Loading...
HomeMy WebLinkAboutRES 10-239 RESOLUTION NO.10-239 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be and he is hereby authorized to execute a contract, substantially in the form attached hereto as Exhibit "A," with the Texas Water Development Board to receive up to $1,256,370.03 from FEMA's Severe Repetitive Loss Grant Program. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 14th day of September, 2010. �M Uayor Becky Ames - STATE OF TEXAS TWDB Contract No: I WWI 1128 COUNTY OF TRAVIS Severe Repetitive:Loss Project Grant This Contract(havemafter"CONTRACT")is errta ad into by and between the TEXAS WATER.DEVELOFMEN'['BOARD(b mvmaf w`TWDB"),serving as G=at r for the Fedend Adin#tisbatian's Ow TEMA")Severe Repetitive Loss progum(ham"SRL")and City of Beammot>ereinafta("CONTRACTOR"),the Grant= DRFINCfi01S: For the purposes of the CONTRACT and this Memorandam of Conbad.the following bx. or pbrasec shah have the mewing ascribed therewith: A. TWDB-Tin Texas Water Development Board,or its dedgadeed rgxes ente ive B. FEM(A—Federal Fmm, nay Managanent Aa}mWsftdon C. SRL—Severe Repetitive Lass D. CONTRACTOR—City of Beesunwat E. EXBCLTTTVE AD mm;rRATOR-The Executive for the TWDB or his designated represeimitive F. PARTICIPANT(S)—Jelfason County,City of Bewxnont G. REQUIRED IKTERLOCAL AGREEMENT(S)—N/A H. TWDB APPROVAL DATE—May 20,2010 L PROTECT AREA-The project arm is more speafrcdiy defined in Exhibit B(the ori*W Sraat sw coon). J. DEADLINE FOR CONTRACT EXECUTION—SeXtmba 16,2010 K. CONTRACT EFFECTIVE DATE— FEMA APPROVAL DATE—Attest 9,2010 L. PROJECT COMPLETION DATE—May 13,2013 K TOTAL PROJECT COSTS-S1,2S6,370.03 Section I,Page I of EXHIBIT"A" N. FEDERAL SHARE OF THE TOTAL PROJECT COSTS-Nat to mcc eW$1,130,732-63,or nbudy Pmt(90%)of the total prpject hosts. 4. LOCAL SHARE OF THE TOTAL PROJECT COSTS—$125,637.40,or not less than►ten percent(1 036)of the fatal project costs. P. PAYMENT REQUEST SUBMISSION SCHEDULE-Quastcdy Q. OTHER sPECIAL CONDITIONS AND EXCEPTIONS TO STANDARD AGREEMENT OF THIS CONTRACT—N/A IN WITNESS WHEREOF,in parties have cyausad this CONTRACT to be duly exemtted in duplicate Originals. TEXAS WATER DEYELOPMEff BOARD CITY OF BEAUMONT,TEXAS J.Kevin Ward Kyle Hayes Executive Administrdor City Manager Date: Date: Section 1,Page 2 of 2 CONTRACT Nundwr. 1000011 128 TEXAS WATER DEVELOPMENT BOARD,Granter and CITY OF BEAUMONT,Grantee for SEVERE REPETITVE LOSS Project Grant This CONTRACT is aftred info by the Taws Water Development Bond (TWDBj an agency of the State of Texas,located at 1 700 N.Congress Avenue, Austin,Tacos and City of Beaumont(CONTRACTORX located at 801 Main Street,l cmxnon%Texas. The TWDB and the CONTRACTOR are the Parties to this the CONTRACT. ARTICLE L RECITALS WHEREAS,the CONTRACTOR applied through the TWDB for a FEMA project Want under the SRL pn*mm to mitigate specific flood problems as identified in Bxhhh'bit B,the origins[great application which is incorporated herein and made a peram ant part of this CONTRACT; WHEREAS,the CONTRACTOR and PARTICIPANTS will commit cash and/or in-kind services to pay for the LOCAL SHARE OF THE TOTAL PROJECT COST$; WHEREAS,the CONTRACTOR is the entity who will act as administrator of the grant sad will be responsible far the exeeutkm of this CONTRACT; WHEREAS,on the FEMA APPROVAL DATE, FEMA approved the CONTRACTOR's application for financial NOW,THEREFORE,the TWDB and the CONTRACTOR agree as follows: ARTICLE IL AGREEMENTS The United Sys of America,6roto the Director of FEMA,has4Feed to -lo the CONTRACTOR,through the TWDB,the FEDERAL SHARE OF THE TOTAL PROJECT COSTS. By weeptsnce of the fluids awarded,the CONTRACTOR agrees to abide by the terns and conditions of this CONTRACT as set forth in this document and the doaunahts identified therein and made a part havof by of uxx,including the federal[aws and rules listed in Exhibit A. ARTICLE III. PERIOD OF PERFORMANCE The period of per mmence of this CONTRACT shall be fivm the CONTRACT EFFECTIVE DATE to the PROJECT COMPLETION DATE,unless otherwise anmdc& Section;II,Page i of 9 ARTICLE iv. nDEttAL LAWS AND RULES THAT APPLY FEMA requires all grant recipiaahts to comply with Felon!laws and ndes These federal laws and rules are listed in Exhibit A,which is incorporated herein'and made a pernowd part of this CONTRACT. CONTRACTOR will comply with all federal laws and roles listed in Exhibit A. Copies of those federal laws and mks are available upon request. ARTICLE V. TERMS AND CONDITIONS The specific terms and conditions of this CONTRACT are as follows: 1. The TWDB shall reimburse the CONTRACTOR for costs determined by FEMA to be allowable;allocable,and reasonable in accordance with OMB Chador A-87, 2. To rnlaest reirnbamrsanent heranader,the CONTRACTOR shall submit in original Request for R A libursenunt Form,a Project sterns report,and an original F"umcW Status Report Form(FEMA Fong 20-10)�to the TWDB's coa nxt n snW for this CONTRACT. Each voucher shall show the CONTRACT NUMBER,costs for the billing period,amend costs to data 3. The CONTRACTOR shall follow prier approval ragwremmts Found in 44 CFR Part 13.30. 4. The rw is oondNioned upon compliance with the National hsavitrorrmeatal Policy Act (NEPA)amend rnddW lean as implemuded under 44 CFR hart 10 such that the CONTRACTOR is prechmW from drawing federal&*bCyond adpriiustrative sctmbes, preliminary fieacbility studies or prrelin*my deni; for individual,pwjecb Wo the eaHro tat and historic preservation reviews=e na*Iete and approved by FEMA. CONTRACTOR is etoou Mpd to integrate NEPA eomnplien a with the initial planning and decision malting process for this program. S. The CONTRACTOR shall follow matching or cost sharing n quirernmb found in 44 CFR Part 13.24. 6. The CONTRACTOR shall bawfer to the TWDB,for return to FEMA,the appropriate share, based on the Federal ggwa pe e►of-any ref nd.-rte aWit or odwr amounts arising fio m the perf mu mca of this CONTRACT,along with accrued intent,if any. The CONTRACTOR shall take necessary ary►action to affect prompt collection of all monies due or which may becor a due and to cooperate with the TWDB and FEMA in any claim or suit in connection with the amounts due. 7. Prior to the start of any construction activity,the CONTRACTOR shall ensure that all applicable Federal,State,and locate peamib and clearances are obtained. Section 11,Page 2 of 8 8. The CONTRACTOR is free to copyright any original work developed in the course of or under this CONTRACT. The TWDB and FEMA room a royalty-flee a0nudullwa and irrevocable right to reproduce,publish,or otherwise use„and to authorize others to use,the work for govetruamental purposes. Any publication resulting fi om work performed under this CONTRACT shall include an of FEMA financial support and a statement that the publication does not necessr it reheat the views of FEMA or the TWDB. 9. No subsewent ipantalboopeta ve agrea units,mondaty inaruse mmaxbmo or time won oniendromis will be approved unless all overdue financial or performance reports have been submitted by the CONTRACTOR to the TWDB. Exceptions to this policy can by approved only by the Assistance Officer at FEMA. 10.The CONTRACTOR agra+s by aocept"fiaads under this CONTRACT to comply with all provisions of 44 CM 13.3 1,Equipmeant. FEMA Form 20-18,Coven=ant Property Form is to be used to report Government Property. hustrudions on which property items we to be reported should be provided in writing by the Assistance Officer at FEMA. 11.By executing this CONTRACT,the CONTRACTOR time atrthority of the State Auditor's Office,under direction of the legislative,andtt committee,to conduct anrdits and inve—g$k os in connection with any and all slate firids received pursuant to this eontrom The CONTRACTOR shall comply with and cooperate in any such hN eW80tion or auudit.The CONTRACTOR apm to provide the State Auditor with saxes,to any iuftnustion the State Auditor coaddw rdevant to the iavestiption or audit.The CQNTRACTOR also agrees to include a provision in any subcaorthid related to the contract that nab the subcontractor to submit to audits and iavestigetion by the stale Auditor's Office in comsedion with any and all state funds received pursuant to the mbcm tract. ARTICLE VI. D Go GRANT FUNDS 1. The TWDB agrees to nose and reimburse the CONTRACTOR(S)in a total amount not to exceed the FEDERAL SHARE OF T14E TOTAL PROJECT COSTS for costa incurred and paid by the CONTRACTOR(S)pursuant to performance of this CONTRACT. The CONTRACTOR(S)will coub ibute local matching fimds in sources and amounts defined as the LOCAL SHARE OF THE TOTAL PROTECT COSTS. The TWDB shill rdmbum the CONTRACTOR(S)for am hundred-parse n(100V of FEMA's share of each invoice up to ninety percent(90%)of the total FEMA sham pending the CONTRACTOR(Sys performance and FEMA's review and approval,at which time the TWDB WM pay the remaining ten percu t(10%)to the CONTRACTOR(S). Notwithstanding the above referarice paupWk the TWDB nmy provide advance finds to the CONTRACTOR in order to tninummi=the time lapsing between the transfer of funds and their disburearrian by the CONTRACTOR. Such advance shall be in compliance with FEMA ropkdons,including but not limited to 44CFR 11321(d). The CONTRACTOR understands and agrees that he has no rig*to such advances,but that TWDB,in its sole discretion,may from time to time agree to advance payments. Section 11,Page 3 of 8 2. The CONTRACTOR(S)shall submit PaYineit"queas and docnmaotation for rein billing according to the PAYMENT REQUEST SUBMISSION SCHEDULE and in accordance with dw approved task and expense budV contained In Exhibit E to this CONTRACT. At the discxotion of the TWDB and upon written mdum to the contnect file,the CONTRACTOR(S)has budget flaxibility within task and expense budget categories to the extent that the rawkinng clMW in amount in my one task or expague dory does not exceed 355%of the total mined mwum by this CONTRACT far the task or cateWry- which will be doc omented through an Approved Budget M�to the TWDB conauet file. The CONTRACTOR(S)will be spared to provide written eVianatum for tba overage and reallocation of the task and expense an WWL For all reimibursement billings including any aubcoatractor's expenses,do EXECUTIVE ADMINISTRATOR woo have delamined that the REQUIRED EW U)OCAL AGREEMENT(S)and contracts or agreements between the CONIRACCOR(S)and the subcontractor are consistent with the tams of this CONTRACT. The CONPTRAC rOR(S)is My rsponsiible fOr paying all d wges by subcontractors prior to reimbum --- at by the TWDB. 3. Tic CONTRACTOR(S)and its aubcoalta4'tocs shall mahnrtain uY fitaal accounting documents and records.iadurling copies of invoices and receipts,and shall make them avoji hlo f+or examination and audit by the EXECUTIVE ADMINISTRATOR. Accounting by the CONTRACTOR(S)and its subeoatractors shall be in a rnmmer consistent with generally accepted accounting p twiphes. 4. Upon receipt of written request from the CONTRACTOR,the EXECUTIVE ADMINISTRATOR will advance to the CONTRACTOR twentrfive paean'of the COMMITTED FUNDS,unless the CONTRACTOR requests and the EXECUTIVE ADMINISTRATOR approves advances of less than twenty-five pendent. 5. When CONTRACTOR has paid expenses equal to die previous advance,the CONTRACTOR will subrtit a written request to the EXECUTIVE ADMINISTRATOR for another,two-five percent advance of the FEDERAL SHARE OF THE TOTAL PROJECT COSTS(or lea if mgoWW and approved pursuant to Paragraph 6 of this Article). If the CONTRACTOR has expesim examong-the amount of the previous advance;,the TWDB shall reimburse the CONTRACTOR for the federal share of the arnomt of expenses which exceeds the amount of the previous advance Section II,Page 4 of 8 Any payments of eocpeernse s which the CONTRACTOR withholds face a subcoirtcactor for the purposes of rte,shall be considered to have ban paid by the CONTRACTOR for purposes of det rmming expenses paid under the previous sentence.The CONTRACTOR will attach to the request a writtexe performance report dewnbod in Artide VIII.Item 1 of this Section,a listing of actual vqmwos incurred and downents showing pay m nt of such expenses and statements at documeats showing any int e n st canned on tiro p rdious advance. Any inntexesat owned by the CONTRACTOR shall be considered as part of the Hoard's payment of FEDERAL SHARE OF THE TOTAL PROJECT COST and used only for TOTAL PROJECT COSTS. 6. A progress report and the following doaurneion which documents the TOTAL PROJECT COSTS for raeirrriwraememt by the TWD8 to the CONTRACTOR(S)for the FEDERAL SHARE OF THE TOTAL PROJECT COSTS shall be submitted by the CONTRACTOR(S) to the EXECUTIVE ADMINISTRATOR for.eimbnuaemnent billing: A. Summary of octal eVam incurred mduding the following information: (1) CONTRACTORS Va ndor Identification Number; (2) TWDB CONTRACT Number, (3) Total eagwnses for the billing period;beginning(dde)to ending( ); (4) Completed FEMA Form 20-10; (5) Completed FEMA Form 20-22; (6) Total In-kind services; (7) Total Services for this period; (8) Less LOCAL SHARE OF THE TOTAL PROJECT COSTS for the billing (9) Total FEDERAL SHARE OF THE TOTAL PROJECT COSTS for the billing period; (10) Amount of retsinage to be withheld for the billing period; (11) Total cub to be reimbursed by the TWDB for the billing period;and (12)Certification.signed by the CONTRACTOR(S)authori>9ed repraesernmuvc, that the submitted for the billing period are a true and correct raepresentation of amounts paid for work perfmned directly related to this contract. B. For elhW ogmv es inaunreed by the CONTRACTORS)—d+ mmialice showing the tasks that were performed;the percent and cost of cub task completed;a total cost figeme:for each direct expense category including labor,fringe,oveahad, travd.am unication acrd podW.,technical nic al and computer services,expendable supplies,printing and reproduction;and Section 11,Page 5 of 8 C. For direct a xperwas incurred by the CONTRACTOR(S)for outside consulting services--copies of invoices m the CONTRACTOR(S)showing the tasks that were park mod;the peroent and cost of cub tank completed;a total cost figure for cult direct expense category including labor,fiynge,overhead,Navel, comniWc ation and postage,todmicai and computer=vice$,eecpeolable supplies,printing and re production;and the total dollar amount due to the consultant;and D. For travel and sukisistence expenses,including such expenses for sabooaftetaas— (1) names,dates,want locations,time periods at work locations,itemization of subsistence expenses of each employee,Limited,however,to travel expenses auftwiaed for state employees by the General AppeoprhWons Act,Tex.Leg. Regular Session,2009,Article M Paid S,an ani=W or superseded; (2) other transportation coats--copies of invoices cove ft*kegs for traasp or,if not"ab*names,dates,and points of travel of individuals; and (3) all other reimbursable expatses--invoices or purchase vouchers showing reaaom for expense with receipts to evidence the amount incurred. ARTICLE VII. FE1IANCI4L REPORTS The CONTRACTOR slmll submit an original and On=(3)copies of the Fina idW Status Report Form(FEMA Form 2044 to the?WDWs cmbzd numager widdn thirty(30)days following the end of each quarter of the project with the exception of the final Financial Staten Report,which sha11 be due ninety(90)days after project conpletim All other reporting requawne nts in socos mce with Section 8 of the General Provisions for Grants and Cooperative Agreements,Exhibit C,are applicable. ARTICLE VIM PERFORMANCE REPORTING 1. may. The CON TRAC MR mall submit perbrmaaae reporting in accordance with requirements specified in the Hazard Mitigation Assistance Program Guidance(HMAPO) manual dud is published by ft Federal_Eme pnq Managonent A -(avai*W* wmf=Ls vl The contractor shall submit an original and three(3)copies of the quarterly performance reporting and any supporting docusraentation to the TWDWx contract mans per by the fitteadh(ISth)day following the end of each quartet: All other reporting requirements in a000nhum with Section 9 of the Caw4 Provisions for Grants and Cooperative Agreements,Exhibit C,are applicable. Section IL Page 6 of 8 I Find The CONTRACTOR shall submit perforawnce reporting in seeoe&nce with Fl i q 'I 1 11, specified in the HMAPG manual that is published by the Federd finergency Maaagamoat Agency(available at www.f=Lggyy).'The conbaftr shall submit an original and three(3)copies of a final report and any supporting at which details all the work performed under the CONTRACT. The report shall be submitted within three(3) months of project completion. 3. The HMAPG manual is published by the Federal Emergency Managenu trt Agency annually (typically in June). Reporting re semis we subject to change as each HMAPG manual is published. The TWDB will p mvide the CONTRACOR with written man eapo a with instructioas on quarterly and final repotting requiretneats for this CONTRACT within thirty (30)days of the publication of each HMAPG manual. ARTICLE IX. NO DEBT AGAINST THE STATE This CONTRACT shall act be construed as creating any debt by or on bdWfof the State of Texas and the TWDB,and all obligations of the State of Texas are subject to the availability of funds. To the extent the peffixtnance of this CONTRACT t enscaWs the biennium in which this CONTRACT is cubacd in%this CONTRACT is specifically condnpnt upon the coahn ued authority of the TWDB and 1 F V priations tharefa: ARTICLE X.INSURANCE For the pwposes of this CONTRACT,dw CONTRACTOR will be cmuMaW an independent contractor and,thareibrcu,solely ra*omible for liability resulting firm ne o*nt acts or omnswas. The CONTRACTOR shell obtain all necessary insurance,in the judgment of the CONTRACTOR,to protect itself;from liability arising ont of this CONTRACT. ARTICLE XI. SEVERANCE PROVISIO,Y Should any one or mare provisions of this CONTRACT be held to be null,void,voidable,or, for any reason whatewever,of no force and effect,such pwvisi*s)shall be coddrued as savwrable from the rarer of this CONTRACT and shall not affect the validity of all other provisions of this CONTRACT which shall remain in fiull force and effect. ARTICLE X11. SUSPENSION AND TERMINATION PROCEDURES If the CONTRACTOR fails to congily with the terns,conditions or standards of this CONTRACT,the TWDB may,upon written notim temporarily suspend usambtn�hemcrht Payments pending corrective action by the CONTRACTOR or taminate the CONTRACT. Necessary ALLOWABLE COSTS that the CONTRACTOR could not reasotm*avoid iaanring dining the period of suspension or after termination will be reimburnd rtsuent to this CONTRACT. Section A,Page 7 of 8 in addition,this CONTRACT may be to m*utted if both parties agroe that the contmmtion of the pwjoct would not paooduee beneficial raults with the further expenditure of fhnds. if termination of the CONTRACT occurs,the procedures described in Item 12 of the Federal F =V ncy Maw Agency General Proviskm for Grants and Cooperative Agreements, Exhibit C,which is incorporated into this CONTRACT,will be followed. ARTICLE XUL CORRESPONDENCB,REPORTS,AND I&M-INGS All oorcY,s ondaw,reports egs,and billi fasted to this CONTRACT shall be made to the following addresses: For the TWD& For the CONTRACTOR(S).- Contraed luaus: Ceatraett Is=": Kathy Hopkins Chris Boone Flood Mitigation Planning Community Development Director Texas WaterDevclopment Board City of Beaumont F.O.Box 13231 801 Male Street Austin,Texas 78711-3231 Bmmw t,Texas 77701 Email ftymeat Request Subinksiom: Payment Request Subaaialm: Chris Boone Texas Water Developrnert Board Community Devek*me t Director Attention: Accounts Payable City of Beaumont P.O. Box 13231 801 Main Street Austin,Texas 78711-3231 Beaumont,Tom 77701 Email: w, l� u� Physical Address: Physical Address: City of Beaumont Stepbm F.Ausf Stale Office Building 801 Main Street 1700 N.Congress Avenue Beaumont,Texas 77101 Austin,Texas 78701 Section I1,Page 8 of 8 h-4Ksl I.an and Rales FEMA,darough its Gana Avvexnent with the Texas Water Davdopmat Board,"quires;all grant mcdpients to comply with the following federal laws and rules: 1. 44 CFR,Part 13: Unifoan Administrative Requiz ments for Chants and Cooperative Agrewwo to State and Local Goats. 2. 44 CFR,Pmt 7: Nondia ion ia`Fideral Ass6trmce Programs 3. 44 CFR,Part I0: Enviroamc III Consideration 4. 44 CM Part 14: Adminishation of Chants` Audits of State and Local its S. 44 CFR,Part 17: Governmi ►t wide Debarment and Scansion(rim-pr+ocure rent)and Reguirament1 for Drug-Face Workplace 6. 44 CFR,Part M. New Resh icdons on Lobbying 7. 44 CFR,Subchapter B-lnsuramce and Hazard Mitigation & 44 CFR,Subchq*cr C-Fire Prevention and Control 9. 44 CFR,&khepta D-Disedw Assistance 10.44 C FIt,Subchapter E-Preparedness 11.44 CFR Section 205.5-PoWing Tednmigtres 12.Public Law 95-224.Federal Grant and Cogmadve Agreement Act of 1997 13. Public Law 101-336-The America with Disabilities Act 14.Executive Order 12372-fate`.governmental Review of flee Federal Emergency Management Ap W Pnngratrns and Activities 15.OMB Circular A-IM-Uniform Administrative for Grants and Cooperative Ants with State and Local Governments 16.OMB Circular A-V-Cost Principles for State mid Local Oavarur>eaft 17.OMB C*wcdw A-110-Uniform Administrative Roquiromerrts for Grants and Cvopastive Ap wments with institutions of Higher Education,Hospitals,and Other Non-Pnofit Organizations I B.OMB Circular A-21 -Cost Principles for EducatlorAl buitutions 19.OMB Circular A-133-Audits of h atittaions of Higher Education and Other Non-Profit 20.OMB Ciradar A-122-Cant Principles for Non-Profit Organizations 2I.OMB Circular A-123-Internal Control System 22.OMB Circular A-50-Audit FMlow-up 23. FEMA-Manual 2700.1 -Advance Fnsarncing-Paymart Systems Exldbit A,Pie I of I Prht Apptiataoo �28 of 49 200.1 -AcquWb a of A lvds NM1 Property(SAS and Land)-Rkwk a Fades!share:S 1.130.732.63 Cod cow tkdt Unt of hmn Name q UrtkCoat im-d I (f) w9dion offer=n mtt for 9 PmPwgm Lend.S } .p"ey 900 Each 5113.913.11 S 1,025,217.99 APDrab*s Arkr*dsirs"Ej ip n i v a 9.00 Each $50000 $4,5W.00 Ac*Ast0on project Rep Fee Admkftkodve ENOWSe 9.00 Each S 1.000.00 $9,000-00 RaplsoeMM t i kw swo meat Lar4 Sbuckvv s.F49*af'wW 9.00 Each s 14,1®887 S 127.500.03 Em*omwnW kmpo*m(Asbegm) Ekww Pcn And Rerrmoval 9.00 Each s 450A0 $4,050.00 Ins nwjm Dsax*ioa And Rera" 9.00 each s 8.900A0 s 78.500.00 sdownwA EXPOWes Adndnistn"EVW" 9.00 Each a 1.088.89 s 9.602.01 Totd Cost $1.256.3M0S TOM ProJed Cam Some w.1.2Si. MO3 Exhibit H,Page 29 of 54 htt ps:!/eraetAcGS.ferna.gwtFEMAMiti Print do 4123 -4IC Print Application Page 29 of49 Match Souaces Adh+Ily coat EelWa to 5 1.256.370.03 Federal Shar4 Pe centege ae.91isi90a496 Non-Federal Shwa Pwmftpe 10400031696 ooftm pamerb" Proposed Federal Share $1,130,732.63 89000981114% Proposed Nm*sdwW Shane $125.637.40 10.000031696 IiAdd"Funds Sowca Ageeay N 0 T"W PAmPW(S) Acdon odor(Homeowner cor*bAlon) Homeowner conlrIbullon Cash S 125.637.40 1ut0.alla Arend Total S 12ti t WAO IF you would IM b rn@M aaw ocawfients.phase enter Omm below Athoftnents FWx"Source 011m Apency Fundy(Honmmm corolbuaon) Name of Fundhp sauce HomKww cor*&A on Funu V Type cash Amount $125.637.40 Dale of avallabSky 02-01 21110 Funds onmrdlraent letter dale 01-13.2010 Alladgasnt(funds eomabnant Idler) VAkLhP@dS CWt4XK Exhibit B.Page 30 of 34 tls //a�viccs.fema sa►!F'EMAMitiVdon/Print.do 4123/2010 Print Application Page 30 of49 Cast Effsdlveness h too aWorm Attach the Ssnetlt Cost Analysis(SCAT,S Completed for this pm+Rim et What is the source and type of the problem? Various-all proparffes we on FEMAs SRL Met Mow iroqu"le the event? The g pnoperees an this appkation have expedeneed a total of 54 peid bees-average of 6 NFIP paid losses per property How severe is the damage? Told paid rl.-' for tits S properdes on this appkellon is newly St.SM. What kinds of property we at risk? The A properdss on this appkation we skoe fan*residentid properties- Are therm*batter.after aMve weys to soMa the prm Mwn*? The City has considered other options or alwn llm to I>vyarle.Among One opSorms b Nme elevation of*umf WI&GMm the be W�to will lermd e''0`lavallon�.Eve to SPE.wwlm devOle°d,a ,a *a*.�'wl h f ern Men lm-N id fam'o`in�s of"�O lk Cain =MWw d coati asmWod wish dwMft• udum Include iepmb b iemtanilrtimM ansi+germ y n p mm reds.mmd potential &msema,na bmaas.IMAdbrt`has been e, ,Wd .d wW b not aooapbble.No Adbn would mrA In o,, 11-- d imwndallon and daanea tma vmm pmopertilea.The pmmnpaa m d prop"scquiMtion Is the preit r[ed dlenmallmr..This action would meauk In the beat m&xftn of ttood Coals for both the PeNvm edlissns and emergmoy swvkn . Are Its nmttigl"tlon pro eot rests well dommerried and reasonable? Yes If you would We to nwhe any cram wd&pies..enter Nom below. Sea aI aClned morso amle for deteis of the pm ob a Cells and the FDA CdpAdod GSTF used in the SIC calcAmMons.AM Central Appraiml DIWId Tax rocardo are also spaded. AttaChrrment K CAD taomda-W FEMAs_ OyaWlt!bm St�l.. Zoos-as d 3-t ao-ttmmd.xls Damage 1�stoey Dab Event Desaiption of ownege Amnowd of 12- I food Various evemMs have resulted in aw SIAM in paid clairns br Omme SRI.p apa I s -GSTF S 1,ti00AD0.00 2009 caloWNIons ale botai averSt.2M Total Aarountof Dermreg, $1,500.000.00 Exhibit B.Page 31 of 54 hopes/emvicaLfwram4pv/PEMAMitigdism/P h"o 4/23/210