execution of a project grant agreement between the Florida Department of Emergency Management and the City of Tamarac; and WHEREAS, the City Commission of the City of Tamarac deems it to be in the best interest of the citizens and residents of the City of Tamarac to accept grant funding to improve wind resistance of residences in the City of Tamarac and authorizes the appropriate City officials to execute a Florida Division of Emergency Management RCMP grant program agreement in the amount of $100,000, providing for a two -to -one match in local funds in an amount not to exceed $200,000. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA that: Section 1: That the foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. All Exhibits attached hereto are incorporated herein and made a specific part of this Resolution. Temp. Reso. #12233 Page 3 October 1, 2012 Section 2: The City Commission of the City of Tamarac HEREBY accepts the Residential Construction Mitigation Program (RCMP) grant award and authorizes the . appropriate City officials to execute the RCMP grant program agreement, Attachment A, between the City of Tamarac and the Florida Department of Emergency Management the amount of $100,000, providing for a 2:1 match in local funds not to exceed $200,000. Section 3: An appropriation for the receipt and expenditure for this grant and any matching funds will be included in a budget amendment for Fiscal Year 2012-13 pursuant to F.S. 166.241(2) Section 4: All Resolutions or parts of Resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. Section 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or in application, it shall not affect the validity of the remaining portion or applications of this Resolution. Section 6: This Resolution shall become effective immediately upon its passage and adoption. Temp. Reso. 412233 Page 4 October 1, 2012 PASSED AND ADOPTED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THIS Z 4 DAY OF 06444✓ , 2012. B. TALABISCO WV D. GLASSER P. BUSHNELL M. GOMEZ H. DRESSLER ATTEST: PETER RICHA SON, CR , CIVIC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form �J SAMUEL S. GOREN CITY ATTORNEY Contract Number: 13RC-52-11-16-02- Project Number: RCMP2013-010 CSFA: 31.006 STATE -FUNDED GRANT AGREEMENT THIS AGREEMENT is entered into by the State of Florida, Division of Emergency Management, with headquarters in Tallahassee, Florida (hereinafter referred to as the "Division"), and City of Tamarac, (hereinafter referred to as the "Recipient"). THIS AGREEMENT IS ENTERED INTO BASED ON THE FOLLOWING REPRESENTATIONS: A. The Recipient is fully qualified and eligible to receive these grant funds to provide the services identified herein; and B. The Division has received these funds from the State of Florida, General Appropriations Act of 2012-2013 for the purposes set forth in Section 215.559, Fla. Stat, and has the authority to grant these funds to the Recipient upon the terms and conditions below THEREFORE, the Division and the Recipient agree to the following: (1) SCOPE OF WORK. The Recipient shall perform the work in accordance with the Budget and Scope of Work (Attachment A to this Agreement). (2) INCORPORATION OF LAWS, RULES REGULATIONS AND POLICIES The Recipient and the Division shall be governed by applicable State and Federal laws, rules and regulations, including those identified in Attachment B. (3) PERIOD OF AGREEMENT. This Agreement shall begin upon execution by both parties, and shall end June 30, 2013, unless terminated earlier in accordance with the provisions of Paragraph (12) of this Agreement. (4) MODIFICATION OF CONTRACT Either party may request modification of the provisions of this Agreement. Changes which are agreed upon shall be valid only when in writing, signed by each of the parties, and attached to the original of this Agreement. (5) RECORDKEEPING (a) As applicable, Recipient's performance under this Agreement shall be subject to the federal OMB Circular No. A-102, "Common Rule: Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments" (53 Federal Register 8034) or OMB Circular No. A-110, "Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Nonprofit Organizations," and either OMB Circular No. A-87, "Cost Principles for State, Local and Indian Tribal Governments," OMB Circular No. A-21, "Cost Principles for Educational Institutions," or OMB Circular No. A-122, "Cost Principles for Non-profit Organizations." (b) The Recipient shall retain sufficient records to show its compliance with the terms of this Agreement, and the compliance of all subcontractors or consultants paid from funds under this Agreement, for a period of five years from the date the audit report is issued, and shall allow the Division or its designee, the State Chief Financial Officer or the State Auditor General access to the records upon request. The Recipient shall ensure that audit working papers are available to them upon request for a period of five years from the date the audit report is issued, unless extended in writing by the Division. The five year period may be extended for the following exceptions: 1. If any litigation, claim or audit is started before the five year period expires, and extends beyond the five year period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. 2. Records for the disposition of non -expendable personal property valued at $5,000 or more at the time it is acquired shall be retained for five years after final disposition. 3. Records relating to real property acquired shall be retained for five years after the closing on the transfer of title. (c) The Recipient shall maintain all records for the Recipient and for all subcontractors or consultants to be paid from funds provided under this Agreement, including documentation of all program costs, in a form sufficient to determine compliance with the requirements and objectives of the Budget and Scope of Work - Attachment A - and all other applicable laws and regulations. (d) The Recipient, its employees or agents, including all subcontractors or consultants to be paid from funds provided under this Agreement, shall allow access to its records at reasonable times to the Division, its employees, and agents. "Reasonable" shall ordinarily mean during normal business hours of 8:00 a.m. to 5:00 p.m., local time, on Monday through Friday. "Agents" shall include, but not be limited to, auditors retained by the Division. (6) AUDIT REQUIREMENTS (a) The Recipient agrees to maintain financial procedures and support documents, in accordance with generally accepted accounting principles, to account for the receipt and expenditure of funds under this Agreement. (b) These records shall be available at reasonable times for inspection, review, or audit by state personnel and other personnel authorized by the Division. "Reasonable" shall ordinarily mean normal business hours of 8:00 a.m. to 5:00 p.m., local time, Monday through Friday. (c) The Recipient shall provide the Division with the records, reports or financial statements upon request for the purposes of auditing and monitoring the funds awarded under this Agreement. (d) If the Recipient is a nonstate entity as defined by Section 215.97, Fla. Stat., it shall comply with the following: If the Recipient expends a total amount of State financial assistance equal to or more than $500,000 in any fiscal year of such Recipient, the Recipient must have a State single or project -specific 2 audit for such fiscal year in accordance with Section 215.97, Fla. Stat.; applicable rules of the Executive Office of the Governor and the Chief Financial Officer; and Chapters 10.550 (local government entities) or 10.650 (nonprofit and for -profit organizations), Rules of the Auditor General. EXHIBIT 1 to this Agreement shows the State financial assistance awarded by this Agreement. In determining the State financial assistance expended in its fiscal year, the Recipient shall include all sources of State financial assistance, including State funds received from the Division, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass -through awards and resources received by a nonstate entity for Federal program matching requirements. In connection with the audit requirements addressed in this Paragraph 6(d) above, the Recipient shall ensure that the audit complies with the requirements of Section 215.97(8), Fla. Stat. This includes submission of a reporting package as defined by Section 215.97(2)(e), Fla. Stat. and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for -profit organizations), Rules of the Auditor General. If the Recipient expends less than $500,000 in State financial assistance in its fiscal year, an audit conducted in accordance with the provisions of Section 215.97, Fla. Stat, is not required. In the event that the Recipient expends less than $500,000 in state financial assistance in its fiscal year and elects to have an audit conducted in accordance with the provisions of Section 215.97, Fla. Stat, the cost of the audit must be paid from the nonstate entity's resources (i.e., the cost of such an audit must be paid from the Recipient's resources obtained from other than State entities). Additional information on the Florida Single Audit Act may be found at the following website: https://apps.fldfs.com/fsaa/sinpleauditact.aspx. (e) Report Submission 1. The annual financial audit report shall include all management letters and the Recipient's response to all findings, including corrective actions to be taken. 2. The annual financial audit report shall include a schedule of financial assistance specifically identifying all Agreement and other revenue by sponsoring agency and Agreement number. 3. Copies of financial reporting packages required under this Paragraph 6 shall be submitted by or on behalf of the Recipient directly to each of the following: The Florida Division of Emergency Management at the following address: Florida Division of Emergency Management Office of Inspector General 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 The Florida Auditor General's Office at the following address: Florida Auditor General's Office Room 401, Claude Pepper Building 111 West Madison Street Tallahassee, Florida 32399-1450 4. Any reports, management letters, or other information required to be submitted to the Division pursuant to this Agreement shall be submitted on time as required under OMB Circular A-133, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for -profit organizations), Rules of the Auditor General, as applicable. 5. Recipients, when submitting financial reporting packages to the Division of Emergency Management for audits done in accordance with OMB Circular A-133 or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for -profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the Recipient in correspondence accompanying the reporting package. (f) If the audit shows that all or any portion of the funds disbursed hereunder were not spent in accordance with the conditions of this Agreement, the Recipient shall be held liable for reimbursement to the Division of all funds not spent in accordance with these applicable regulations and Agreement provisions within thirty days after the Division has notified the Recipient of such non- compliance. (g) The Recipient shall have all audits completed in accordance with Section 215.97, Fla. Stat. by an independent certified public accountant (CPA) licensed under Chapter 473, Fla. Stat. The (CPA) shall state that the audit complied with the applicable provisions noted above. The audit must be submitted to the Division no later than nine (9) months from the end of the Recipient's fiscal year. (7) REPORTS (a) The Recipient shall provide the Division with quarterly reports and a close-out report. These reports shall include the current status and progress by the Recipient and all subrecipients and subcontractors in completing the work described in the Scope of Work and the expenditure of funds under this Agreement, in addition to any other information requested by the Division. (b) 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. (c) The close-out report is due 60 days after termination of this Agreement or 60 days after completion of the activities contained in this Agreement, whichever first occurs. (d) If all required reports and copies are not sent to the Division or are not completed in a manner acceptable to the Division, the Division may withhold further payments until they are completed or may take other action as stated in Paragraph (11) REMEDIES. "Acceptable to the Division" means that the work product was completed in accordance with the Budget and Scope of Work. 4 (e) The Recipient shall provide additional program updates or information that may be required by the Division. (f) The Recipient shall provide additional reports and information identified in Attachment E. (8) MONITORING The Recipient shall monitor its performance under this Agreement, as well as that of its subcontractors and/or consultants who are paid from funds provided under this Agreement, to ensure that time schedules are being met, the Schedule of Deliverables and Scope of Work are being accomplished within the specified time periods, and other performance goals are being achieved. A review shall be done for each function or activity in Attachment A to this Agreement, and reported in the quarterly report. In addition to reviews of audits conducted in accordance with paragraph (6) above, monitoring procedures may include, but not be limited to, on -site visits by Division staff, limited scope audits, and/or other procedures. The Recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Division. In the event that the Division determines that a limited scope audit of the Recipient is appropriate, the Recipient agrees to comply with any additional instructions provided by the Division to the Recipient regarding such audit. The Recipient further agrees to comply and cooperate with any inspections, reviews, investigations or audits deemed necessary by the Florida Chief Financial Officer or Auditor General. In addition, the Division will monitor the performance and financial management by the Recipient throughout the contract term to ensure timely completion of all tasks. (9) LIABILITY (a) Unless Recipient is a State agency or subdivision, as defined in Section 768.28, Fla. Stat., the Recipient is solely responsible to parties it deals with in carrying out the terms of this Agreement, and shall hold the Division harmless against all claims of whatever nature by third parties arising from the work performance under this Agreement. For purposes of this Agreement, Recipient agrees that it is not an employee or agent of the Division, but is an independent contractor. (b) Any Recipient which is a state agency or subdivision, as defined in Section 768.28, Fla. Stat., agrees to be fully responsible for its negligent or tortious acts or omissions which result in claims or suits against the Division, and agrees to be liable for any damages proximately caused by the acts or omissions to the extent set forth in Section 768.28, Fla. Stat. Nothing herein is intended to serve as a waiver of sovereign immunity by any Recipient to which sovereign immunity applies. Nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract. (10) DEFAULT. If any of the following events occur ("Events of Default"), all obligations on the part of the Division to make further payment of funds shall, if the Division elects, terminate and the Division has the option to exercise any of its remedies set forth in Paragraph (11). However, the Division may make payments or partial payments after any Events of Default without waiving the right to exercise such remedies, and without becoming liable to make any further payment: (a) If any warranty or representation made by the Recipient in this Agreement or any previous agreement with the Division is or becomes false or misleading in any respect, or if the Recipient fails to keep or perform any of the obligations, terms or covenants in this Agreement or any previous agreement with the Division and has not cured them in timely fashion, or is unable or unwilling to meet its obligations under this Agreement; (b) If material adverse changes occur in the financial condition of the Recipient at any time during the term of this Agreement, and the Recipient fails to cure this adverse change within thirty days from the date written notice is sent by the Division. (c) If any reports required by this Agreement have not been submitted to the Division or have been submitted with incorrect, incomplete or insufficient information; (d) If the Recipient has failed to perform and complete on time any of its obligations under this Agreement. (11) REMEDIES. If an Event of Default occurs, then the Division may, after thirty calendar days written notice to the Recipient and upon the Recipient's failure to cure within those thirty days, exercise any one or more of the following remedies, either concurrently or consecutively: (a) Terminate this Agreement, provided that the Recipient is given at least thirty days prior written notice of the termination. The notice shall be effective when placed in the United States, first class mail, postage prepaid, by registered or certified mail -return receipt requested, to the address in paragraph (13) herein, Agreement; (b) Begin an appropriate legal or equitable action to enforce performance of this (c) Withhold or suspend payment of all or any part of a request for payment; (d) Require that the Recipient refund to the Division any monies used for ineligible purposes under the laws, rules and regulations governing the use of these funds. (e) Exercise any corrective or remedial actions, to include but not be limited to: 1. request additional information from the Recipient to determine the reasons for or the extent of non-compliance or lack of performance, 2. issue a written warning to advise that more serious measures may be taken if the situation is not corrected, 3. advise the Recipient to suspend, discontinue or refrain from incurring costs for any activities in question or 4. require the Recipient to reimburse the Division for the amount of costs incurred for any items determined to be ineligible; (f) Exercise any other rights or remedies which may be available under law. 0 (g) Pursuing any of the above remedies will not stop the Division from pursuing any other remedies in this Agreement or provided at law or in equity. If the Division waives any right or remedy in this Agreement or fails to insist on strict performance by the Recipient, it will not affect, extend or waive any other right or remedy of the Division, or affect the later exercise of the same right or remedy by the Division for any other default by the Recipient. (12) TERMINATION. (a) The Division may terminate this Agreement for cause after thirty days written notice. Cause can include misuse of funds, fraud, lack of compliance with applicable rules, laws and regulations, failure to perform on time, and refusal by the Recipient to permit public access to any document, paper, letter, or other material subject to disclosure under Chapter 119, Fla. Stat., as amended. (b) The Division may terminate this Agreement for convenience or when it determines, in its sole discretion, that continuing the Agreement would not produce beneficial results in line with the further expenditure of funds, by providing the Recipient with thirty calendar days prior written notice. (c) The parties may agree to terminate this Agreement for their mutual convenience through a written amendment of this Agreement. The amendment will state the effective date of the termination and the procedures for proper closeout of the Agreement. (d) In the event that this Agreement is terminated, the Recipient will not incur new obligations for the terminated portion of the Agreement after the Recipient has received the notification of termination. The Recipient will cancel as many outstanding obligations as possible. Costs incurred after receipt of the termination notice will be disallowed. The Recipient shall not be relieved of liability to the Division because of any breach of Agreement by the Recipient. The Division may, to the extent authorized by law, withhold payments to the Recipient for the purpose of set-off until the exact amount of damages due the Division from the Recipient is determined. (13) NOTICE AND CONTACT. (a) All notices provided under or pursuant to this Agreement shall be in writing, either by hand delivery, or first class, certified mail, return receipt requested, to the representative named below, at the address below, and this notification attached to the original of this Agreement. (b) The name and address of the Division contract manager for this Agreement is: Mr. Howard Douglas, Community Assistance Consultant Bureau of Mitigation Division of Emergency Management 2555 Shumard Oak Boulevard Tallahassee, Florida 32399 Telephone: 850-413-9817 Email: Howard Douglas@em.myflorida.com 7 (c) The name and address of the Representative of the Recipient responsible for the administration of this Agreement is: Ms. Angela Bauldree Housing and Neighborhood Manager City of Tamarac 7525 NW 88 Avenue Tamarac, Florida 32321 Telephone: 954-597-3539 Email: angelab@tamarac.org (d) In the event that different representatives or addresses are designated by either party after execution of this Agreement, notice of the name, title and address of the new representative will be provided as outlined in (13)(a) above. (14) SUBCONTRACTS If the Recipient subcontracts any of the work required under this Agreement, a copy of the unsigned subcontract must be forwarded to the Division for review and approval before it is executed by the Recipient. The Recipient agrees to include in the subcontract that (i) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Division and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The Recipient shall document in the quarterly report the subcontractor's progress in performing its work under this Agreement. For each subcontract, the Recipient shall provide a written statement to the Division as to whether that subcontractor is a minority business enterprise, as defined in Section 288.703, Fla. Stat. (15) TERMS AND CONDITIONS This Agreement contains all the terms and conditions agreed upon by the parties. (16) ATTACHMENTS (a) All attachments to this Agreement are incorporated as if set out fully. (b) In the event of any inconsistencies or conflict between the language of this Agreement and the attachments, the language of the attachments shall control, but only to the extent of the conflict or inconsistency. (c) This Agreement has the following attachments: Exhibit 1 - Funding Sources Attachment A — Budget and Scope of Work Attachment B — Program Statutes and Regulations Attachment C — Request for Reimbursement Attachment C-1 — Detail of Salary and Benefit Attachment C-2 - Detail of Other Personal/Contractual Services Attachment C-3 — Detail of Administrative Expenses Attachment C-4 — Detail of Expenses Attachment C-5 — Detail of Operating Capital Outlay Attachment C-6 - Detail of Salary and Benefit — Grantee Match Attachment C-7 — Detail of Other Personal/Contractual Services — Grantee Match Attachment C-8 — Detail of Administrative Expenses — Grantee Match Attachment C-9 — Detail of Expenses — Grantee Match Attachment C-10 — Detail of Operating Capital Outlay — Grantee Match Attachment D — Justification of Advance Payment Attachment E — Quarterly Report Form Attachment F — Warranties and Representations Attachment G — Certification Regarding Debarment (17) FUNDING/CONSIDERATION (a) This is a cost -reimbursement Agreement. The Recipient shall be reimbursed for costs incurred in the satisfactory performance of work hereunder in an amount not to exceed $100,000.00, subject to the availability of funds. (b) Any advance payment under this Agreement is subject to Section 216.181(16), Fla.Stat., and is contingent upon the Recipient's acceptance of the rights of the Division under Paragraph (12)(b) of this Agreement. The amount which maybe advanced may not exceed the expected cash needs of the Recipient within the first three (3) months of the contract term. For a federally funded contract, any advance payment is also subject to federal OMB Circulars A-87, A-110, A-122 and the Cash Management Improvement Act of 1990. All advances are required to be held in an interest -bearing account. If an advance payment is requested, the budget data on which the request is based and a justification statement shall be included in this Agreement as Attachment D. Attachment D will specify the amount of advance payment needed and provide an explanation of the necessity for and proposed use of these funds. No advance shall be accepted for processing if a reimbursement has been paid prior to the submittal of a request for advanced payment. (c) After the initial advance, if any, payment shall be made on a reimbursement basis as needed. The Recipient agrees to expend funds in accordance with the Budget and Scope of Work, Attachment A of this Agreement. (d) Invoices shall be submitted at least quarterly and shall include the supporting documentation for all costs of the project or services. Invoices shall be accompanied by a statement signed and dated by an authorized representative of the Recipient certifying that "all disbursements made in accordance with conditions of the Division agreement and payment is due and has not been previously requested for these amounts." The supporting documentation must comply with the documentation requirements of applicable OMB Circular Cost Principles. The final invoice shall be submitted within sixty (60) days after the expiration date of the agreement. An explanation of any circumstances prohibiting the submittal of quarterly invoices shall be submitted to the Division contract manager as part of the Recipient's quarterly reporting as referenced in Paragraph 7 of this Agreement. If the necessary funds are not available to fund this Agreement as a result of action by the United States Congress, the federal Office of Management and Budgeting, the State Chief Financial Officer or under subparagraph (19)(h) of this Agreement, all obligations on the part of the Division to make any further payment of funds shall terminate, and the Recipient shall submit its closeout report within thirty days of receiving notice from the Division. (18) REPAYMENTS All refunds or repayments due to the Division under this Agreement are to be made payable to the order of the "Florida Division of Emergency Management", and mailed directly to the following address: Florida Division of Emergency Management Cashier 2555 Shumard Oak Boulevard Tallahassee FL 32399-2100 In accordance with Section 215.34(2), Fla. Stat., if a check or other draft is returned to the Division for collection, Recipient shall pay the Division a service fee of $15.00 or 5% of the face amount of the returned check or draft, whichever is greater. (19) MANDATED CONDITIONS (a) The validity of this Agreement is subject to the truth and accuracy of all the information, representations, and materials submitted or provided by the Recipient in this Agreement, in any later submission or response to a Division request, or in any submission or response to fulfill the requirements of this Agreement. All of said information, representations, and materials is incorporated by reference. The inaccuracy of the submissions or any material changes shall, at the option of the Division and with thirty days written notice to the Recipient, cause the termination of this Agreement and the release of the Division from all its obligations to the Recipient. (b) This Agreement shall be construed under the laws of the State of Florida, and venue for any actions arising out of this Agreement shall be in the Circuit Court of Leon County. If any provision of this Agreement is in conflict with any applicable statute or rule, or is unenforceable, then the provision shall be null and void to the extent of the conflict, and shall be severable, but shall not invalidate any other provision of this Agreement. (c) Any power of approval or disapproval granted to the Division under the terms of this Agreement shall survive the term of this Agreement. (d) This Agreement may be executed in any number of counterparts, any one of which may be taken as an original. (e) The Recipient agrees to comply with the Americans With Disabilities Act (Public Law 101-336, 42 U.S.C. Section 12101 et seg. , which prohibits discrimination by public and private entities on IKE the basis of disability in employment, public accommodations, transportation, State and local government services, and telecommunications. (f) Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list 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 contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. (g) Any Recipient which is not a local government or state agency, and which receives funds under this Agreement from the federal government, certifies, to the best of its knowledge and belief, that it and its principals: 1. are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a federal department or agency; 2. have not, within a five-year period preceding this proposal been convicted of or had a civil judgment rendered against them for fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under 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; 3. are not presently indicted or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any offenses enumerated in paragraph 19(g)2. of this certification; and 4. have not within a five-year period preceding this Agreement had one or more public transactions (federal, state or local) terminated for cause or default. If the Recipient is unable to certify to any of the statements in this certification, then the Recipient shall attach an explanation to this Agreement. In addition, the Recipient shall send to the Division (by email or by facsimile transmission) the completed "Certification Regarding Debarment, Suspension, Ineligibility And Voluntary Exclusion" (Attachment G) for each intended subcontractor which Recipient plans to fund under this Agreement. The form must be received by the Division before the Recipient enters into a contract with any subcontractor. (h) The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature, and subject to any modification in accordance with Chapter 216, Fla. Stat. or the Florida Constitution. (i) All bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper preaudit and postaudit thereof. Fla. Stat. 0) Any bills for travel expenses shall be submitted in accordance with Section 112.061 (k) The Division reserves the right to unilaterally cancel this Agreement if the Recipient refuses to allow public access to all documents, papers, letters or other material subject to the provisions of Chapter 119, Fla. Stat., which the Recipient created or received under this Agreement. (1) If the Recipient is allowed to temporarily invest any advances of funds under this Agreement, any interest income shall either be returned to the Division or be applied against the Division's obligation to pay the contract amount. (m) The State of Florida will not intentionally award publicly -funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act ("INA")]. The Division shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the INA. Such violation by the Recipient of the employment provisions contained in Section 274A(e) of the INA shall be grounds for unilateral cancellation of this Agreement by the Division. (n) The Recipient is subject to Florida's Government in the Sunshine Law (Section 286.011, Fla. Stat.) with respect to the meetings of the Recipient's governing board or the meetings of any subcommittee making recommendations to the governing board. All of these meetings shall be publicly noticed, open to the public, and the minutes of all the meetings shall be public records, available to the public in accordance with Chapter 119, Fla. Stat. (o) All expenditures of state financial assistance shall be in compliance with the laws, rules and regulations applicable to expenditures of State funds, including but not limited to, the Reference Guide for State Expenditures. (p) The Agreement may be charged only with allowable costs resulting from obligations incurred during the term of the Agreement. (q) Any balances of unobligated cash that have been advanced or paid that are not authorized to be retained for direct program costs in a subsequent period must be refunded to the State. (20) LOBBYING PROHIBITION (a) No funds or other resources received from the Division under this Agreement may be used directly or indirectly to influence legislation or any other official action by the Florida Legislature or any state agency. (b) The Recipient certifies, by its signature to this Agreement, that to the best of his or her knowledge and belief: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Recipient, 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 awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, 12 continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement. 2. 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 contract, grant, loan or cooperative agreement, the Recipient shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities." 3. The Recipient shall require that this certification be included in the award documents for all subawards (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose. 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. (21) COPYRIGHT, PATENT AND TRADEMARK ANY AND ALL PATENT RIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY RESERVED TO THE STATE OF FLORIDA. ANY AND ALL COPYRIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY TRANSFERRED BY THE RECIPIENT TO THE STATE OF FLORIDA. (a) If the Recipient has a pre-existing patent or copyright, the Recipient shall retain all rights and entitlements to that pre-existing patent or copyright unless the Agreement provides otherwise. (b) If any discovery or invention is developed in the course of or as a result of work or services performed under this Agreement, or in any way connected with it, the Recipient shall refer the discovery or invention to the Division for a determination whether the State of Florida will seek patent protection in its name. Any patent rights accruing under or in connection with the performance of this Agreement are reserved to the State of Florida. If any books, manuals, films, or other copyrightable material are produced, the Recipient shall notify the Division. Any copyrights accruing under or in connection with the performance under this Agreement are transferred by the Recipient to the State of Florida. (c) Within thirty days of execution of this Agreement, the Recipient shall disclose all intellectual properties relating to the performance of this Agreement which he or she knows or should know could give rise to a patent or copyright. The Recipient shall retain all rights and entitlements to any pre-existing intellectual property which is disclosed. Failure to disclose will indicate that no such property exists. The Division shall then, under Paragraph (b), have the right to all patents and copyrights which accrue during performance of the Agreement. 13 (22) LEGAL AUTHORIZATION. The Recipient certifies that it has the legal authority to receive the funds under this Agreement and that its governing body has authorized the execution and acceptance of this Agreement. The Recipient also certifies that the undersigned person has the authority to legally execute and bind Recipient to the terms of this Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Agreement. CITY OF TAMARAC: By: ' Name and title: A 4-1 el' Date: Jy -'-� FID# : J- Ian g�J �- STATE OF FLORIDA DIVISION OF EMERGENCY MANGEMENT By: Name and Title: Bryan W Koon, Director Date: 14 EXHIBIT — 1 STATE RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: SUBJECT TO SECTION 215.97, FLORIDA STATUTES: State Project - State awarding agency: Division of Emergency Management Catalog of State Financial Assistance title Residential Construction Mitigation Program Catalog of State Financial Assistance number 31.066 Amount of State Funding: $100,000.00 COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: 15 Attachment A Budget and Scope of Work INTRODUCTION: The City of Tamarac, Florida (Recipient) will provide residential wind mitigation retrofit improvements as identified in RFP-DEM-11/12-027. Recipient will wind retrofit seven (7), residential structures or more should sufficient funds be available for mitigation improvements. The residential structures shall be located in the City of Tamarac, Florida. Recipient will focus on a systemic approach that ties together all aspects of wind mitigation which include, but are not limited to replacement of roof sheathing, installation of a secondary water barrier, strengthening of roof deck attachment, replacement of roof covering, installation of hurricane resistant windows and doors, shutters, brace bottom cord gable end, anchoring of wall or floor units, and roof to wall foundation connections. Deviation from a systemic approach shall be approved by both the Recipient and the Division. Prior to any wind mitigation retrofit improvements, Recipient will conduct a systemic, comprehensive wind mitigation inspection and analysis of all residential structures identified for wind mitigation retrofit improvements. The inspection will identify any previous wind mitigation improvements, wind mitigation deficiencies and whether the residential structure can be retrofitted to effectively improve resistance to wind related damage. The Recipient will develop a scope of work for each property based on the inspection report and/or additional site visits. If required by the local building official, certified drawings will be developed for mitigation improvements and approved by a State of Florida Registered Professional Engineer or Florida Registered Architect as required. All construction work shall be completed by a Qualified Licensed Florida Contractor and in accordance with all applicable Florida Building Codes, local building codes, industry standards and Manufacturer's Specifications. Upon completion of the wind mitigation retrofit improvements, a post inspection will be performed by the Recipient and a licensed building official/inspector to ensure that all scope of work items are properly completed in compliance with issued building permits, as well as, any and all applicable Florida Building Codes, local building codes, industry standards and Manufacturer's Specifications. Recipient shall be responsible for the implementation, management, coordination, and facilitation of all aspects related to the wind mitigation retrofit projects approved under this RFP. Including accountability for all Division funds awarded and Match funds committed by the Recipient. All work must be completed by June 30, 2013. No work shall be performed under this contract prior to the contract execution date and the issuance of a Notice To Proceed. TASKS: Task 1: Recipient, as required by RFP-DEM-11/12-027, Section 1.1 will provide the Division with a completed Property Information Sheet (PIS) within two (2) weeks of award for each residential structure expected to receive wind mitigation retrofit improvements. Color photographs of the residential units must be provided prior to improvements and after improvements. The Division will conduct a Benefit Cost Analysis (BCA) on each of the submitted PIS(s) to determine if a project is cost-effective. Specific properties may be substituted, if necessary, in order to achieve an overall favorable Benefit Cost Ratio as a part of contract development. During the contract period of performance, the Recipient will ensure that each individual project or the overall Benefit Cost ratio remain cost effective as determined by the Division. Based on the submitted and Division approved PIS(s) the Recipient will develop a Project Timeline for all wind mitigation activities that will be conducted during Fiscal Year 2012-2013. The fiscal year starts on L July 1, 2012 and ends on June 30, 2013. The Project Timeline must include Milestones identified below under Deliverable #1. Task 2: Recipient shall submit a Request For Reimbursement and supporting documentation on a regular basis. The Request For Reimbursement should be submitted on a monthly basis, but shall be at least quarterly. Task 3: Recipient shall provide a Final Closeout Package and supporting documentation. Task 4: Recipient shall submit a Final Request For Reimbursement and supporting documentation. DELIVERABLES: Deliverable 1: Recipient shall submit to the Division a project timeline for the milestones identified below. All work and match commitments shall be completed by June 30, 2013. Project Timeline — FY 2012-1013 Milestones Timeline Recipient Advertisement, Bid Openin , Notice of Award, Notice to Proceed Permitting, Material Ordering Physical Construction Activities Unforeseen Delays Final Inspection Request/Final Inspection Close -Out Submittal All Construction Related Work to be Completed on or before June 30, 2013 Deliverable 1 is due within thirty (30) days of contract execution. Upon review and approval of Deliverable 1, the Recipient may proceed with project implementation. It is the intent of the Division to use the approved schedule to monitor the Recipient's progress toward project completion. The Division, at its discretion, may approve a change in the schedule at the request of the Recipient. Deliverable 2: Recipient shall provide the following for each Request For Reimbursement submitted over the course of the fiscal year: • Recipient's Invoice, to include; o Start Date of Work Period (start of invoice period), o End Date of Work Period (end of invoice period), o Description of Work Performed; o Payment amount requested for reimbursement; • Request for Payment • Copies of Canceled Checks. • Quarterly Report (If necessary for Ending Fiscal Quarter) • Scope of Work; • Copies of Permits; • Recipient's Match Amount and Match Documentation; Deliverable 2 is due on a regular basis. Request For Reimbursement should be submitted on a monthly basis, but shall be at least quarterly. 17 Upon review and approval of Deliverable 2, the Division shall reimburse the Recipient for funds expended during the invoice period. Total Reimbursements for the Fiscal Year 2012-2013 shall not exceed the Total Division Award Amount of $100,000.00. Deliverable 3: Recipient shall provide a Final Close -Out Package to include the following: A Request For Final Inspection, on agency/company letter head which must include the following statements: o The project is 100% complete; o The Scope of Work as outline has been completed; o All relevant building Codes and Standards have been satisfied. A CD or other digital media that contains electronic folders for each individual property. The folders must have pdf formatted documents for each of the following: Approved PIS Color Photographs documenting mitigation work (pre and post), Post Inspection Reports/Certificates of Completion for each Residential Structure, o Notice of Acceptance/Product Approvals, An Electronic Spreadsheet to include; o Homeowner's Name; o Homeowner's Address; o Pre and Post Inspection Dates, o Retrofit Measures Completed; o Retrofit Cost; o Homeowner's Insurance Company and Policy Number. Deliverable 3 is due on or before June 15, 2013 Upon review and approval of Deliverable 3, the Division will start the physical inspection procedures. Deliverable 4: Recipient shall provide a Final Request For Reimbursement to include: • Recipient's Invoice, to include; o Start Date of Work Period; o End Date of Work Period, o Description of Work Performed, o Payment amount requested for reimbursement; • Request for Payment • Copies of Canceled Checks. • Quarterly Report (if necessary for Ending Fiscal Quarter) • Scope of Work; • Copies of Permits; • Recipient's Match Amount and Match Documentation, • Report discussing the strengths and weakness of the joint effort by the Recipient and Division to provide the Residential Retrofit Mitigation Programs. Including an analysis of work completed by the Recipient compared to the Project Timeline developed at the start of the project. Deliverable 4 is due July 31, 2013 Upon review and approval of Deliverable 4, the Division shall reimburse the Recipient for funds expended during the invoice period. Total Reimbursements for the Fiscal Year 2012-2013 shall not exceed the Total Division Award Amount of $100,000.00. 19 BUDGET: The Budget is designed to account for RCMP Awarded Funds and Match Funds committed by the Recipient. Each invoice and request for payment must clearly identify the amount of RCMP funds requested and the amount of match funds expended by the Recipient. Match funds must be supported by documentation for each expenditure category. City of Tamarac - RCMP 2013-010 - 1 RECIPIENT MATCH FRFP-DEM 11 /12-027 EXPENDITURE CASH IN -KIND TOTAL RCMP TOTAL CATEGORIES MATCH + SERVICES = RECIPIENT + AWARD _ COST MATCH MATCH Salary & Benefits + _ + _ Other Personnel / Contractual + _ + _ Services Administrative + _ + $5,000.00 = $5,000.00 Expenses Expenses $200,000.00 + _ $200,000.00 + $95,000.00 = $295,000.00 Totals $200,000.00' + _ $200,000.00 + $100,000.00 = $300,000.00 Note: 1. Based on Match Form submitted by Recipient on July 3, 2012 match is $ 200,000.00 2. Based on Notice of Intent To Award posted July 23, 2012 Division Award is $100,000.00. 3. Administrative Expenses - Agency Administrative Cost - Program direct costs for managing the project and other direct program office supplies and expenses. Five percent of Division Award. 4. Expenses - Construction Materials -Construction project material costs required to complete scope of work items as approved; Contract labor costs required to complete scope of work items. Certified Wind/Home Inspector to gather all information, take pictures, and report structural data. Licensed Engineer and Construction Professional to perform structural analysis, estimate project costs, evaluate sub -contractor's bids, and project reporting, pull permits, award bids to sub -contractors, coordinate construction activities, and to conduct comprehensive final inspections. Permits and Recording Costs -required permitting and recording costs. ' Match Form submitted by Recipient is Exhibit "A" attached hereto and made a part of this Agreement. 20 Attachment B Program Statutes and Regulations Section 215.559, Florida Statutes Hurricane Loss Mitigation Program Section 215.422, Florida Statutes Payments, warrants, and invoices; processing time limits, dispute limitation; agency or judicial branch compliance Section 215,97, Florida Statutes Florida Single Audit Act Section 215,971, Florida Statutes Agreements funded with federal and state assistance Section 216.347, Florida Statutes Disbursement of grant and aids appropriations for lobbying prohibited Section 216.3475 Florida Statutes Maximum rate of payment for services funded under General Appropriations Act or awarded on a noncompetitive basis Section 287.056, Florida Statutes Purchases from purchasing agreement and state term contract Section 287,057, Florida Statutes Procurement of commodities or contractual services CFO MEMORANDUM NO. 04 (2005-06)Compliance Requirements for Agreements 21 Attachment C DIVISION OF EMERGENCY MANAGEMENT REQUEST FOR REIMBURSEMENT OF RESIDENTIAL CONSTRUCTION MITIGATION PROGRAM FUNDS RECIPIENT NAME: City of Tamarac ADDRESS: CITY, STATE, ZIP CODE: PAYMENT No: Project Number: RCMP2013-010 DEM Agreement No: 13RC-52-11-16-02- SALARY AND BENEFIT OTHER PERSONAL/ CONTRACTUAL SERVICES ADMIN EXPENSES EXPENSES OPERATING CAPITAL OUTLAY TOTAL CLAIM AMOUNT GRANTEE MATCH DEM USE ONLY APPROVED COMMENTS TOTAL CURRENT REQUEST $ I certify that to the best of my knowledge and belief the above accounts are correct, and that all disbursements were made in accordance with all conditions of the Division agreement and payment is due and has not been previously requested for these amounts. RECIPIENT SIGNATURE NAME AND TITLE DATE: TO BE COMPLETED BY DIVISION OF EMERGENCY MANAGEMENT APPROVED PROJECT TOTAL $ ADMINISTRATIVE COST $ GOVERNOR'S AUTHORIZED REPRESENTATIVE APPROVED FOR PAYMENT $ DATE 22 Attachment C-1 DETAIL OF SALARY AND BENEFIT Subgrantee: City of Tamarac Contract Number: 13RC-52-11-16-02- Project Number: RCMP2012-010 Claim Number: Vendor Description of Services Provided Date Paid Check Number Amount Page Total 23 Attachment C-2 DETAIL OF OTHER PERSONAUCONTRACTUAL SERVICES Subgrantee: City of Tamarac Contract Number: 13RC-52-11-16-02- Project Number: RCMP2013-010 Claim Number: Vendor Description of Services Provided Date Paid Check Number Amount Page Total 24 Attachment C-3 DETAIL OF ADMINISTRATIVE EXPENSES Subgrantee: City of Tamarac Contract Number: 13RC-52-11-16-02- Project Number: RCMP2013-010 Claim Number: Vendor Description of Services Provided Date Paid Check Number Amount Page Total 25 Attachment C-4 DETAIL OF EXPENSES Subgrantee: City of Tamarac Contract Number 13RC-52-11-16-02- Project Number: RCMP2013-010 Claim Number: Vendor Description of Services Provided Date Paid Check Number Amount Page Total 26 Subgrantee: City of Tamarac Attachment C-5 DETAIL OF OPERATING CAPITAL OUTLAY Contract Number: 13RC-52-11-16-02- Project Number: RCMP2013-010 Claim Number - Vendor Description of Services Date Paid Check Amount Provided I Number Total 27 Attachment C-6 DETAIL OF SALARY AND BENEFIT — GRANTEE MATCH Subgrantee: City of Tamarac Contract Number: 13RC-52-11-16-02- Project Number: RCMP-2013-010 Claim Number: Vendor Description of Services Provided Date Paid Check Number Amount Page Total 28 Attachment C-7 DETAIL OF OTHER PERSONAUCONTRACTUAL SERVICES — GRANTEE MATCH Subgrantee: City of Tamarac Contract Number: 13RC-52-11-16-02- Project Number: RCMP2013-010 Claim Number: Vendor Description of Services Provided Date Paid Check Number Amount Page Total 29 Attachment C-8 DETAIL OF ADMINISTRATIVE EXPENSES — GRANTEE MATCH Subgrantee: City of Tamarac Contract Number: 13RC-52-11-16-02- Project Number: RCMP2013-010 Claim Number: Vendor Description of Services Provided Date Paid Check Number Amount Page Total 30 Attachment C-9 DETAIL OF EXPENSES — GRANTEE MATCH Subgrantee: City of Tamarac Contract Number: 13RC-52-11-16-02- Project Number: RCMP2013-010 Claim Number: Vendor Description of Services Provided Date Paid Check Number Amount Page Total 31 Attachment C-10 DETAIL OF OPERATING CAPITAL OUTLAY — GRANTEE MATCH Subgrantee: City of Tamarac Contract Number: 13RC-52-11-16-02- Claim Number: Project Number: RCMP2013-010 Vendor Description of Services Date Paid Check Amount Provided Number Page Total 32 Attachment D JUSTIFICATION OF ADVANCE PAYMENT RECIPIENT: If you are requesting an advance, indicate same by checking the box below. [ ] ADVANCE REQUESTED Advance payment of $ is requested. Balance of payments will be made on a reimbursement basis. These funds are needed to pay staff, award benefits to clients, duplicate forms and purchase start-up supplies and equipment. We would not be able to operate the program without this advance. If you are requesting an advance, complete the following chart and line item justification below. ESTIMATED EXPENSES BUDGET CATEGORY/LINE ITEMS 20_-20_ Anticipated Expenditures for First Three Months of (list applicable line items) Contract For example ADMINISTRATIVE COSTS (Include Secondary Administration.) For example PROGRAM EXPENSES TOTAL EXPENSES LINE ITEM JUSTIFICATION (For each line item, provide a detailed justification explaining the need for the cash advance. The justification must include supporting documentation that clearly shows the advance will be expended within the first ninety (90) days of the contract term. Support documentation should include quotes for purchases, delivery timelines, salary and expense projections, etc. to provide the Division reasonable and necessary support that the advance will be expended within the first ninety (90) days of the contract term. Any advance funds not expended within the first ninety (90) days of the contract term shall be returned to the Division Cashier, 2555 Shumard Oak Boulevard, Tallahassee, Florida 32399, within thirty (30) days of receipt, along with any interest earned on the advance) 33 Attachment E DIVISION OF EMERGENCY MANAGEMENT RESIDENTIAL CONSTRUCTION MITIGATION PROGRAM RECIPIENT: City of Tamarac PROJECT LOCATION: QUARTERLY REPORT FORM Project Number: RCMP2013-010 DEM ID #: 13RC-52-11-16-02- QUARTER ENDING: Provide amount of advance funds disbursed for period (if applicable) $ Provide reimbursement projections for this project: July -Sep, 20_$ Oct -Dec, 20_$ Jan -Mar, 20_$ Apr -June, 20_$_ July -Sep, 20_$ Oct -Dec, 20_$ Jan -Mar, 20_$ Apr -June, 20_$ Percentage of Work Completed (may be confirmed by state inspectors): % Project Proceeding on Schedule: [ ] Yes [ ] No Describe milestones achieved during this quarter: Provide a schedule for the remainder of work to project completion: Describe problems or circumstances affecting completion date, milestones, scope of work, and cost: Cost Status: [ ] Cost Unchanged [ ] Under Budget [ ] Over Budget Additional Comments/Elaboration: NOTE: Division of Emergency Management (DEM) staff may perform interim inspections and/or audits at any time. Events may occur between quarterly reports, which have significant impact upon your project(s), such as anticipated overruns, changes in scope of work, etc. Please contact the Division as soon as these conditions become known, otherwise you may be found non -compliant with your subgrant award. Name and Phone Number of Person Completing This Form 34 Attachment F Warranties and Representations Financial Management Recipient's financial management system must include the following: (1) Accurate, current and complete disclosure of the financial results of this project or program (2) Records that identify the source and use of funds for all activities. These records shall contain information pertaining to grant awards, authorizations, obligations, unobligated balances, assets, outlays, income and interest. (3) Effective control over and accountability for all funds, property and other assets. Recipient shall safeguard all assets and assure that they are used solely for authorized purposes. (4) Comparison of expenditures with budget amounts for each Request For Payment. Whenever appropriate, financial information should be related to performance and unit cost data. (5) Written procedures to determine whether costs are allowed and reasonable under the provisions of the applicable OMB cost principles and the terms and conditions of this Agreement. (6) Cost accounting records that are supported by backup documentation. Competition All procurement transactions shall be done in a manner to provide open and free competition. The Recipient shall be alert to conflicts of interest as well as noncompetitive practices among contractors that may restrict or eliminate competition or otherwise restrain trade. In order to ensure excellent contractor performance and eliminate unfair competitive advantage, contractors that develop or draft specifications, requirements, statements of work, invitations for bids and/or requests for proposals shall be excluded from competing for such procurements. Awards shall be made to the bidder or offeror whose bid or offer is responsive to the solicitation and is most advantageous to the Recipient, considering the price, quality and other factors. Solicitations shall clearly set forth all requirements that the bidder or offeror must fulfill in order for the bid or offer to be evaluated by the Recipient. Any and all bids or offers may be rejected when it is in the Recipient's interest to do so. 35 Codes of Conduct. The Recipient shall maintain written standards of conduct governing the performance of its employees engaged in the award and administration of contracts. No employee, officer, or agent shall participate in the selection, award, or administration of a contract supported by public grant funds if a real or apparent conflict of interest would be involved. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties indicated, has a financial or other interest in the firm selected for an award. The officers, employees, and agents of the Recipient shall neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. The standards of conduct shall provide for disciplinary actions to be applied for violations of the standards by officers, employees, or agents of the Recipient. Business Hours The Recipient shall have its offices open for business, with the entrance door open to the public, and at least one employee on site, from 8:00 a.m. to 5:00 p.m., local time, Monday through Friday. Licensing and Permitting All subcontractors or employees hired by the Recipient shall have all current licenses and permits required for all of the particular work for which they are hired by the Recipient. 36 Attachment G Certification Regarding Debarment, Suspension, Ineligibility And Voluntary Exclusion Subcontractor Covered Transactions (1) The prospective subcontractor of the Recipient, , certifies, by submission of this document, 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. (2) Where the Recipient's subcontractor is unable to certify to the above statement, the prospective subcontractor shall attach an explanation to this form. SUBCONTRACTOR: By: Signature Recipient's Name Name and Title DEM Contract Number Street Address City, State, Zip Project Number 37