Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-163Temp Reso. #11046 Page 1 September 13, 2006 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006 - 1 (,v3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO SUBMIT AN APPLICATION TO THE FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) FOR HAZARD MITIGATION GRANT PROGRAM FUNDS FOR WIND HARDENING OF THE CITY UTILITIES, PUBLIC WORKS, AND WATER TREATMENT PLANT BUILDINGS IN THE AMOUNT NOT TO EXCEED $150,000 PROVIDING FOR A 25 PERCENT CASH MATCH OF $50,000 IN LOCAL FUNDS FOR A TOTAL PROJECT COST OF $200,000 IN THE EVENT OF APPROVAL OF THE APPLICATION; AUTHORIZING ADHERENCE TO A ROUTINE MAINTENANCE AGREEMENT BETWEEN THE CITY OF TAMARAC AND FEMA IN THE EVENT THE AWARD IS APPROVED; PROVIDING FOR ACCEPTANCE OF THE AWARD AND EXECUTING OF DOCUMENTS UPON APPROVAL; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Tamarac desires to protect its critical facilities against high winds and to improve emergency management capabilities within the City; and WHEREAS, the Federal Emergency Management Agency provides grants to local governments for wind retrofit projects through the Hazard Mitigation Grant Program, and WHEREAS, the City desires to provide for wind hardening of the Utilities, Public Works, and Water Treatment Plant Buildings to include storm shutters, high -impact windows, and the hardening of City vehicle bay doors; and WHEREAS, providing for wind hardening at these critical facilities will further enable the City of Tamarac to house essential personnel and equipment, and ensure continuity of government services during times of disaster; and Temp Reso. #11046 Page 2 September 13, 2006 WHEREAS, it is a requirement of the grant program that this Resolution be adopted and become an official part of the application; and WHEREAS, acceptance of these funds requires the amending of estimated revenues and expenditures within the Utilities and Public Works Budgets; and WHEREAS, the grant program requires and the City is willing to match the 2006 Hazard Mitigation Grant Program request not to exceed $150,000 with a 25 percent cash match in local funds in the amount of $50,000 for a total project cost of $200,000 in the event of approval; and WHEREAS, the appropriate City officials are hereby authorized to abide by a routine Maintenance Agreement (attached hereto as Exhibit B) with FEMA should the application be approved; and WHEREAS, the Assistant City Manager and the Directors of Public Works and Utilities recommend approval; 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 submit an application to the Federal Emergency Management Agency for Hazard Mitigation Grant Program funds for wind hardening of the City Utilities, Public Works, and Water Treatment Plant buildings. NOW THEREFORE BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: Section 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are HEREBY made a specific part of this Resolution. Temp Reso. #11046 Page 3 September 13, 2006 Section 2: The appropriate City Officials are HEREBY authorized to submit a Hazard Mitigation Grant Program application not to exceed $150,000 to the Federal Emergency Management Agency providing for a 25% cash match in local funds of $50,000 for a total project cost of $200,000 in the event of approval of the application. A copy of said application is attached hereto as Exhibit A. Section 3: The appropriate City officials are hereby authorized to abide by a routine Maintenance Agreement (attached hereto as Exhibit B) with FEMA should the application be approved. Section 4: Upon approval of the application, the appropriate City officials are HEREBY authorized to accept the award and execute the necessary documents following legal review, approval and subsequent amendments of the grant to effectuate all of the purposes herein stated. Section 5: Upon approval of the grant award, the appropriate City Officials are HEREBY authorized to amend the existing Utilities and Public Works Budgets in the total amount not to exceed $200,000 and to appropriate said funds including any and all subsequent budgetary transfers to be in accordance with proper accounting standards. Section 6: All Resolutions or parts of Resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. Section 7: 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. Temp Reso. #11046 Page 4 September 13, 2006 Section 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this _day of_ 6epfember_, 2006. ATTEST: MARION SWENSON, C C CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. SA EL S. GOR CITY ATTORN BETH FLANSBAUM-TALABISCO r MAYOR RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO _4 f. DIST 1: VJM PORTNER DIST 2: COMM ATKINS-GRAD DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER Allif 1 1 1 STATE OF FLORIDA - JOINT HAZARD MITIGATION GRANT PROGRAM & FLOOD MITIGATION ASSISTANCE APPLICATION THIS SECTION FOR STATE USE ONLY F "' I I_.' FEMA- -DR-FL ❑ Standard HMGP El5% Initiative Application [I Application Complete [I Standard FMA ❑ Initial Submission or ❑ Re- Submission Support Documents Eligible Applicant Project Type(s) ❑ Conforms w/ State 409 Plan ❑ State or Local Government ❑ Wind ❑ In Declared Area ❑ Private Non -Profit (Tax ID Received) ❑ Flood ❑ Statewide ❑ Recognized Indian Tribe or Tribal Organization ❑ Other: Community NFIP Status: (Check all that apply) Reviewer Phone#: ❑ Participating Community ID#: Reviewer Fax#: ❑ In Good Standing ❑ Non -Participating ❑ CRS Reviewer E-Mail: Date Application Received: State Application ID: State Reviewer; Signature, Date: This application is for all Federal Emergency Management Agency (FEMA Region IV) Hazard Mitigation Grant Program (HMGP) and Flood Mitigation Assistance (FMA) proposals. Please complete ALL sections and provide the documents requested. If you require technical assistance with this application, please contact your State Emergency Management Division at (850) 922-5269. A. To Fill Out This Application: Complete all sections, which correspond with the type of proposed project General Application Sections: pp. 1-5: All Applicants must complete these sections Environmental Review: pp. 6-9: All Applicants must complete these sections Maintenance Agreement: p. 10: Any Applications involving public property, public ownership, or management of property Acquisition Worksheet: pp.11-13: Acquisition Projects only -- one worksheet per structure Elevation Worksheet: pp.14-18: Elevation Projects only -- one worksheet per structure Drainage Worksheet: pp. 19-21: Drainage Projects only Wind Retrofit Worksheet: pp. 22-24: Wind retrofit projects only (HMGP only) -- one worksheet per structure pp. 25-27: Wind retrofit/shelter projects only (HMGP only) -- one worksheet per structure Attachment A: FEMA Form 90-49 (Request for Public Assistance): All Applicants must complete, if applicable. Attachment B: HMGP/FMA Application Completeness Checklist: All applicants are recommended to complete this checklist B. Applicant Information FEMA-Blank-DR-FL DISASTER NAME: Blank Ex, PEMA-] 09 DR -FL: Hurricane Wilma Title / Brief Descriptive Project Summary: I. Applicant (Organization): 2. Applicant Type: ❑ State or Local Government ❑ Recognized Native American Tribe ❑ Private Non -Profit 3. County: 4. State Legislative District: Congressional District(s): House: Senate: 5. Federal Tax I.D. Number: 6. FIPS Code*: (*if your FIPS code is not known, please fill out FEMA Form 90-49 (Attachment A) so that the Department may obtain a PIPS code for you) 7. National Flood Insurance Program (NFIP) Community Identification Number (this number can be obtained from the FIRM map for your area): 8. NFIP Community Rating System Class Number (FMA ONLY): 9. NFIP Last Community Assistance Visit Date (FMA ONLY): 10. Attach proof of current Flood Insurance Policy (FMA only). Flood Insurance Policy Number: Attach any continuations or additional items to this page (Form No. HMGP/FMA-001, Eff. 06/16/06) Page 1 of 10 STATE OF FLORIDA - JOINT HAZARD MITIGATION GRANT PROGRAM & FLOOD MITIGATION ASSISTANCE APPLICATION 11. Point of Contact []Ms. []Mr. ❑Mrs. First Name: Last Name: Title: Street Address: City: State: Zip Code: Telephone: Fax: Email Address (if available): 12. Application Prepared by: ❑Ms. []Mr. ❑Mrs. First Name: Title: ' Telephone: Fax: 13. Authorized Applicant Agent (proof of authorization authority required) ❑Ms. ❑Mr. ❑Mrs. First Name: Last Name: Title: Telephone: Fax: Street Address: City: State: Zip Code: Signature: Date: Last: 14. All proposed projects should be included in the county's Local Mitigation Strategy (LMS). Attach is a letter of endorsement for the project from the county's Local Mitigation Strategy Coordinator. ❑ Yes ❑ No 15. Has this project been submitted under a previous disaster event? If so please provide the disaster number and project number if available. Section I. Project Description A. Hazards to be Mitigated / Level of Protection 1. Select the type of hazards the proposed project will mitigate: ❑ Flood ❑ Wind ❑ Storm surge ❑ Other (list): 2. Identify the type of proposed project: ❑ Elevation and retrofitting of residential or non-residential structure ❑ Acquisition and relocation ❑ Acquisition and demolition ❑ Wind retrofit ❑ Minor drainage project that reduces localized flooding ❑ Other (please explain) 3. List the total number of persons that will be protected by the proposed project: 4. Fill in the level of protection and the magnitude of event the proposed project will mitigate. (e.g. 23 structures protected against the 100-year (1%) flood) structure(s) protected against the -year Flood (10, 25, 50,100, or 500 year) structure(s) protected against mule per hour (mph) winds 5. Engineered projects only (e.g. Drainage Improvements, Erosion Control or other special project types. (Other special project types include drainage and other engineered projects. These projects are unlike acquisition, elevation or wind retrofits/shutters.)) Attach to this page ALL engineering calculations and design plans used to determine the above level of protection. 6. Project will provide protection against the hazard(s) above for years (i.e., what is the useful life of the project) , 2 Attach an continuations or additional items to this page Page 2 of 10 y p � (Form No. irntGP/FMA.-o01, Ef% 06/16/06) B. Project Description, Scope of Work, and Protection Provided (Must be Completed in Detail) Describe, in detail, the existing problem, the proposed project, and the scope of work. Explain how the proposed project will solve the problem(s) and provide the level(s) of protection described in Part A. Also, if available, attach a vendor's estimate and/or a contractor's bid for the scope of work. Please ensure that each proposed project is mitigation and not maintenance. Description of the existing problems - Describe the type(s) of protection that the proposed project will provide - Scope of Work (describe in detail, what you are planning to do) - Describe any other on -going or proposed projects in the area that may impact, positively or negatively the proposed HMGP or FMA project - Section II. Project Location (Fully describe the location of the proposed project.) 3 A. Site 1. Describe the physical location of this project, including street numbers (or neighborhoods) and zip codes; and if available, please provide precise longitude and latitude coordinates for, the site utilizing a hand-held global positioning system (GPS) unit or the equivalent: 2. Title Holder: 3. Is the project site seaward of the Coastal Construction Control Line (CCCL)? ❑YES ONO 4. Provide the number of each structure type (listed below) in the project area that will be affected by the project. That is, all structures in project area. ❑ Residential property: ❑ Businesses/commercial property: ❑ Public buildings: ❑ Schools/hospitals/houses of worship: ❑ Other: B. Flood Insurance Rate Map (FIRM) showing Project Site ❑ Attach two (2) copies of the FIRM map, a copy of the panel information from the FIRM, and, if available, the Floodway Map. FIRM maps are required for this application (if published for your area). Also, all attached maps must have the project site and structures clearly marked on the map. FIRMS are typically available from your local floodplain administrator who may be located in a planning, zoning, or engineering office. Maps can also be ordered from the Map Service Center at 1-800-358-9616. For more information about FIRMS, contact your local agencies or visit the FIRM site on the FEMA Web -page at htto://www.fema-p-ov/home/MSC/harggg.hlm Using the FIRM, determine the flood zone(s) of the project site (Check all zones in the project area). (see FIRM legend for flood zone explanations) (A Zone must be identified) ❑ VE or V 1-30 ❑ AE or A 1-30 ❑ AO or AH ❑ A (no base flood elevation given) ❑ B or X (shaded) ❑ C or X (unshaded) ❑ Floodway ❑ Coastal Barrier Resource Act (CBRA) Zone (Federal regulations strictly limit Federal funding for projects in this Zone; please coordinate with your state agency before submitting an application for a CBRA Zone project). ❑ If the FIRM Map for your area is not published, please attach a copy of the Flood Hazard Boundary Map (FHBM) for your area, with the project site and strictures clearly marked on the map. Attach an continuations or additional items to this page Page 3 of 10 �/ P � (Form No. FTMGP/FMA-001, Eff. 06/16/Of,7 C. City or County Map with Project Site and Photographs ❑ Attach a copy of a city or county scale map (large enough to show the entire project area) with the project site and structures marked on the map. ❑ Attach a USGS 1-24,000 TOPO map with project site clearly marked on the map. ❑ For acquisition or elevation projects, include copy of Parcel Map (Tax Map, Property Identification Map, etc.) showing each property to be acquired. The map should include the Tax, ID numbers for each parcel, if possible. ❑ Attach photographs (at a minimum 2 photographs) for each project site per application. The photographs should be representative of the project area, including any relevant streams, creeks, rivers, etc. and drainage areas, which affect the project site or will be affected by the project. For each structure, please include the following angles: front, back and both sides. Section III. Budget/Costs In this section, provide details of all the estimated costs of the project. As this information is used for the Benefit -Cost Analysis, reasonable cost estimates are essential. Since project administrative costs are calculated on a sliding scale, do not include them in the budget. Also, do not include contingency costs in the budget. A. Materials B. Labor (Include equipment costs -- please indicate all "soft" or in -kind matches) C. Fees Paid Include any other costs associated with the project. Cost Total Estimated Project Cost $, 4 Attach any continuations or additional items to this page (Form No. HMGP/FMA-001, Ef£ 06/16/06) Page 4 of 10 D. Funding Sources (round figures to the nearest dollar) The maximum FEMA share for HMGP/FMA projects is 75%. The other 25% can be made up of State and Local funds as well as in - kind services. Moreover, the FMA program requires that the maximum in -kind match be no more than 12.5% of the total project costs. FIMGP/FMA funds may be packaged with other Federal funds, but other Federal funds (except for Federal fiends which lose their aderal identity at the State level - such as CDBG, ARS, HOME) may not be used for the State or Local match. Estimated FEMA Share Non -Federal Share Estimated Local Share $ % of Total (maximum of 75%) $ % of Total (Cash) $ % of Total (In -kind*) % of Total (Project Global Match**) Other Agency Share $ % of Total (Identify Other Non -Federal Agency and availability date: �) Total Funding sources. from above $ Total % (should equal 100%) *Identify proposed eligible activities directly related to project to be considered for In -kind services. (Note on Page 4 Section B) "Separate project application must be submitted for each project (Global) Match project. E. Project Milestones/Schedule of Work List the major milestones in this project by providing an estimated time -line for the critical activities not to exceed a period of 3 years ")r performance. (e.g. Designing, Engineering, Permitting, etc.) Milestone Number ofDays to Complete Ex., Demolition of 6 structures and removal of debris 114 days I I 5 Attach any continuations or additional Items to this page (Form No. FB40P/FMA-001, Bff, 06/16/06) Page 5 of 10 Section IV. Environmental Review and Historic Preservation Compliance (NOTE. This application cannot be processed if this section is not completed) `because the HMGP/FMA are federally funded programs, all projects are required to undergo an environmental and historic preservation ;view as part of the grant application process. Moreover, all projects must comply with the National Environmental Policy Act (NEPA) and associated Federal, State, Tribal, and Local statutes to obtain funding. NO WORK can be done prior to the NEPA review process. If work is done on your proposed project before the NEPA review is completed, it will NOT be eligible for Federal funding. 1. The following information is required for the Environmental and Historic Preservation review: All,projects must have adequate documentation to determine if the proposed project complies with NEPA and associated statutes. The State Environmental Staffprovide comprehensive NEPA technical axistance forApplicants, with their consent, to complete the NEPA review. The type and quantity of NEPA documents required to make this determination varies depending upon the project's size, location, and complexity. However, at a minimum, please provide the applicable documentation from this section to facilitate the NEPA compliance process. .1 ❑ Detailed project description, scope of work, and budget/costs (Section I (p. 2) and Section III (p. 5) of this application). ❑ Project area maps (Section II, part B & C of this application (pp. 3-4)). ❑ Project area/structure photographs (Section 11, part C of this application (p. 4)). ❑ Preliminary project plans. ❑ Project alternatives description and impacts (Section IV of the application (pp. 6-8)). ❑ Please complete the applicable project worksheets. Dates of construction are required for all structures. ❑ Provide any applicable information or documentation referenced on the Information and Documentation Requirements by Project Type (page 9 of this application). 2. Alternative Actions The NEPA process requires that at least two alternative actions be considered that address the same problem/issue as the proposed project. In this section, list two feasible alternative projects to mitigate the hazards faced in the project area. One alternative is the "No Action Alternative". 1. No Action Alternative Discuss the impacts on the project area if no action is taken. Attach any continuations or additional items to this page (Form No. HMGP/FMA-001, Eff. 06/16/06) Page 6 of 10 Section 1V. Environmental Review; Alternative Actions, -continued (NOTE: This application cannot be processed if this section is not completed) 7 2. Other Feasible Alternative Discuss a feasible alternative to the proposed project. This could be an entirely different mitigation method or a significant modification to the design of the current proposed project. Complete all of parts a-e (below) and include engineering details (if applicable). a. Project Description for the Alternative Describe, in detail, the alternative project. Also, explain how the alternative project will solve the problem(s) and/or provide protection from the hazard(s). b. Project Location of the Alternative (describe briefly) ❑ Attach a map or diagram showing the alternative site in gelation to the proposed project site ❑ Photographs (2 copies) of alternative site c. Scope of Work for Alternative Project Attach any continuations or additional items to this page (Form No. HMGP/FMA-001, Eff. 06/16/06) Page 7 of 10 Section IV. Environmental Review; Alternative Actions, continued d. Impacts of Alternative Project C. Below, discuss the impact of this alternative on the project area. Include comments on these issues as appropriate: Environmental Justice, Endangered Species, Wetlands, Hydrology (Upstream and Downstream surface water Impacts), Floodplain/Floodway, Historic Preservation and Hazardous Materials. Estimated Budget/Costs for Alternative Project In this section, provide details of all the estimated costs of the alternative project (round figures to the nearest dollar). A lump sum budget is acceptable. 1. Materials 2. Labor (Include equipment costs -- please indicate all "soft" or in -kind matches) 3. Fees Paid Include any other costs associated with the project. 0 Total Estimated Project Cost $_ Attach any continuations or additional items to this page (Form No. HMGP/FMA-001, Eff, 06/16/06) Page 8 of 10 HMGP/FMA ENVIRONMENTAL REVIEW Information and Documentation Requirements by Project Type Retrofits to Existing Facilities/Structures Elevations Acquisitions with Demolition ✓ Dates of Construction ✓ Concurrence from State Historic Preservation Officer if structure is 50 years or older or if work to be done is outside the existing footprint. Drainage Improvements ✓ Engineering plans/drawings ✓ Permit or Exemption letter to address any modifications to water bodies and wetlands o Department of Environmental Protection a Water Management District a U.S. Army Corps of Engineers ✓ Letter from State Historic Preservation Office addressing archeological impacts. ✓ Concurrence from U.S. Fish and Wildlife addressing any impacts to wildlife, particularly endangered and threatened species and their habitats. ✓ If the project is in coastal area, attach a letter from the National Marine Fisheries Service addressing impacts to marine resources. ✓ Concurrence from Natural Resource Conservation Service if project is located outside city limits and may impact prime or unique farmland. Note: This is a general guideline for most projects. However, there will be exceptions. Consult with environmental staff on project types not listed. Page 9 of 10 Attach any continuations or additional items to this page (Form No. xMGP/FMA-001, Eff. 06116/06) Section V. Maintenance Agreement All applicants whose proposed project involves the retrofit or modification of existing public property or whose proposed project would result in the public ownership or management of property, structures, or facilities, must first sign the following agreement prior to submitting their application to FEMA. (NOTE: Those applicants whose project only involves the retrofitting, elevation, or other modification to privateproperty where the ownership will remain private afterproject completion DO NOThave to complete this form.) The of , State of Florida, hereby agrees that Gtry. Town, Uountyj if it receives any Federal aid as a result of the attached project application, it will accept responsibility, at its own expense if necessary, for the routine maintenance of any real property, structures, or facilities acquired or constructed as a result of such Federal aid. Routine maintenance shall include, but not be limited to, such responsibilities as keeping vacant land clear of debris, garbage, and vermin; keeping stream channels, culverts, and storm drains clear of obstructions and debris; and keeping detention ponds free of debris, trees, and woody growth. The purpose of this agreement is to make clear the Subgrantee's maintenance responsibilities following project award and to show the Subgrantee's acceptance of these responsibilities. It does not replace, supercede, or add to any other maintenance responsibilities imposed by Federal law or regulation and which are in force on the date of project award. Signed by the duly authorized representative (printed or typed name of signing oricial) (title) this (day) of (month), (year). Signature* *Please note: The above signature must be by an individual with legal signing authority for the respective local government or county (e g., the Chairperson, Board of County Commissioners or the County Manager, etc.) 10 Page 10 of 10 Attach any continuations or additional items to this page (Form No. HMGP/FMA-ool, Eff06/16/06) FEDERAL EMERGENCY MANAGEMENT AGENCY O.M.B. No. 3067-0151 REQUEST FOR PUBLIC ASSISTANCE Expires April 30, 2001 PAPERWORK BURDEN DISCLOSURE NOTICE 'Dublic reporting burden for this form is estimated to average 10 minutes. The burden estimate includes the time for reviewing istructions, searching existing data sources, gathering and maintaining the needed data, and completing and submitting the forms. You are not required to respond to this collection of information unless a valid OMB control number is displayed in the upper right corner of the forms. Send comments regarding the accuracy of the burden estimate and any suggestions for reducing the burden to: %iformation Collections Management, Federal Emergency Management Agency, 500 C Street, SW, Washington, DC 20472, Paperwork Reduction Project (3067-0151). NOTE: Do not send your completed form to this address. APPLICANT (Political subdivision or eligible applicant.) DATE SUBMITTED COUNTY (Location of Damages. Iflocated in multiple counties, please indicate.) APPLICANT PHYSICAL LOCATION STREET ADDRESS CITY COUNTY STATE ZIP CODE MAILING ADDRESS If different from Ph ical Location STREET ADDRESS POST OFFICE BOX CITY STATE ZIP CODE Primary Contact/Applicant's Authorized A ant Alternate Contact NAME NAME TLE TITLE BUSINESS PHONE BUSINESS PHONE FAX NUMBER FAX NUMBER HOME PHONE (Optional) HOME PHONE (Optional) CELL PHONE CELL PHONE E-MAIL ADDRESS E-MAIL ADDRESS PAGER & PIN NUMBER PAGER & PIN NUMBER Did you participate in the Federal/State Preliminary Damage Assessment (PDA)? ❑ Yes ❑ No Private Non -Profit Organization? ❑ Yes ❑ No If yes, which of the facilities below best describe your organization? Title 44 CFR, part 206.221(a) defines an eligible private non-profit facility as: "... any private non-profit educational, utility, emergency, medical or custodial care facility, including a facility for the aged or disabled, and other facility providing essential governmental type services to the general public, and such facilities on Indian reservations.' "Other essential governmental service facility" means museums, zoos, community centers, libraries, homeless shelters, senior Citizen centers, rehabilitation facilities, shelter workshops and facilities which provide health and safety services of a governmental nature. All such facilities gust be open to the general public. rrivate Non -Profit Organizations must attach copies of their Tax Exemption Certificate and Organization Charter or By -Laws. If your organization is a school or educational facility, please attach information on accreditation or certification. biflalF ll'4�>�i81n1'IM'i01 -D13- Dat!`R9Cefvid.' FEMA Form 90-49, SEP 98 REPLACES ALL PREVIOUS EDITIONS. Joint HMGP/FMA Application Completeness Checklist This checklist contains an explanation, example and/or reference for information requested in the application. Please use this checklist to assure your application is complete and includes the required information for HMGP projects. The appropriate documentation must also be attached. It is important to note that this checklist is similar to the form that will be used during the application sufficiency review by the HMGP staff. Project Title: Applicant: Application Explanation of Information Required ✓ Requirements Title/Brief Descriptive The project title should include: 1) Name of Applicant, 2) Name of Project, 3) Type Project Summary of Project - For example - Ci of Florida City Hall Wind Retrofit 1. Applicant Name of or anization applying, must be an eligible applicant. 2. Applicant Type State or local government, recognized Native American tribe, or private non-profit organization. If private non-profit, please attach documentation showing legal status as a 501 C Exam le - IRS letter Tax Exem t Certificate). 3. County Indicate county in which the project is located. 4. State Legislative & Spedify the appropriate State Senate, House and Congressional District code for the Congressional project site. For multiple sites, please list codes for each site. District(s) hM://election.dos.state.fl.us/county/index.shtm] 5. Federal Tax I.D. # List the FEIN number. May be obtained from your finance/accounting department. 6. FIPS Code List the FIPS Code. May be obtained from your finance/accounting/grants department. If none please submit FEMA Form 90-49. 7. NFIP ID Number List the NFIP number. You must be a participating NFIP member to be eligible for HMGP funding. Please make sure that the number is the same as the panel number on the FIRM provided with the application. 8. NFIP CRS Applicable to FMA only. 9. NFIP Last CA Visit Applicable to FMA only. 10. Proof of NFIP Applicable to FMA only. Coverage 11. Point of Contact Please provide all pertinent information for the point of contact. If this information changes once the application is submitted, please contact the HMGP staff immediately. 12. Application Please provide the preparer information. May be different from the point of contact Prepared By line 11 and/or the a licant's agent line 13). 13. Authorized An authorized agent must sign the application. "An authorized agent is the chief elected Applicant Agent official of a local government has signature authority, so for a county it would be the Chairman of the Board of County Commissioners and for a municipality it would be the Mayor (the exact title sometimes varies). Any local government may delegate this authority to a subordinate official (like a City or county Manager) by resolution of the governing body (the Board of County Commissioners or Board of City Commissioners). If a local government delegate's signature authority, a copy of the &§Q&tion by the governing body authorizing the signature authorityLor the individual signin& must be rovided. " 14. LMS Letter A letter of endorsement for the project and its priority number from the Local Mitigation Strategy must be included. Refer to Sample LMS Letter. Additionally, the letter should identify the goals and objectives from the LMS to be implemented by the project. Applications without a letter of endorsement will not be processed. 15. Project submitted If this project was submitted during the 2004 Events the disaster number and project under a previous number are needed to determine where the project is in the review process. A revised event a lication with an updated budget must be subtiaitted. Page 1 Section I -Project Description A. Hazards to be Mitigated/Level of Protection 1. Type of Hazards Please identify the hazard(s) that the proposed project will mitigate. More than the Proposed Project one hazard may be selected. will Mitigate: 2. Identify the Type of What type of mitigation project is being proposed? Pro osed Project 3. Number of Persons Explain how many people will be protected by or benefit from the proposed Protected project. 4. Level of protection Specify the level of protection and magnitude of the event the proposed project will mitigate. Attach support documentation that verifies the stated level of protection. For example, in a wind retrofit project, the product specifications should include product test results or a signed and sealed letter from a professional en Meer. S. Engineered Projects Include engineering calculations and designs for the proposed project (for only (e.g. Drainage) engineered projects only). 6. Life of the project What is the useful life of this project? (FEMA standard values are: infrastructure, 50; elevation, 30; wind, 15; acquisition, 100) If these values are not used, please attach support documentation as a justification of the value entered. For example, in a wind retrofit project, the product specifications should include product life. B. Project Description, Scope of Work, and Protection Provided (Must be Completed in Detail) Existing Problem Describe the existing problem, location, source of the hazard and the history and extent of the damage. Include newspaper articles, insurance documentation, etc. If this project is eligible for PA (406) mitigation activities, please describe the 406 activities. . Type of Protection How will the funding solve the existing problem and provide protection? Scope of Work: What is the work to be done? The scope of work must meet eligibility based on What the project HMGP regulations and guidance. Explain how the proposed problem will be proposes to do. solved. (NOTE: The proposed project must be mitigation-- not maintenance.) Does the proposed project solve a problem independently or constitute a functional part of a solution where there is assurance that the projectas a whole will be completed (44 CFR 206.434(b)(4))? Does the proposed project address a problem that has been repetitive or that poses a significant risk to public health and safety if left unresolved (44 CFR 206.434(b)(5)(i))? See Model Scope of Work Language in HMGP Application Desk Reference. Generators should not be included in the scope of work. On -going or proposed Are other projects, zoning changes, etc. planned (especially in the same watershed projects in the area. if the flooding is being addressed) that may negatively or positively impact the proposed project? If there is a drainage project or downstream issues elsewhere, it may negate the flooding issue, eliminating the need for a flooding project. Yes/No or unknown with explanation if yes. Response applies to drainage and acquisition projects and N/A is appropriate in wind retrofit shutter projects only. If this project is also being considered under the Public Assistance Program (406), please describe in detail the 406 mitigation activities and/or services. Do not include project costs associated with the above referenced HMGP application. Page 2 Section II - Project Location A. Site 1. Physical Location What is the physical location of the project site(s) including the street number(s), zip codcs(s) and GPS coordinates (latitude/longitude). The physical address must correspond with the address locations specified on maps submitted with the application. 2. Title Holder Provide the titleholder's name. 3. Project seaward of Is the project site located seaward of the Coastal Construction Control Line? the CCCL? 4. Number of. Specify the number and type of properties affected by the project. structures types Example: Drainage project that affects 100 homes, 15 businesses and 2 schools. affected What does the project protect? Should have a number next to the box that is checked see Section 1, Item 4. B. Flood Insurance Rate Map (FIRM) showing Project Site 1. Copies of FIRM Attach a copy (or copies) of the FIRM and clearly identify the project site. The FIRM Panel number must be included. To obtain a FIRM map, go to httD://www.store.msc.fema.&=ov/. See instructions on How to make a FIRMette. 2. Flood Zone Specify the flood zone(s) of the project site(s). Determination 3. MOM Not required if a copy of the FIRM is attached. Note: All maps must be linked to the application. C. City or County Map with Project Site and Photographs 1. City/County Map The project site should be clearly marked on a legible City/County map. The map with Project Site should be large enough to show the project site. More than one map may be required. 2. USGS TOPO with The project site should be clearly marked on a legible USGS 1:24,000 TOPO map. Project Site To obtain a TOPO map, go to www.W2ozone.com. 3. Parcel/Tax Map A Parcel, Tax or Property Identification map is required prily for acquisition and elevation ro'ects. The location of the structure must be clean identified. 4. Site Photograph At least two sets of photographs are required which clearly identify the project site. The photos must be representative of the project area, including any relevant streams, creeks, rivers, etc. and drainage areas, which affect the project site or will be affected by the project. The front, back and both side angles are required for each structure. For acquisition and elevation projects, a photo taken away from the structure (front, toward the street and back, toward backyard) to show the area should also be provided. Please label photographs appropriately. In addition, CDs may be submitted. Note: All maps must be linked to the application. Section III - Budget/Costs Please make sure all calculations are correct. Provide a breakdown of materials, labor and fees paid for the proposed project. Support documentation must be attached, i.e. vendor's quote, professional estimate (from engineer, architect, local building official, etc.). The proposed budget line items should represent allowable costs associated with the scope of work. It is important to complete this section; it will be used for the Benefit/Cost Analysis (BCA). Costs should be accurate, complete and reasonable compared to industry standards. Page 3 A. Materials How much do the materials costs? B. Labor Provide a breakdown of description, hours, rate, and cost or lump surn labor cost. Can use "in -kind" contribution as part of the 25% match. (Attach support documentation for in -kind match to detail wages and salaries charged for any in - kind contribution. No overtime wages can be used to satisfy "in -kind" match contributions). C. Fees Paid Provide a breakdown of associated fees. i.e., consultants, studies, engineering, permits. Maintenance is not an allowable cost under HMGP. Pre -award costs may be re uested See Pre -award Costs guidance). Total Estimated Please make sure all calculations are correct. This figure should be the same as the Project Cost fi re for total fundin . D. Funding Sources (round figures to the nearest dollar) The proposed sources of non-federal matching funds must meet eligibility requirements. (Except as provided by Federal statute, a cost sharing or matching requirement may not be met by costs borne by another Federal grant.) 44 CFR 13.24 (b)(1). Estimated FEMA The estimated FEMA share is generally 75%. If the FEMA share is not 75%, Share assure actual amount is entered. It could be 50% or 35%, etc. of the total dollar amount of project depending on county allocation and LMS priority. This figure cannot exceed 75%. Estimated Local May include all 3 sources, i.e. cash, "in kind" and global match, as long as the total Share is a minimum of 25%. Match cannot be derived from a federal agency except Federal funds that lose their federal identi . For example, CDBG funds. Total In -Kind May use materials, personnel, equipment, and supplies owned, controlled and operated from within governing jurisdiction as an in -kind match. Third party in - kind contributions would be volunteer services, employee services from other organizations furnished free of charge, donated supplies and loaned equipment or space. The value placed on these resources must beat a fair market value and must be documented. If in -kind is claimed from outside the applicant jurisdiction, it must be cash only. Total Project (Global) Project (global) match must 1) be a project funded 100% within the county; 2) Match meet all the eligibility requirements of HMGP and 3) begin after the declaration date of the disaster. A separate HMGP application must be submitted for global match projects. Indicate which project(s) will be matched. The global match is not required to be an identical project. Projects submitted, as global match for another project, must meet the same period ofperformance time constraints as HMGP ro ram. Total Funding Total must represent (100%) of the total estimated project cost. E. Project Milestones/Schedule of Work Milestones (Schedule) Identify the major milestones in the proposed project and provide an estimated time -line (e.g. Designing, Engineering-- 3 months, Permitting — 6 months, Procurement — 30 days, Installation -- 6 months, Contracting —1 month, Delays, Project Implementation, Inspections, Closeout, etc., See Sample Project Milestones for estimated time frames) for the critical activities not to exceed a period of 3 years for performance. Milestones should not be grouped together but listed individually. If the project is approved, there will only be one extension allowed, regardless of justification. Please allot for the appropriate amount of time. Page 4 Section IV - Environmental Review & Historic Preservation Compliance No work can begin prior to the completion of the environmental (NEPA) review. In order for the Environmental staff to conduct the NEPA review, all sections listed below must be completed. Detailed project Complete Sections I & III of the application, description, scope of work & budget/costs Project area maps Complete Sections II, part B & C of the application. Project area/structure Complete Section II, Part C of the application. photographs Preliminary project For shutters see the scope of work and for drainage & elevation see engineering plans drawings. Project alternatives See Section IV of the application. description and impacts Project worksheets — Dates of construction are required for all structures. See worksheets. Dates of construction required on all projects Documentation Please provide any of the required documentation as listed on page 9 in the requirements by project Information and Documentation Requirements by Project Type that may have type already been obtained. Alternative Actions 1. No Action Please discuss the impacts on the project area if no action is taken. Alternative 2. Other Feasible Alternative Action Has the proposed project been determined to be the most practical, effective and environmentally sound alternative after consideration of a rage of options 44 CFR 206.434 b S iii ? a. Project Description NEPA requires that at least three alternatives must be presented to mitigate the for the Alternative problem. In addition to the proposed action and no action, one other feasible alternative must be provided.. If the proposed action is ineligible, what is another b. Project Location of the Alternative feasible alternative? Describe how the alternative project will solve the problem describe briefl and provide protection from the hazard. c. Scope of Work for Alternative Pro ect d. Impacts of the Alternative Pro ect e. Estimated Budget/Costs for Alternative Project A. Materials Optional B. Labor Optional C. Fee Paid Optional Total Estimated Project Costs Total cost is required. Vendor quote is not required. A lump sum budget may be submitted. Section V - Maintenance Agreement Signature Please complete, sign and date the maintenance agreement. The maintenance agreement must be signed by an individual with signature authority, preferably the authorized gent. Page 5 Property Ac uisition Worksheet A. Assure a separate worksheet for each individual property to be acquired is provided. Photos (a minimum four Make sure photos have been attached to the application and are clearly color photographs) I identified. B. Site Information 1. Owner's Name Check and make sure information provided matches other entries in the application. Social Security # If the ap2lication is'approved, this information may be_provided upon ISquest. Spouse's Name List if applicable. Spouse's SS# If the application is approved, this information may be provided upon request. 2. Street Address (city, state & zip) or Ph s/Le al Location Check and make sure information provided matches other entries in the application. Substantial Damage 3. Substantial If applicant claims substantial damage, assure that a Substantial Damage Damage Certificate signed by the Local Building Official is provided and assure that Certification documentation exists to show the property is located in a Special Flood Hazard Area (FIRM). The data for numbers 4, 5, and 6 of this part and all of Section D are not required ifthe structure is located in the SFHA and a Substantial Damage Certificate is attached 4. Base Flood Provide the following information: Elevation of ➢ Base flood elevation, prepared by a surveyor Property Elevation Certificate 5. Lowest (Finished) Provide the following information: Floor Elevation of ➢ Lowest (Finished) Floor Elevation of Principal Structure (above sea level) Principal,Structure Elevation Certificate 6. Depth of Water Provide the following information is provided: Depth of water in the structure inches for day(s) 7. Post Mitigation Provide the post mitigation use in the statement of work and/or this worksheet. Property Use The post mitigation use must be in concurrence with 44 CFR 206.434(e). Exam les include o ens ace, park, wetland and retention pond. C. Structure Information 1. Tax Assessor's Attached copy of the local government Tax Assessor's record for the subject Record roe • or a tax ma . 2. Building Type Check one option. 3. Building Use Check at least one option. 4. Construction Type Check one o tion. 5. Construction Date When was the structure built? 6. Total Sq. Ft. of Provide the square footage (heated & cooled areas only). Principal Structure 7. Est. Cost to Provide documentation from contractor or tax assessor. Replace Principal Structure, (if known 8. Accessory/Out Are there any other attached or detached buildings on the lot? Please describe Buildings location a of structure age and value), 9. Commercial Contact State environmental staff. Property Page 6 D. History of Hazards/Damages (to the Property being acquired) NOTE: The following data is not required if the property is located in the Flood way or if a Substantial Damage Certificate (for most recent disaster) is attached. Current & Past Refer to acquisition worksheet. Damages Note regarding damage estimates: the date, level of event, description of damages, cost of repairs/replacement must be specific to ONLY the building under consideration. Countywide damage estimates (e.g., Hurricane Irene, 1999 caused 2 million dollars damage) cannot be used. Additionally, vague information is not useful or acceptable in lieu of specific building damage estimates. The property damages can be a homeowner's estimate; however, please include a contractor's itemized repair estimate, if possible. E. Acquisition Cost Worksheet Assure cost data is provided. If not, flag in tracker. Acquisition Cost Refer to acquisition worksheet. Please note: (Pre -Disaster Fair Market Value) The communitymay determine the re-disast e b .�. y p er fair market value y using either the local tax assessed value (plus a percentage to approximate market value) or a State Certified Property Appraiser's estimate. In either case, the market value must be based on pre -disaster conditions. Also, if a local tax assessed value is used, a letter from the Local Property Appraiser must accompany the application. Elevation Worksheet Recommended elevation is at least two feet above the Base Flood Elevation. Photos (a minimum Make sure photos have been attached to the application and are clearly identified. four color photographs) A. Site Information: 1. Owner's Name Check and make sure information provided matches other entries in the application. Social Security # If the a lication is a roved, this information may be provided upon request. 2. Spouse's Name List if applicable. Spouse's SS# If the a lication is approved, this information may be provided upon re nest. 3. Street Address Check and make sure information provided matches other entries in the (City, state and zip) application. or Phys/Legal Location B. Structure Information: 1. Building Type Check one option. 2. Building Use Check at least one option. 3. Construction Type Check one option. 4. Foundation Type Select one option. 5. Construction Date When was the structure built? 6. Modification/ Has the structure been modified and/or upgraded? (Ifthe structure has been modified Upgrades Date and/or u aded the date must be proEKed. 7. Pre -disaster Value Provide the amount and attach support documentation. Documentation options may be: 1. Tax Assessor's record or certified a raisal (pre -disaster), 8. Total Value of Provide the total value of content. Contents Up to 30% of the building replacement value or $20,000 is the FEMA default and no support documentation required. Otherwiag. NDPQrt docMen ti such as, insurance records, appraisals, purchase receipts, estimates based on current market prices for similar contents is re uired Page 7 9. Flooding Depth What was the depth of flooding in the structure? 10. Flooding Period What was the period of flooding? How long did the flooding last? 11. Level of Flooding What was the level of flooding? I12. Elevation _ Information Provide an elevation certificate is provided. C. Required Information for Elevation Projects Located in a V-Zone or Numbered A -Zone 1. Elevation of Lowest Livable Floor 2. Base Flood Elevation 3. Local Code Elevation Re uirement 4. Flood Frequency Refer to elevation worksheet. Contact the State technical staff if assistance is needed. D. History of Hazards/Damages (to the Structure being elevated) Assure all current and past damages to the structure (including its contents) are provided. Damages must be fully documented. The applicant should include damage from declared disaster events AND other hazard events which did not result in a presidential declaration. For example, newspaper articles, insurance records, receipts, logs or journals. Note regarding damage estimates: The applicant must provide the date, type of event. and desgkiion of damages specific to ONLY the building under consideration. Countywide damage estimates (e.g., Hurricane Irene, 1999 caused 2 million dollars damage) cannot be used. Further, vague information is not useful or acceptable in lieu of specific building damage estimates. E. Elevation Cost Information The Elevation Cost Worksheet should include all project costs to develop a detailed cost estimate. Any project costs that do not clearly fall under the specified categories (in the table provided in the application) should be submitted for review and determination of funding eligibility under the HMGP program. For example, newspaper articles, insurance records, receipts, logs or journals. NOTE: For straight elevation, the structure must be retrofitted to the wind fill load requirements (L& storm shutters, hurricane clips, etc.). In this instance, complete pages the Wind Retrofit Worksheets. Drainage Worksheet Please refer to the Drainage Project Worksheet for the information required. (Check if the appropriate information has been included): 1. Project area plotted on a Flood Insurance Rate Map (FIRM); which includes the front page of map displaying the Community Identification Number. 2. Ci or C2!Lny Scale Map identi ng the entire project area. 3. T22ographical Map. 4. Information regarding -Flood Insurance Study. 5. Number of structures flooded (water inside structure) including depth of flooding. Provide homeowner name, address, and type of home). Include supporting documentation (i.e. pictures, newspaper articles, and/or insurance damage estimates). An Elevation Certificate may also be included. 6. Number of yards flooded within pEoject area. 7. Frequency of event. Verify the "Frequency of Event" which caused the damage to the property i.e., 10-Year, 25- Year, 50-Year 100-Year etc. (Information may be obtained from USGS, NWS, NOAA, or Hydraulic/Hydrology Engineer or Rainfall totals for specific date, month & year i.e. how many inches in what period of time). Also include verification of losses due to repetitive minor flood events (i.e. 1, 2, 5 Year Frequency) indicate name of event, date of incident and amount of loss per structure Page 8 building and content. (Same support documentation as "depth of flooding inside each structure" above #5. 8. Amount of damages in dollar amount), i.e. insurance claims content damn a structure damage. 9. Names of roads closed due to flood within project area. Economic loss per day for loss of function of road or brid a i.e. # one-way trips, detours dela times , 10. List of non-profit and public facilities affected by flooding including services provided, i.e. fire stations hos itals. 11. Annual operating budget. 12. Color photographs of the damaged infrastructure property. (Ditches, Culverts, Swales, Detention/retention basins and ponds). IRECTION must be identified. 13. Preliminary or finalEnSLneering Design Plans or feasibility study, if available 14. Final plans, hydrology/hydraulic studies, if available. 15. Estimated line item budget. 16. A project may be phased to provide technical and financial assistance to the applicant if local resources are not available. The purpose of a phased project is to allow completion of design, 2!!gineering and environmental stud . 17. Other direct damages caused by flooding,,___ 18. Indirect damages caused by flooding. 19. A Letter of Map Revision LOMR if needed for this pEoject. NOTE: Please complete the appropriate worksheet by project type. This data will be used for the benefit cost analysis (BCA) to determine cost effectiveness. The project worksheets explain the required information and documentation. Individual worksheets are required far each structure (wind retrofit, acquisition, elevation, shelter retrofit). Contact the State technical staff for assistance, if needed. Wind Retrofit Worksheet Photos of each side of the Make sure photos have been attached to the application and are clearly building to be retrofitted. identified. Shutter System The appropriate documentation determining shutter system compliance should Compliance with Dade be attached. County or Florida Building Code Specs A. Project Information 1. Building Name Check and make sure information provided matches other entries in the ap.plication. 2. Address Check and make sure information provided matches other entries in the a lication. 3. City, State & Zip Check and make sure information provided matches other entries in the a lication. 4. Owner/Applicant Check and make sure information provided matches other entries in the application. 5. Contact Person The contact person will most likely be the same as provided on page two of the application, however there may be the person familiar with the engineering aspects other than the contact person listed on Page 2, Item 11 in the application. Please note. 6. Disaster Number N/R T. Project Number N/R 8 Application Date N/R 9. Analyst N/R Page 9 B. Building Data 1. Select Building ❑ Non -Engineered Wood Type ❑ Non -Engineered Masonry ❑ Manufactured Building Refer to wind retrofit ❑ Lightly Engineered worksheet. ❑ Fully Engineered ❑ Other 2. Building Site For assistance, contact State technical staff. Iles Inland 3. Number of Stories Refer to wind retrofit worksheet. Above Grade 4. Construction Date When was the structure built? 5. Historic Building N/R Controls G. Disaster Number NCR C. Building Size and Use 1. Total Floor Area (SF) . Refer to wind retrofit worksheet 2. Area Occupied by NOTE. In most instances, the Total Floor Area and Area Occupied by Owner or Owner or Public/Non-Profit Agencies will be the same. If building is leased, include lease Public/Non-Profit agreement. Agencies IF APPLICABLE D. Building Value 1. Building Support documentation may include: Replacement 1. Insurance policy (Declaration Page) Value 2. Public Works/Building Department Pro a Valuation Assessor 2. Demolition N/R Threshold E. Building Contents 1. Contents Describe the contents of the building. Description 2. Total Value of Provide documentation such as insurance records, appraisals, purchase receipts, or Contents estimates based on current market prices for similar contents are provided. F. Displacement Costs Due to Wind 1., Rental Cost of The FEMA default is $1.00 per square foot. Otherwise, support documentation, Temporary such as, rental cost from a realtor, copy of rental agreements, commercial rental Building Space ads or property management organizations is required. S/sf/month 2. Other The FEMA default is $500. Otherwise, support documentation, such as receipts or Displacement estimate, is required. Costs $/month G. Value of Public Non -Profit Service 1. Description of Refer to wind retrofit worksheet. Services Provided Page 10 2.. Annul Budget of How much does it cost to operate the building? Provide the operating budget Public Noin-Profit specifically for the building6project site, not the entire city/county/school district (applicant) Agencies budget. 3. Post Disaster N/R Continuity Premium(S/dayl H. Mitigation Project Data 1. Project Description The project description provided should correspond with Section I, B in the application. - Project Useful Life Refer to wind retrofit worksheet. ears 3. Mitigation Project The amount should correspond with the total cost stated at Section III, D. Costs 4. Base Year of Costs N/R ' S. Annul Refer to wind retrofit worksheet. Maintenance Costs Page 11 Section V. Maintenance Agreement All applicants whose proposed project involves the retrofit or modification of existing public property or whose proposed project would result in the public ownership or management of property, structures, or facilities, mustfirst sign the following agreement prior to submitting their application to F'EMA. (NOTE: Those applicants whose project only involves the retrofitting, elevation, or other modification to private property where the ownership will remain private after project completion DO NOT have to complete this form.) The of , State of Florida, hereby agrees that (�Gity, Town, County) if it receives any Federal aid as a result of the attached project application, it will accept responsibility, at its owp expense if necessary, for the routine maintenance of any real property, structures, or facilities acquired or constructed as a result of such Federal aid. Routine maintenance shall include, but not be limited to, such responsibilities as keeping vacant land clear of debris, garbage, and vermin; keeping stream channels, culverts, and storm drains clear of obstructions and debris; and keeping detention ponds free of debris, trees, and woody growth. The purpose of this agreement is to make clear the Subgrantee's maintenance responsibilities following project award and to show the Subgrantee's acceptance of these responsibilities. It does not replace, supercede, or add to any other maintenance responsibilities imposed by Federal law or regulation and which are in force on the date of project award. Signed by the duly authorized representative (printed or typed name of signing of ciao (title) this (day) of (month), (year). Signature* *Please note: The above signature must be by an individual with legal signing authority for the respective local government or county (eg., the Chairperson, Board of County Commissioners or the County Manager, etc.) 10 Page 10 of 10 Attach any continuations or additional items to this page (Form No. HMGP/MN-ool, Eff06/16/06) DIVISION OF CHARLIE GRIST Governor Mr. Michael Gresek Special Projects Coordinator City of Tamarac 7525 Northwest 88"' Avenue Tamarac, Florida 33321 STA'I F OF FLORIDA EMERGENCY June 30, 2008 MANAGEMENT W, CRAIG FUGATE Director Re: FEMA Project Number 1609-79-R City of Tamarac, Broward County, Utilities Complex Facilities -Wind Retrofit Dear Mr. Gresek.: Enclosed is the executed Hazard Mitigation Grant Program contract (DEM No. 081IM-6G-11-16- 02-063) between the City of Tamarac and the Division of Emergency Management. Upon completion of the work identified in the contract, a Request for Reimbursement form (Attachment D) should be completed and submitted to the Division for processing in accordance with Paragraphs (17) and (18) of the Agreement. Additional assistance is available regarding your Project on the Florida Division of Emergency Management Web: http://www.floridadisaster.orp-/brm/hmgp.ht!p. Please reference the heading: Grant Management Tools Listed Below which contains sample documents that will provide guidance for completing requests for reimbursement, reporting requirements and supporting documents containing important points, and sub -grantee close-out checklists. Please forward all Requests for Reimbursement (Attachment D) to the Florida Division of Emergency Management at the following address: Florida Division of Emergency Management State of Florida, 1-lazard Mitigation Section Shaurita Jackson, Project Manager 2555 Shumard Oak Boulevard Tallahassee, Florida 32399 Respectfully, W. Craig Fugate, Director Division of Emergency Management WCh: v# Enclosures FLORIDA RECOVF,RV OFFICE • DIVISION HEADQUARTERS • STATE LOGISTICS RESPONSE CENTER 36 Skyline Drive 2555 Shurnard flak Boulevard 2702 Directors Row Lake Mary, FL 32746-6201 l allahassue, FI. .12399-2100 Orlando, FL. 32809-5631 Tel: 850-413-9969 • Fax 850-488-1016 w �a �� I luri d,ilrivnslcr.orp. Contract Number: 08HIM-6G-11-16-02-063 CFDA Number: 97.039 FEDERALLY FUNDED SUBGRANT AGREEMENT THIS AGREEMENT is entered into by and between the State of Florida, Division of Emergency Management, with headquarters in Tallahassee, Florida (hereinafter referred to as "Division"), and City of Tamarac, (hereinafter referred to as the "Recipient"). THIS AGREEMENT IS ENTERED INTO BASED ON THE FOLLOWING REPRESENTATIONS: A. WHEREAS, the Recipient represents that it is fully qualified and eligible to receive these grant funds to provide the services identified herein; and B. WHEREAS, the Division has received these grant funds from the State of Florida, and has the authority to subgrant these funds to the Recipient upon the terms and conditions hereinafter set forth; and C. WHEREAS, the Division has authority pursuant to Florida law to disburse the funds under this Agreement. NOW, THEREFORE, the Division and the Recipient do mutually agree as follows: (1) SCOPE OF WORK. The Recipient shall fully perform the obligations in accordance with the Budget and Scope of Work, Attachment A of this Agreement. (2) INCORPORATION OF LAWS RULES REGULATIONS AND POLICIES Both the Recipient and the Division shall be governed by applicable State and Federal laws, rules and regulations, including but not limited to those identified in Attachment B. (3) PERIOD OF AGREEME This Agreement shall begin March 10, 2008, and shall end March 31, 2010, 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 mutually agreed upon shall be valid only when reduced to writing, duly signed by each of the parties hereto, 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 "Common Rule: Uniform Administrative Requirements for State and Local Governments" (53 Federal Register 8034) or OMB Circular No. A-110, "Grants and Agreements with Institutions of High Education, Hospitals, and Other Nonprofit Organizations," and either OMB Circular No. A-87, "Cost Principles for State and Local Governments," OMB Circular No. A-21, "Cost Principles for Educational Institutions," or OMB Circular No. A-122, "Cost Principles for Nonprofit Organizations." If this Agreement is made with a commercial (for -profit) organization on a cost -reimbursement basis, the Recipient shall be subject to Federal Acquisition Regulations 31.2 and 931.2. (b) The Recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement, and the compliance of all subcontractors or consultants to be paid from funds provided 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 Chief Financial Officer, or Auditor General access to such records upon request. The Recipient shall ensure that audit working papers are made available to the Division or its designee, Chief Financial Officer, or Auditor General upon request for a period of five years from the date the audit report is issued, unless extended in writing by the Division, with the following exceptions: 1. If any litigation, claim or audit is started before the expiration of the five year period and extends beyond the five year period, the records will be maintained 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 of acquisition shall be retained for five years after final disposition. 3. Records relating to real property acquisition shall be retained for five years after closing 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 supporting 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. 6 M 'r. (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 be construed according to the circumstances but ordinarily shall 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 all reasonable times for inspection, review, or audit by state personnel and other personnel duly authorized by the Division. "Reasonable" shall be construed according to circumstances, but ordinarily shall mean normal business hours of 8:00 a.m. to 5:00 p.m., local time, Monday through Friday. (c) The Recipient shall also provide the Department and/or 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 State or local government or a non-profit organization as defined in OMB Circular A-133, as revised, and in the event that the Recipient expends $500,000 or more in Federal awards in its fiscal year, the Recipient must have a single or program -specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised. EXHIBIT 1 to this Agreement indicates Federal resources awarded through the Division by this Agreement. In determining the Federal awards expended in its fiscal year, the Recipient shall consider all sources of Federal awards. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the Recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as revised, will meet the requirements of this paragraph. 3 In connection with the audit requirements addressed in this Paragraph 6 (d) above, the Recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised. If the Recipient expends less than $500,000 in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. In the event that the Recipient expends less than $500,000 in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid from non -Federal resources (i.e., the cost of such audit must be paid from Recipient resources obtained from other than Federal entities). (e) Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and required by subparagraph (d) above shall be submitted, when required by Section 320 (d), OMB Circular A-133, as revised, by or on behalf of the Recipient directly to each of the following: Department of Community Affairs Office of Audit Services 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 (an electronic copy shall also be submitted to aurilia. arrish d a.state.fl.us and Division of Emergency Management Bureau of Recovery and Mitigation 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised (the number of copies required by Sections .320(d)(1) and (2), OMB Circular A-133, as revised, should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10`h Street Jeffersonville, IN 47132 Other Federal agencies and pass -through entities in accordance with Sections .320 (e) and (f), OMB Circular A-133, as revised, (f) Pursuant to Section .320 (f), OMB Circular A-133, as revised, the Recipient shall submit a copy of the reporting package described in Section .320 (c), OMB Circular A-133, as revised, and any management letter issued by the auditor, to the following addresses: 4 M Department of Community Affairs Office of Audit Services 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 [an electronic copy shall also be submitted to aurilla.parrish(a,)dica.state.fl.us] and Division of Emergency Management Bureau of Recovery and Mitigation 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 (g) Any reports, management letter, or other information required to be submitted to the Department and the Division pursuant to this Agreement shall be submitted timely in accordance with 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. (h) Recipients, when submitting financial reporting packages to the Department and the Division 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. (i) In the event the audit shows that the entire funds disbursed hereunder, or any portion thereof, 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 (30) days after the Department or the Division has notified the Recipient of such non-compliance. 0) The Recipient shall have all audits completed by an independent certified public accountant (IPA) who shall either be a certified public accountant or a public accountant licensed under Chapter 473, Fla. Stat. The IPA shall state that the audit complied with the applicable provisions noted above. The audit must be submitted to the Department and the Division no later than seven (7) months from the end of the Recipient's fiscal year. (7) REPORTS (a) At a minimum, the Recipient shall provide the Division with quarterly reports, and with 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 5 expenditure of funds under this Agreement, in addition to such other information as requested by the Division. (b) Quarterly reports are due to be received by the Division no Later than 15 days after the end of each quarter of the program year and shall continue to be submitted 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 upon completion of the activities contained in this Agreement, whichever first occurs. (d) If all required reports and copies, prescribed above, 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 such other action as set forth in Paragraph (11) REMEDIES. "Acceptable to the Division" means that the work product was completed in accordance with the Budget and Scope of Work, Attachment A. (e) The Recipient shall provide such additional program updates or information as may be required by the Division- (8) MONITORING. The Recipient shall monitor its performance under this Agreement, as well as that of its subcontractors, subrecipients and consultants who are paid from funds provided under this Agreement, to ensure that time schedules are met, the Budget and Scope of Work, Attachment A is accomplished within the specified time periods, and other performance goals stated in this Agreement are achieved. Such review shall be made for each function or activity set forth in the Budget and Scope of Work, Attachment A to this Agreement, and reported in the quarterly report. In addition to reviews of audits conducted in accordance with OMB Circular A-133, as revised and Section 215.97, Fla. Stat. (see Paragraph (6) AUDIT REQUIREMENTS, above ), monitoring procedures may include, but not be limited to, on -site visits by the Division staff, ►imited scope audits as defined by OMB Circular A-133, as revised, and/or other procedures. By entering into this Agreement, the Recipient agrees to comply and cooperate with all 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 Comptroller 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 shall be solely responsible to parties with whom it shall deal in carrying out the terms of this agreement, and shall hold the Division harmless against all claims of whatever nature by third parties arising out of the performance of work 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 who is a state agency or subdivision, as defined in Section 768.28, Fla. Stat„ agrees to be fully responsible to the extent provided by Section 768.28 Fla. Stat. for its negligent acts or omissions or tortious acts which result in claims or suits against the Division, and agrees to be liable for any damages proximately caused by said acts or omissions. 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 any further payment of funds hereunder shall, if the Division so elects, terminate and the Division may, at its option, exercise any of its remedies set forth in Paragraph (11), but the Division may make any payments or parts of payments after the happening of any Events of Default without thereby 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 shall at any time be false or misleading in any respect, or if the Recipient shall fail to keep, observe or perform any of the obligations, terms or covenants contained in this Agreement or any previous agreement with the Division and has not cured such in timely fashion, or is unable or unwilling to meet its obligations thereunder; (b) If any material adverse change shall occur in the financial condition of the Recipient at any time during the term of this Agreement, and the Recipient fails to cure said material adverse change within thirty (30) days from the time 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 in timely fashion any of its obligations under this Agreement. (11) REMEDIES. Upon the happening of an Event of Default, then the Division may, at its option, upon thirty (30) calendar days prior written notice to the Recipient and upon the Recipient's failure to cure within said thirty (30) day period, 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 (30) days prior written notice of such termination. The notice shall be effective when placed in the United States mail, first class mail, postage prepaid, by registered or certified mail -return receipt requested, to the address set forth in paragraph (13) herein; Agreement; (b) Commence 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) Exercise any corrective or remedial actions, to include but not be limited to: 1. requesting additional information from the Recipient to determine the reasons for or the extent of non-compliance or lack of performance, 2. issuing a written warning to advise that more serious measures may be taken if the situation is not corrected, 3. advising the Recipient to suspend, discontinue or refrain from incurring costs for any activities in question or 4. requiring the Recipient to reimburse the Division for the amount of costs incurred for any items determined to be ineligible; F] (e) Require that the Recipient return to the Division any funds which were used for ineligible purposes under the program laws, rules and regulations governing the use of funds under this program. (f) Exercise any other rights or remedies which may be otherwise available under law. (g) The pursuit of any one of the above remedies shall not preclude the Division from pursuing any other remedies contained herein or otherwise provided at law or in equity. No waiver by the Division of any right or remedy granted hereunder or failure to insist on strict performance by the Recipient shall affect or extend or act as a waiver of any other right or remedy of the Division hereunder, or affect the subsequent exercise of the same right or remedy by the Division for any further or subsequent default by the Recipient. (12) TERMINATION. (a) The Division may terminate this Agreement for cause upon such written notice as is reasonable under the circumstances. Cause shall include, but not be limited to, misuse of funds; fraud; lack of compliance with applicable rules, laws and regulations; failure to perform in a timely manner; 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 the continuation of the Agreement would not produce beneficial results commensurate with the further expenditure of funds, by providing the Recipient with thirty (30) calendar days prior written notice. (c) The parties may agree to terminate this Agreement for their mutual convenience as evidenced by written amendment of this Agreement. The amendment shall establish 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 the date of receipt of notice of the termination will be disallowed. Notwithstanding the above, the Recipient shall not be relieved of liability to the Division by virtue of any breach of Agreement by the M Recipient. The Division may, to the extent authorized by law, withhold any payments to the Recipient for purpose of set-off until such time as 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 identified below at the address set forth below and said notification attached to the original of this Agreement. (b) The name and address of the Division contract manager for this Agreement is: Ms. Kathleen Marshall, Planning Manager Bureau of Recovery and Mitigation Division of Emergency Management 2555 Shumard Oak Boulevard Tallahassee, Florida 32399 Telephone: (850) 922-5944 Fax: (850) 922-1259 e,marshal„_ yflorida.com Email: at en .....a.=err!.m...............__....— (c) The name and address of the Representative of the Recipient responsible for the administration of this Agreement is: Mr. Michael Gresek Special Projects Coordinator City of Tamarac 7525 Northwest 88'" Avenue Tamarac, Florida 33321 Telephone: (954) 597-3517 Fax: (954) 597-3520 Email: michaelgr@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 rendered as provided in (13)(a) above. (14) SUBCONTRACTS If the Recipient subcontracts any or all of the work required under this Agreement, a copy of the fully executed subcontract must be forwarded to the Division within ten (10) days of execution for review and approval. 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 10 extent allowed and required by law. Each subcontractor's progress in performing its work under this Agreement shall be documented in the quarterly report submitted by the Recipient. For each subcontract, the Recipient shall provide a written statement to the (division as to whether that subcontractor is a minority vendor, as defined in Section 288.703, Fla. Stat.. (15) TERMS AND CONDITIO 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 herein. (b) In the event of any inconsistencies or conflict between the language of this Agreement and the attachments hereto, the language of such attachments shall be controlling, but only to the extent of such 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 — Statement of Assurances Attachment D — Request for Reimbursement Attachment E — Justification of Advance Attachment F — Quarterly Report Form Attachment G — Warranties and Representations Attachment H — Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion (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 $81,579.00 subject to the availability of funds. All requests for reimbursement of administrative costs must be accompanied by the back-up documentation evidencing all such administrative costs. (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 11 (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. 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 E. Attachment E will specify the amount of advance payment needed and provide an explanation of the necessity for and proposed use of these funds. An advance payment of $ is requested. (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. If the necessary funds are not available to fund this Agreement as a result of action by Congress, the State Legislature, the Office of the Chief Financial Officer, the State Office of Planning and Budgeting or the Federal Office of Management and Budgeting, all obligations on the part of the Division to make any further payment of funds hereunder shall terminate, and the Recipient shall submit its closeout report within thirty (30) days of receipt of notice from the Division. (18) REPAYMENTS All refunds or repayments to be made to the Division under this Agreement are to be made payable to the order of "Department of Community Affairs", and mailed directly to the Department at the following address: Department of Community Affairs Cashier Finance and Accounting 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 Department for collection, the Department must add to the amount of the check or draft a service fee of Fifteen Dollars ($15.00) or Five Percent (5%) of the face amount of the check or draft, whichever is greater. (19) VENDOR PAYMENTS. Pursuant to Section 215.422, Fla. Stat., the Division shall issue payments to vendors within 40 days after receipt of an acceptable invoice and receipt, inspection, and acceptance of goods 12 and/or services provided in accordance with the terms and conditions of the Agreement. Failure to issue the warrant within 40 days shall result in the Division paying interest at a rate as established pursuant to Section 55.03(1) Fla. Stat. The interest penalty shall be paid within 15 days after issuing the warrant. Vendors experiencing problems obtaining timely payment(s) from a state agency may receive assistance by contacting the Vendor Ombudsman at (850) 413-5516. (20) STANDARD 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 subsequent submission or response to Division request, or in any submission or response to fulfill the requirements of this Agreement, and such information, representations, and materials are incorporated by reference. The lack of accuracy thereof or any material changes shall, at the option of the Division and with thirty (30) 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 lie in Leon County. If any provision hereof is in conflict with any applicable statute or rule, or is otherwise unenforceable, then such provision shall be deemed null and void to the extent of such conflict, and shall be deemed 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 terms and life of this Agreement as a whole. (d) The 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.), if applicable, which prohibits discrimination by public and private entities on the basis of disability in the areas of employment, public accommodations, transportation, State and local government services, and in telecommunications. (f) A person or affiliate who has 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 13 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 Category Two for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. (g) With respect to any Recipient which is not a local government or state agency, and which receives funds under this Agreement from the federal government, by signing this Agreement, the Recipient 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 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 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 20(h)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. Where the Recipient is unable to certify to any of the statements in this certification, such Recipient shall attach an explanation to this Agreement. In addition, the Recipient shall submit to the Division (by email or by facsimile transmission) the completed "Certification Regarding Debarment, Suspension, Ineligibility And Voluntary Exclusion" (Attachment H) for each prospective subcontractor which Recipient intends to fund under this Agreement. Such form must be received by the Division prior to the Recipient entering into a contract with any prospective subcontractor. 14 (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. Q) If otherwise allowed under this Agreement, all bills for any travel expenses shall be submitted in accordance with Section 112.061, Fla. Stat. (k) The Division reserves the right to unilaterally cancel this Agreement for refusal by the Recipient to allow public access to all documents, papers, letters or other material subject to the provisions of Chapter 119, Fla. Stat., and made or received by the Recipient in conjunction with 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 ("INK)]. 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 Department. (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 such meetings shall be publicly noticed, open to the public, and the minutes of all such meetings shall be public records, available to the public in accordance with Chapter 119, Fla. Stat. (o) Unless inconsistent with the public interest or unreasonable in cost, all unmanufactured and manufactured articles, materials and supplies which are acquired for public use under this Agreement must have been produced in the United States as required under 41 U.S.C, 10a. 15 (21) LOBBYING PROHIBITION (a) No funds or other resources received from the Division in connection with 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 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 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, 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 undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) 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. 16 (22) 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 brings to the performance of this Agreement 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 arises or is developed in the course of or as a result of work or services performed under this Agreement, or in any way connected herewith, the Recipient shall refer the discovery or invention to the Division for a determination whether patent protection will be sought in the name of the State of Florida. Any and all patent rights accruing under or in connection with the performance of this Agreement are hereby reserved to the State of Florida. In the event that any books, manuals, films, or other copyrightable material are produced, the Recipient shall notify the Division. Any and all copyrights accruing under or in connection with the performance under this Agreement are hereby transferred by the Recipient to the State of Florida. (c) Within thirty (30) days of execution of this Agreement, the Recipient shall disclose all intellectual properties relevant 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 so 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. (23) LEGAL AUTHORIZATION, The Recipient certifies with respect to this Agreement that it possesses the legal authority to receive the funds to be provided under this Agreement and that, if applicable, its governing body has authorized, by resolution or otherwise, the execution and acceptance of this Agreement with all covenants 17 and assurances contained herein. The Recipient also certifies that the undersigned possesses the authority to legally execute and bind Recipient to the terms of this Agreement. (24) ASSURANCES. The Recipient shall comply with any Statement of Assurances incorporated as Attachment C. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed by their undersigned officials as duly authorized. Reci t: CITY OF TAMARAC BY. Name and title: City Manager Date: Ma_y__..12._L 2008 FID#: 59-1039552 STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT BY: W!� Name and T I e: W. Craig Fugate, Director Date: � 0 1( Ulm APP ED AS T41LE L. FORM 0 ICE OF THEORNEY DATED: w_ ._�_ -.;.— 0 �. EXHIBIT - FEDERAL RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: NOTE: If the resources awarded to the recipient represent more than one Federal program, provide the same information shown below for each Federal program and show total Federal resources awarded. Federal Program: Federal Emergency Management Agency, Hazard Mitigation Grant Catalog of Federal Domestic Assistance Number: 97.039 Amount of Federal Funding: $81,579.00 COMPLIANCE REQUIREMENTS APPLICABLE TO THE FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: NOTE: If the resources awarded to the recipient represent more than one Federal program, list applicable compliance requirements for each Federal program in the same manner as shown below. Federal Program: List applicable compliance requirements as follows: Recipient is to use funding to perform the following eligible activities; include mitigation projects that will result in protection of public or private property from natural hazards. Eligible projects include, but are not limited to: • Acquisition of hazard prone properties • Retrofitting of existing buildings and facilities • Elevation of flood prone structures • Infrastructure protection measures • Storm water management improvements • Minor structural flood control projects • Relocation of structures from hazard prone areas • Retrofitting of existing buildings and facilities for shelters • Vegetative management/soil stabilization • Mitigation Planning Project • Other projects that reduce future disaster losses 2. Recipient is subject to all administrative and financial requirements asset forth in this Agreement, or will be in violation of the terms of the Agreement. NOTE: Instead of listing the specific compliance requirements as shown above, the State awarding agency may elect to use language that requires the recipient to comply with the requirements of applicable provisions of specific laws, rules, regulations, etc. For example, for Federal Program 1, the language may state that the recipient must comply with a specific law(s), rule(s), or regulation(s) that pertains to how the awarded resources must be used or how eligibility determinations are to be made. The State awarding agency, if practical, may want to attach a copy of the specific law, rule, or regulation referred to. NOTE: Section .400(d) of OMB Circular A-133, as revised, and Section 215.97(5)(a), Florida Statutes, require that the information about Federal Programs and State Projects included in Exhibit 1 be provided to the recipient. 19 Attachment A Budget and Scope of Work Scope of Work As a Hazard Mitigation Grant Program project, the Recipient, the City of Tamarac, will wind retrofit three (3) public buildings as follows: The Water Treatment Plant Control Building, located at 7803 Northwest 615t Street, Tamarac, Florida 33321, by purchasing and installing twenty-four (24) Impact Resistant Frame (Shuttering and/or Window) Systems on thirty (30) window openings; The Tamarac Public Works Building, located at 6011 Nob Hill Road, Tamarac, Florida 33321 by purchasing and installing seven (7) Storm Bay Doors; and The Tamarac Utilities Building, located at 6001 Nob Hill Road, Tamarac, Florida 33321, by purchasing and installing three (3) Storm Bay Doors and impact glass on sixteen (16) windows. If deemed necessary, wind protection will be provided on any other openings such as skylights, vents, louvers and exhaust fans. All installations will be done in strict compliance with the Florida Building Code or Miami -Dade Specifications. All materials will be certified to meet the wind and impact standards of the current local codes. The local municipal or county building department will inspect and certify installation according to the manufacturer's specifications. This is FEMA project 1609-79-R, funded under 1609-DR-FL. The Period of Performance for this project ends on March 31, 2010. Schedule of Work State Contracting: Develop A Standard or Specification. - Solicit For Bids: Award On Agreement: Permit Process: Delivery and Installation: Inspection: Invoicing and Payment: State Final Inspection. State Closeout: Total Period of Performance: 6 Months 1 Month 1 Month 2 Months 1 Month 6 Months 0 Months 14 days 0 Months 14 days 3 Months 3 Months 23 Months 28 days The materials and work funded pursuant to this Subgrant Agreement are intended to decrease the vulnerability of the building to property losses and are specifically not intended to provide for the safety of inhabitants before, during or after a natural man made disaster. The funding provided by the Division of Emergency Management under this subgrant shall compensate for the materials and labor for the installation of storm shutters and/or other hardening activities as a retrofit measure for the Recipient's building to reduce and/or mitigate the damage that might otherwise occur from severe weather or other hazards. The funding of this project by the Department does not confer or imply any warranty of use or suitability for the work performed pursuant to this agreement. The State of Florida disclaims all warranties with regard to this mitigation project, express or implied, including but not limited to, any implied warranties and/or conditions of satisfactory quality and fitness for a particular purpose, merchantability, or merchantable quality. This project has not been evaluated by the criteria contained in the standards of the Department of Homeland Security, Federal Emergency Management Agency (FEMA) guidance manual FEMA 361- Design and Construction for Community Shelter, and thus does not provide "near absolute protection." It is understood and agreed by the Department and the Recipient that the building may have vulnerabilities 20 due to age, design and location which may result in damage to the building from wind events even after the installation of the mitigation measures funded under this Subgrant Agreement. It is further understood and agreed by the Department and the Recipient that the level of wind protection provided by the mitigation action, although meeting State standards and codes and enhancing the structural integrity of the building, does not ensure the safety of survival of building occupants. Budget Line Item Budget* Water Treatment Plant Control Building — Materials and Labor: Tamarac Public Works Building — Materials and Labor: Tamarac Utilities Building — Materials and Labor: Sub -Total: Administrative Cost: Total: Project Cost Federal Share Local Share $ 45,435.00 $34,076.00 $ 23,900.00 $17,925.00 $ 35,929.00 $26,947.00 $105,264.00 $78,948.00 2,631.00 $105,264.00 $81,579.00 $11,359.00 $ 5,975.00 8,982.00 $26,316.00 $ 0.00 $26,316.00 * Any line item amount in this Budget may be increased or decreased 10% or less without an amendment to this Agreement being required, so long as the overall amount of the funds obligated under this Agreement is not increased. Funding Summary Federal Share: $ 78,948.00 ( 75%) Local Share: $ 26,316.00 ( 25%) Total Project Cost: $105,264.00 (100%) Recipient Administrative Allowance up to $2,631.00. 21 Attachment B Program Statutes and Regulations The parties to this Agreement and the Hazard Mitigation Grant Program (HMGP) are generally governed by the following statutes and regulations: (1) The Robert T. Stafford Disaster Relief and Emergency Assistance Act; (2) 44 CFR Parts 7, 9, 10, 13, 14, 17, 18, 25, 206, 220, and 221, and any other applicable FEMA policy memoranda and guidance documents; (3) State of Florida Administrative Plan for the Hazard Mitigation Grant Program; (4) Hazard Mitigation Long-term Recovery Guidance; and (5) All applicable laws and regulations delineated in Attachment C of this Agreement In addition to the above statues and regulations, the Recipient must comply with the following: The Recipient shall fully perform the approved hazard mitigation project, as described in the Application and Attachment A (Budget and Scope of Work) attached to this Agreement, in accordance with the approved scope of work indicated therein, the estimate of costs indicated therein, the allocation of funds indicated therein, and the terms and conditions of this Agreement. Recipient shall not deviate from the approved project and the terms and conditions of this Agreement. Recipient shall comply with any and all applicable codes and standards in performing work funded under this Agreement, and shall provide any appropriate maintenance and security for the project. Any development permit issued by, or development activity undertaken by, the Recipient and any land use permitted by or engaged in by the Recipient, shall be consistent with the local comprehensive plan and land development regulations prepared and adopted pursuant to Chapter 163, Part II, Florida Statutes. Funds shall be expended for, and development activities and land uses authorized for, only those uses which are permitted under the comprehensive plan and land development regulations. The Recipient shall be responsible for ensuring that any development permit issued and any development activity or land use undertaken is, where applicable, also authorized by the Water Management District, the Florida Department of Environmental Protection, the Florida Department of Health, the Florida Game and Fish Commission, and any federal, state, or local environmental or land use permitting authority, where required. Recipient agrees that any repair or construction shall be in accordance with applicable standards of safety, decency, and sanitation, and in conformity with applicable codes, specifications and standards. Recipient will provide and maintain competent and adequate engineering supervision at the construction site to ensure that the completed work conforms with the approved plans and specifications and will furnish progress reports and such other information to HMGP as may be required. If the hazard mitigation project described in Attachment A includes an acquisition or relocation project, then Recipient shall ensure that, as a condition of funding under this Agreement, the owner of the affected real property shall record in the public records of the county where it is located the following covenants and restrictions, which shall run with and apply to any property acquired, accepted, or from which a structure will be removed pursuant to the project: 1. The property will be dedicated and maintained in perpetuity for a use that is compatible with open space, recreational, or wetlands management practices; 2. No new structure will be erected on property other than: (a) a public facility that is open on all sides and functionally related to a designated open space; (b) a restroom; or 22 3. A structure that the Director of the Federal Emergency Management Agency approves in writing before the commencement of the construction of the structure; 4. After the date of the acquisition or relocation no application for disaster assistance for any purpose will be made to any Federal entity and no disaster assistance will be provided for the property by any Federal source; and 5. If any of these covenants and restrictions is violated by the owner or by some third party with the knowledge of the owner, fee simple title to the Property described herein shall be conveyed to the Board of Trustees of the Internal Improvement Trust Fund of the State of Florida without further notice to the owner, its successors and assigns, and the owner, its successors and assigns shall forfeit all right, title and interest in and to the property. HMGP Contract Manager will evaluate requests for cost overruns and submit to the Regional Director written determination of cost overrun eligibility. Cost overruns shall meet Federal regulations set forth in 44CFR 206.438(b). The National Environmental Policy Act (NEPA) stipulates that additions or amendments to a HMGP Recipient Scope of Work (SOW) shall be reviewed by all State and Federal agencies participating in the NEPA process. You are reminded that no construction may occur in this phase, that a full environmental review must be completed prior to funding Phase II. As a reminder, the Recipient must obtain prior approval from the State, before implementing changes to the approved project Scope of Work (SOW). Per the Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments: 1. For construction projects, the grantee must "obtain prior written approval for any budget revision which result in a need for additional funds" (44 CFR 13 (c)); 2. A change in the scope of work must be approved by FEMA in advance regardless of the budget implications; and 3. The Recipient must notify the State as soon as significant developments become known, such as delays or adverse conditions that might raise costs or delay completion, or favorable conditions allowing lower cost or earlier completion. Any extensions of the period of performance must be submitted to FEMA 60 days prior to the project expiration date. STATEMENT OF ASSURANCES The Recipient assures that it will comply with the following statues and regulations, to the extent applicable: 1) 53 Federal Register 8034 2) Federal Acquisition Regulations 31.2 and 031.2 3) Section 1352, Title 31, US Code 4) OMB Circulars A-21, A-87, A-110, A-122 5) Chapter 473, Florida Statutes 6) Chapter 215, Florida Statutes 7) Section 768.28, Florida Statutes 8) Chapter 119, Florida Statutes 9) Section 216.181(6), Florida Statutes 10) Cash Management Improvement Act Of 1990 11) American with Disabilities Act 12) Section 112.061, Florida Statutes 13) Immigration and Nationality Act 14) Section 286.011, Florida Statutes 15) E.O. 12372 and Uniform Administrative Requirements for Grants and Cooperative Agreements 28 CFR, Part 66, Common rule, 16) Uniform Relocation Assistance and Real Property Acquisitions Act of 1970 17) Section 102(a) of the Flood Disaster Protection Act of 1973, Public Law 93-234, 87 Stat. 975 23 18) Section 106 of the National Historic Preservation Act of 1966 as amended (16 USC 470), Executive Order 11593 19) Archeological and Historical Preservation Act of 1966 (16 USG 569a-1 et seq.) 20) Title I of the Omnibus Crime Control and Safe Streets Act of 1968, 21) Juvenile Justice and Delinquency Prevention Act, or the Victims of Crime Act 22) 28 CFR applicable to grants and cooperative agreements 23) Omnibus Crime Control and Safe Streets Act of 1968, as amended, 24) 42 USC 3789(d), or Victims of Crime Act (as appropriate); 25) Title VI of the Civil Rights Act of 1964, as amended; 26) Section 504 of the Rehabilitation Act of 1973, as amended; 27) Subtitle A, Title II of the Americans with Disabilities Act (ADA) (1990); 28) Title IX of the Education Amendments of 1972; 29) the Age Discrimination Act of 1975; Department of Justice Non -Discrimination Regulations, 30) 28 CFR Part 42, Subparts C,D,E, and G 31) Department of Justice regulations on disability discrimination, 28 CFR Part 35 and Part 39. 32) Federal Acquisition Regulations 31.2 and 931.2 24 Attachment C Statement of Assurances To the extent the following provisions apply to the award of assistance in this Agreement, as determined by the awarding agency, the Recipient hereby assures and certifies that: (a) It possesses legal authority to enter into this agreement, and to execute the proposed program; (b) Its governing body has duly adopted or passed as an official act a resolution, motion or similar action authorizing the execution of the hazard mitigation agreement with the Division of Emergency Management (DEM), including all understandings and assurances contained therein, and directing and authorizing the Recipient's chief ADMINISTRATIVE officer or designee to act in connection with the application and to provide such additional information as may be required; (c) No member of or delegate to the Congress of the United States, and no Resident Commissioner, shall be admitted to any share or part of this agreement or to any benefit to arise from the same. No member, officer, or employee of the Recipient or its designees or agents, no member of the governing body of the locality in which the program is situated, and no other public official of such locality or localities who exercises any functions or responsibilities with respect to the program during his tenure or for one year thereafter, shall have any interest direct or indirect, in any contract or subcontract, or the proceeds thereof, for work to be performed in connection with the program assisted under this agreement. The Recipient shall incorporate or cause to be incorporated, in all such contracts or subcontracts a provision prohibiting such interest pursuant to the purpose state above; (d) All Recipient contracts for which the State Legislature is in any part a funding source, shall contain language to provide for termination with reasonable costs to be paid by the Recipient for eligible contract work completed prior to the date the notice of suspension of funding was received by the Recipient. Any cost incurred after a notice of suspension or termination is received by the Recipient may not be funded with funds provided under this Agreement unless previously approved in writing by DEM. All Recipient contracts shall contain provisions for termination for cause or convenience and shall provide for the method of payment in such event; (e) It will comply with: (1) Contract Work Hours and Safety Standards Act of 1962, 40 U.S.C. 327 et seq., requiring that mechanics and laborers (including watchmen and guards) employed on federally assisted contracts be paid wages of not less than one and one-half times their basic wage rates for all hours worked in excess of forty hours in a work week; and (2) Federal Fair Labor Standards Act, 29 U.S.C. Section 201 et seq., requiring that covered employees be paid at least the minimum prescribed wage, and also that they be paid one and one-half times their basic wage rates for all hours worked in excess of the prescribed work -week. (f) It will comply with: (1) Title VI of the Civil Rights Act of 1964 (P.L. 88-352), and the regulations issued pursuant thereto, which provides that no person in the United States shall on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the Recipient receives Federal financial assistance and will immediately take any measures necessary to effectuate this assurance. If any real property or structure thereon is provided or improved with the aid of Federal financial assistance extended to the Recipient, this assurance shall obligate the Recipient, or in the case of any transfer of such property, any transferee, for the period during which the real property or structure is used for a purpose for which the Federal financial assistance is extended, or for another 49 purpose involving the provision of similar services or benefits; (2) Any prohibition against discrimination on the basis of age under the Age Discrimination Act of 1975, as amended (42 U.S.C.: 6101-6107) which prohibits discrimination on the basis of age or with respect to otherwise qualified handicapped individuals as provided in Section 504 of the Rehabilitation Act of 1973; (3) Executive Order 11246 as amended by Executive Orders 11375 and 12086, and the regulations issued pursuant thereto, which provide that no person shall be discriminated against on the basis of race, color, religion, sex or national origin in all phases of employment during the performance of federal or federally assisted construction contracts; affirmative action to insure fair treatment in employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff/termination, rates of pay or other forms of compensation; and election for training and apprenticeship; (g) The Recipient agrees to comply with the Americans With Disabilities Act (Public aw 101-336, 42 U.S.C. Section 12101 et-seq.), where applicable, which prohibits discrimination by public and private entities on the basis of disability in the areas of employment, public accommodations, transportation, State and local government services, and in telecommunications; (h) It will establish safeguards to prohibit employees from using positions for a purpose that is or gives the appearance of being motivated by a desire for private gain for themselves or others, particularly those with whom they have family, business, or other ties pursuant to Section 112.313 and Section 112.3135, FS; (i) It will comply with the Anti -Kickback Act of 1986, 41 U.S.C. Section 51 which outlaws and prescribes penalties for "kickbacks" of wages in federally financed or assisted construction activities; (j) It will comply with the provisions of 18 USC 594, 598, 600-605 (further known as the Hatch Act) which limits the political activities of employees; (k) It will comply with the flood insurance purchase and other requirements of the Flood Disaster Protection Act of 1973 as amended, 42 USC 4002-4107, including requirements regarding the purchase of flood insurance in communities where such insurance is available as a condition for the receipt of any Federal financial assistance for construction or acquisition purposes for use in any area having special flood hazards. The phrase "Federal financial assistance" includes any form of loan, grant, guaranty, insurance payment, rebate, subsidy, disaster assistance loan or grant, or any other form of direct or indirect Federal assistance; (1) It will require every building or facility (other than a privately owned residential structure) designed, constructed, or altered with funds provided under this Agreement to comply with the "Uniform Federal Accessibility Standards," (AS) which is Appendix A to 41 CFR Section 101-19.6 for general type buildings and Appendix A to 24 CFR Part 40 for residential structures. The Recipient will be responsible for conducting inspections to ensure compliance with these specifications by the contractor; (m) It will, in connection with its performance of environmental assessments under the National Environmental Policy Act of 1969, comply with Section 106 of the National Historic Preservation Act of 1966 (U.S.C. 470), Executive Order 11593, 24 CFR Part 800, and the Preservation of Archaeological and Historical Data Act of 1966 (16 U.S.C. 469a-1, et seq.) by: (1) Consulting with the State Historic Preservation Office to identify properties listed in or eligible for inclusion in the National Register of Historic Places that are subject to adverse effects (see 36 CFR Section 800.8) by the proposed activity; and 26 (2) Complying with all requirements established by the State to avoid or mitigate adverse effects upon such properties. (3) Abiding by the terms and conditions of the "Programmatic Agreement Among the Federal Emergency Management Agency, the Florida State Historic Preservation Office, the Florida Division of Emergency Management and the Advisory Council on Historic Preservation, (PA)" which addresses roles and responsibilities of Federal and State entities in implementing Section 106 of the National Historic Preservation Act (NHPA), 16 U.S.C. 470f, and implementing regulations in 36 CFR part 800. (4) When any of Recipient's projects funded under this Agreement may affect a historic property, as defined in 36 CFR 800, (2)(e), the Federal Emergency Management Agency (FEMA) may require Recipient to review the eligible scope of work in consultation with the State Historic Preservation Office (SHPO) and suggest methods of repair or construction that will conform with the recommended approaches set out in the Secretary of Interior's Standards for Rehabilitation and Guidelines for Rehabilitating Historic Buildings 1992 (Standards), the Secretary of the Interior's Guidelines for Archeological Documentation (Guidelines) (48 Federal Register 44734-37), or any other applicable Secretary of Interior standards. If FEMA determines that the eligible scope of work will not conform with the Standards, Recipient agrees to participate in consultations to develop, and, after execution by all parties, to abide by, a written agreement that establishes mitigation and recondition measures, including but not limited to, impacts to archeological sites, and the salvage, storage, and reuse of any significant architectural features that may otherwise be demolished. (5) Recipient agrees to notify FEMA and DEM if any project funded under this Agreement will involve ground disturbing activities, including, but not limited to: subsurface disturbance; removal of trees; excavation for footings and foundations; and installation of utilities (such as water, sewer, storm drains, electrical, gas, leach lines and septic tanks) except where these activities are restricted solely to areas previously disturbed by the installation, replacement or maintenance of such utilities. FEMA will request the SHPO's opinion on the potential that archeological properties may be present and be affected by such activities. The SHPO will advise Recipient on any feasible steps to be accomplished to avoid any National Register eligible archeological property or will make recommendations for the development of a treatment plan for the recovery of archeological data from the property. If Recipient is unable to avoid the archeological property, develop, in consultation with the SHPO, a treatment plan consistent with the Guidelines and take into account the Advisory Council on Historic Preservation (Council) publication "Treatment of Archeological Properties". Recipient shall forward information regarding the treatment plan to FEMA, the SHPO and the Council for review. If the SHPO and the Council do not object within 15 calendar days of receipt of the treatment plan, FEMA may direct Recipient to implement the treatment plan. If either the Council or the SHPO object, Recipient shall not proceed with the project until the objection is resolved. (6) Recipient shall notify DEM and FEMA as soon as practicable: (a) of any changes in the approved scope of work for a National Register eligible or listed property; (b) of all changes to a project that may result in a supplemental DSR or modify an HMGP project for a National Register eligible or listed property; (c) if it appears that a project funded under this Agreement will affect a previously unidentified property that may be eligible for inclusion in the National Register or affect a known historic property in an unanticipated manner. Recipient 27 acknowledges that FEMA may require Recipient to stop construction in the vicinity of the discovery of a previously unidentified property that may be eligible for inclusion in the National Register or upon learning that construction may affect a known historic property in an unanticipated manner. Recipient further acknowledges that FEMA may require Recipient to take all reasonable measures to avoid or minimize harm to such property until FEMA concludes consultation with the SHPO. Recipient also acknowledges that FEMA will require, and Recipient shall comply with, modifications to the project scope of work necessary to implement recommendations to address the project and the property. (7) Recipient acknowledges that, unless FEMA specifically stipulates otherwise, it shall not receive funding for projects when, with intent to avoid the requirements of the PA or the NHPA, Recipient intentionally and significantly adversely affects a historic property, or having the legal power to prevent it, allowed such significant adverse affect to occur. (n) It will comply with Title IX of the Education Amendments of 1972, as amended (20 U.S.C.: 1681- 1683 and 1685 - 1686) which prohibits discrimination on the basis of sex; (o) It will comply with the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970, (42 U.S.C. 4521-45-94) relating to nondiscrimination on the basis of alcohol abuse or alcoholism; (p) It will comply with 523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. 290 dd-3 and 290 ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (q) It will comply with Lead -Based Paint Poison Prevention Act (42 U.S.C.: 4821 et seq.) which prohibits the use of lead based paint in construction of rehabilitation or residential structures; (r) It will comply with the Energy Policy and Conservation Act (P.L. 94-163; 42 U.S.C. 6201-6422), and the provisions of the state Energy Conservation Plan adopted pursuant thereto; (s) It will comply with the Laboratory Animal Welfare Act of 1966, 7 U.S.C. 2131-2159, pertaining to the care, handling, and treatment of warm blooded animals held for research, teaching, or other activities supported by an award of assistance under this agreement; (t) It will comply with Title VIII of the Civil Rights Act of 1968, 42 U.S.C. 2000c and 42 3601-3619, as amended, relating to non-discrimination in the sale, rental, or financing of housing, and Title VI of the Civil Rights Act of 1964 (P.L. 88-352), which prohibits discrimination on the basis of race, color or nation origin; (u) It will comply with the Clean Air Act of 1955, as amended, 42 U.S.C. 7401-7642; (v) It will comply with the Clean Water Act of 1977, as amended, 42 U.S.C. 7419-7626; (w) It will comply with the Endangered Species Act of 1973, 16 U.S.C. 1531-1544; (x) It will comply with the Intergovernmental Personnel Act of 1970, 42 U.S.C. 4728-4763; (y) It will assist the awarding agency in assuring compliance with the National Historic Preservation Act of 1966, as amended, 16 U.S.C. 270; (z) It will comply with environmental standards which may be prescribed pursuant to the National Environmental Policy Act of 1969, 42 U.S.C. 4321-4347; (aa) It will assist the awarding agency in assuring compliance with the Preservation of Archeological and Historical Preservation Act of 1966, 16 U.S.C. 469a, et seq; 28 (bb) It will comply with the Rehabilitation Act of 1973, Section 504, 29 U.S.C. 794, regarding non- discrimination; (cc) It will comply with the environmental standards which may be prescribed pursuant to the Safe Drinking Water Act of 1974, 42 U.S.C. 300f-300j, regarding the protection of underground water sources; (dd) It will comply with the requirements of Titles II and III of the Uniform Relocation Assistance and Property Acquisition Policies Act of 1970, 42 U.S.C. 4621-4638, which provide for fair and equitable treatment of persons displaced or whose property is acquired as a result of Federal or federally assisted programs; (ee) It will comply with the Wild and Scenic Rivers Act of 1968, 16 U.S.C. 1271-1287, related to protecting components or potential components of the national wild and scenic rivers system; (ff) It will comply with the following Executive Orders: EO 11514 (NEPA); EO 11738 (violating facilities); EO 11988 (Floodplain Management); EO 11990 (Wetlands); and EO 12898 (Environmental Justice); (gg) It will comply with the Coastal Barrier Resources Act of 1977, 16 U.S.C. 3510; (hh) It will assure project consistency with the approved State program developed under the Coastal Zone Management Act of 1972, 16 U.S.C. 1451-1464; and (ii) It will comply with the Fish and Wildlife Coordination Act of 1958; 16 U.S.C. 661-666. (jj) With respect to demolition activities, it will: 1. Create and make available documentation sufficient to demonstrate that the Recipient and its demolition contractor have sufficient manpower and equipment to comply with the obligations as outlined in this Agreement. 2. Return the property to its natural state as though no improvements had ever been contained thereon. 3. Furnish documentation of all qualified personnel, licenses and all equipment necessary to inspect buildings located in Recipient's jurisdiction to detect the presence of asbestos and lead in accordance with requirements of the U.S. Environmental Protection Agency, the Florida Department of Environmental Protection and the County Health Department. 4. Provide documentation of the inspection results for each structure to indicate: Safety Hazards Present Health Hazards Present Hazardous Materials Present 5. Provide supervision over contractors or employees employed by Recipient to remove asbestos and lead from demolished or otherwise applicable structures. 6. Leave the demolished site clean, level and free of debris. 7. Notify DEM promptly of any unusual existing condition which hampers the contractors work. 8. Obtain all required permits. 9. Provide addresses and marked maps for each site where water wells and septic tanks are to be closed along with the number of wells and septic tanks located on each site. 29 Provide documentation of closures. 10. Comply with mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163). 11. Comply with all applicable standards, orders, or requirements issued under Section 112 and 306 of the Clean Air Act (42 U.S.C. 1857 (h), Section 508 of the Clean Water Act (33 U.S. 1368), Executive Order 11738, and the U.S. Environmental Protection Agency regulations (40 CFR Part 15 and 61). This clause shall be added to any subcontracts. 12. Provide documentation of public notices for demolition activities. 30 Attachment D DIVISION OF EMERGENCY MANAGEMENT REQUEST FOR ADVANCE OR REIMBURSEMENT OF HAZARD MITIGATION GRANT PROGRAM FUNDS RECIPIENT NAME: CITY OF TAMARAC ADDRESS: CITY, STATE, ZIP CODE: PAYMENT No.: DEM Agreement No: 08HM-6G-11-16-02-063 FEMA Tracking Numbers: 1609-79-R Eligible Amount 100% Obligated Federal 75% Obligated Non -Federal 25% Previous Payments Current Request DEM Use Only Comments __Approved TOTAL CURRENT REQUEST: $ 1 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 DEM 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 31 Applicant: DIVISION OF EMERGENCY MANAGEMENT SUMMARY OF DOCUMENTATION IN SUPPORT OF AMOUNT CLAIMED FOR ELIGIBLE DISASTER WORK UNDER THE HAZARD MITIGATION GRANT PROGRAM Tamarac Disaster No.: 1609 DEM Agreement No. 08HM-6G-11-16-02-063 FEMA Tracking #: 1609-79-R Applicant's Reference No. (Warrant, Voucher, Claim Check, or Schedule No.) Date of delivery of articles, completion of work or performance services. DOCUMENTATION List Documentation (Applicant's payroll, material out of applicant's stock, applicant owned equipment and name of vendor or contractor) by category and line item in the approved project application and give a brief description of the articles or services. Applicant's Eligible Costs 100% TOTAL 32 Attachment E JUSTIFICATION OF ADVANCE PAYMENT RECIPIENT: Indicate by checking one of the boxes below, if you are requesting an advance. If an advance payment is requested, budget data on which the request is based must be submitted. Any advance payment under this Agreement is subject to s. 216.181(16), Florida Statutes. The amount which may be advanced shall not exceed the expected cash needs of the recipient within the initial three months. [ ] NO ADVANCE REQUESTED No advance payment is requested. Payment will be solely on a reimbursement basis. No additional information is required. ADVANCE REQUEST WORKSHEET [ ] 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 worksheet. (A) (B) (C) (D) FFY FFY IFFY Total DESCRIPTION 2005-2006 2006-2007 2007-2008 1 INITIAL CONTRACT ALLOCATION 2 FIRST THREE MONTHS CONTRACT EXPENDITURES 3 AVERAGE PERCENT EXPENDED IN FIRST THREE MONTHS Divide line 2 by line 1. 'First three months expenditures need only be provided for the years in which you requested an advance. If you do not have this information, call your consultant and they will assist you. MAXIMUM ADVANCE ALLOWED CALULATION: X $ Cell D3 HMGP Award (Do not include match) REQUEST FOR WAIVER OF CALCULATED MAXIMUM MAXIMUM ADVANCE [ ] Recipient has no previous HMGP contract history. Complete Estimated Expenses chart and Explanation of Circumstances below. [ ] Recipient has exceptional circumstances that require an advance greater than the Maximum Advance calculated above. Complete estimated expenses chart and Explanation of Circumstances below. Attach additional pages if needed. 33 ESTIMATED EXPENSES BUDGET CATEGORY 2007-2008 Anticipated Expenditures for First Three Months of Contract ADMINISTRATIVE COSTS PROGRAM EXPENSES TOTAL EXPENSES Explanation of Circumstances: 34 Attachment F DIVISION OF EMERGENCY MANAGEMENT HAZARD MITIGATION GRANT PROGRAM RECIPIENT:_ City of Tamarac QUARTERLY REPORT FORM Project Number #: 1609-79-R PROJECT LOCATION: Retrofit DEM ID #: 08HM-6G-11-16-02-063 DISASTER NUMBER: 1609 QUARTER ENDING: Provide amount of advance funds disbursed for period (if applicable) $_ Provide reimbursement projections for this project: July -Sep, 200—$ Oct -Dec, 200 $ Jan -Mar, 200—$_ July -Sep, 200 $ Oct -Dec, 200—$ Jan -Mar, 200_$_ Percentage of Work Completed (may be confirmed by state inspectors); Project Proceeding on Schedule: [ ] Yes [ ] No Describe milestones achieved during this quarter Apr -June, 200_$_ Apr -June, 200�$ 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 DEM 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: 35 Attachment G Warranties and Representations Financial Management Recipient's financial management system shall provide for the following: (1) Accurate, current and complete disclosure of the financial results of this project or program (2) Records that identify adequately the source and application 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 adequately safeguard all such 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 for determining the reasonableness, allocability and allowability of costs in accordance with the provisions of the applicable cost principles and the terms and conditions of this grant. (6) Accounting records, including cost accounting records that are supported by source documentation. Competition All procurement transactions shall be conducted in a manner to provide, to the maximum extent practical, 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 objective 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, price, quality and other factors considered. Solicitations shall clearly set forth all requirements that the bidder or offeror shall 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. 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 herein, 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 such standards by officers, employees, or agents of the recipient. 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 H _.._..,. __...,.,. _,. ....._.._..._ 1 Certification Regarding De I barment, Suspension, Ineligibility And Voluntary Exclusion Contractor Covered Transactions (1) The prospective contractor 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 contractor is unable to certify to the above statement, the prospective contractor shall attach an explanation to this form_ CONTRACTOR: By: Signature Name and Title Street Address City, State, ZIP Date Rec p r(t's mfmee Division Contract Number 37