Loading...
HomeMy Public PortalAboutGEMA Project Application Grant Report.pdfGEORGIA MANAGEMENT AGENCY HOMEUWD SECURITY xvEORG��,* I NATHAN GOVERNOR x a April1 Honorable Jason Buelterman Mayor City of Tybee Island 403 Butler Avenue Tybee Island, Georgia 31328 Dear Mayor Buelterman: RE: FEMA -4284 -DR -GA PA ID #051-78036-00 City of Tybee Island HOMER BRYSON DIRECTOR Enclosed is a copy of the approved Project Application Grant Report, which includes Project Worksheets for eligible expenses incurred by the City of Tybee Island, as a result of Hurricane Matthew covered by the Presidential Disaster Declaration DR -4284. All agreements concerning the approved project application are contained in the enclosed Recipient-Subrecipient Agreement. Please sign the Recipient-Subrecipient Agreement, Exhibit A, Exhibit B and Exhibit H. Only return the executed original of the Exhibit A, Exhibit 8, Exhibit H and the Recipient-Subrecipient Agreement to the Public Assistance Office at the address on our letterhead. Keep copies of signed documents and all other enclosed documentation for your records. A copy of the fully executed agreement will be returned to you for your files. Federal funds will be provided as specified in paragraph two of the Recipient-Subrecipient Agreement. If you have any questions regarding this matter, please contact Ms. Tara Teuta, Grants Specialist at 404-635-7066 or 1-800-TRY-GEMA. cd/ft Enclosures cc: Dennis Jones, Director Chatham County Emergency Management Agency Kristen Higgs, Area Field Coordinator Georgia Emergency Management Homeland Security Agency Sin erely, Charles D6wson I Public Assistance Divion Director Post Office Box 18055 Atlanta, Georgia 30316-0055 • (404) 635-7000 • Fax (404) 635-7205 W W W.GEMA.GA.GOV RECIPIENTSUBRECIPIENT AGREEMENT On October 8, 2016, the President declared that a major disaster exists in the State of Georgia. This declaration was based on the disastrous event resulting from Hurricane Matthew, beginning on October 4, 2016 to October 15, 2016. This document is the Recipient-Subrecipient Agreement for the Public Assistance Program for the presidential declaration, designated FEMA -4284 -DR -GA, under the Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 100-707, 42 USC 5121 et seq. ("The Act'), in accordance with 44 CFR 206.44. Under this Agreement, the interests and responsibilities of the Recipient, hereinafter referred to as the State, will be executed by the Georgia Emergency Management and Homeland Security Agency (GEMHSA). The individual designated to represent the State is Mr. Homer Bryson, Governor's Authorized Representative. The Subrecipient is identified in paragraph 5 of the Application for Federal Assistance, Exhibit A, to this agreement. The Subrecipienfs Authorized Representative who is named in paragraph 13 of Exhibit A and whose signature appears on page 3 of this agreement will execute the interests and responsibilities of the Subrecipient. 1. The following exhibits are attached and made a part of this agreement. Exhibit A. Application for Federal Assistance. Exhibit B. Assurances -Construction Programs, Standard Form 424D Exhibit C. Financial Assistance. Exhibit D. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion, Lower Tier Transactions. Exhibit E. Certification for Contracts, Grants, Loans, and Cooperative Agreements. Exhibit F. Guidance for Implementation of Section 406 Hazard Mitigation. Exhibit G. Certification of Program Cost Share Exhibit H. Federal Funding Accountability and Transparency Act Certificaton Exhibit I. Project Worksheet Quarterly Report Form 2. Consistent with the requirement that federal assistance be supplemental, any federal funds provided under the Act for Public Assistance will be limited to 75 percent of total eligible costs, or as otherwise indicated pursuant to federal program incentives provided under the Public Assistance Program. The remaining non-federal cost share of eligible costs will be provided according to the Exhibit G, Certification of Program Cost Share. a. For local governments, the cost share is based on the information found on Exhibit G. b. For private nonprofit organizations and State agencies, 25% by the Subrecipient. 3. No federal or state assistance under the Act and this Agreement shall be approved unless the approved damages resulted from Hurricane Matthew that took place beginning October 4, 2016. All requests for designations of areas and types of assistance under the Act must be made within 30 days from the date of the incident period unless an extension is authorized under 44 CFR 206.36. 4. Federal assistance under the Act and this Agreement shall be limited to Brantley, Bryan, Bulloch, Camden, Candler, Chatham, Effingham, Emanuel, Evans, Glynn, Jenkins, Liberty, Long, McIntosh, Pierce, Screven, Tattnall, Toombs, Ware and Wayne County. 5. If the Subrecipient violates any of the conditions of disaster relief assistance under the Act, this Agreement, or applicable federal and state regulations; the State shall notify the Subrecipient that additional financial assistance for the project in which the violation occurred will be withheld until such violation has been corrected to the satisfaction of the State. In addition, the State may also withhold all or any portion of financial assistance which has been or is to be made available to the Subrecipient for other disaster relief projects under the Act, this or other agreements, and applicable federal and state regulations until adequate corrective action is taken. 6. The Subrecipient agrees that federal or state officials and auditors, or their duly authorized representatives may conduct required audits and examinations. The Subrecipient further agrees that they shall have access to any books, documents, papers and records of any recipients of federal or state disaster assistance and of any persons or entities which perform any activity which is reimbursed to any extent with federal or state disaster assistance funds distributed under the authority of the Act and this Agreement. 7. No elected or appointed official or employee of the Subrecipient shall be admitted to any share or part of this Agreement, or to any benefit to arise thereupon; provided, however, that this provision shall not be construed to extend to any contract made with a corporation for its general benefit. 8. The Subrecipient will establish and maintain an active program of nondiscrimination in disaster assistance as outlined in implementing regulations. This program will encompass all Subrecipient actions pursuant to this Agreement. 9. The Subrecipient agrees that emergency work projects (Categories A and B) will be completed by April 4, 2017. Completion dates may be extended upon justification by the Subrecipient and approval by the Governor's Authorized Representative. 10.All other projects (Categories C -G) shall be completed by April 4, 2018. If any projects require work past this date, a request for a time extension must be submitted to the Govemor's Authorized Representative before the deadline date for approval. All projects should be completed before April 4, 2018. No State Cost Share Match, if applicable will be available following this date. 17.Quarterly reports are required. The first quarterly report will cover the period January 1, 2017 — March 31, 2017. Subsequent reports will cover the periods ending June 30, 2017, September 30, 2017, December 31, 2017 and March 31, 2018. Reports will be submitted to the Governor's Authorized Representative no later than 10 working days following the end of the reporting period. 12.There shall be no changes to this Agreement unless mutually agreed upon by both Parties to the Agreement. Agreed: By. By: Authorized Recipient Official Signature Date GEMHSA Agency/Entity Name Authorized Subrecipient Official Printed or Typed Name b;7y 1 Agency Entity Name Exhibit H Federal Funding Accountability and Transparency Act Certification In order to remain in compliance with The Federal Funding Accountability and Transparency Act of 2006 (FFATA) reporting, please complete Items 1 through 7 (and Items 8, 9 and 10 if applicable), sign and certify by an authorized agent. Sub -recipient award Number: 051-78036-00 Sub -recipient Name: City of Tybee Island CFDA Program Number and Program Title: 97.036 Sub -award Project Description: I. Sub -recipient DUNS Number 2. Sub -recipient Name 3. Sub -recipient DBA Name 4. Sub -recipient Address � 1 ci(f� 13a 5. If DBA, Sub -recipient Parent DUNS Number 6. Sub -award Principle Place of Project Performance 1 7. In the preceding fiscal year, did the sub -recipient receive _80% of its annual gross revenues from the Federal government? Yes No X If Yes, continue to question 8. No, STOP and certify. The questionnaire is complete. 8. In the preceding fiscal year, were the sub -recipient's annual gross revenues from the Federal government more than $25 million annual? Yes No 1— If Yes, continue to question 9. If No, STOP and certify. The questionnaire is complete. 9. Does the public have access to the names and total compensation of the sub -recipient's five most highly compensated officers through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. §§ 78m(a), 78o d)) or section 6104 of the Internal Revenue Code of 1986? Yes No __ If No, continue to question 10. If Yes, STOP and certify. The questionnaire is complete. 10. Please list the names and compensation of the sub -recipient's five most highly compensated officers only if question 9 was applicable and answered NO. Page I of 2 1. SQ.0.r1 2• J-1fl�i� )A �l�i �Sfil�j �ih4.vo, �►ra��er $ 3. RQh0Q,j bpi �;� IT01 ick C-�1 -It -J 4. 3Qe-, W41 W61 I ►Qm '30, 8813/3 I I certify that to the best of my knowledge all of the information on this form is complete and accurate. Authorized Signatliv�_ Date: 1/ 27/r This section is for use by the Georgia Emergency Management Homeland Security Agency Only. Sub -recipient Obligation/Agency Name: In accordance with The federal Funding -Accountability and Transparency Act of 2006 (FFATA), this document has been processed imtheFFATASub-award Reporting System (FSRS) by the undersigned: Date: Sub -recipient Obligation/Action Date: Page 2 of 2 EXHIBIT A PAS284075 APPLICATION FOR FEDERAL ASSISTANCE 1 -Type of Submission: tted: Applicant Indentifier: 051-78036-00 [ ]Construction 73.I)ateRcvdby State: State Application ID: Bundle # 206 ]Non -Construction by Federal: State Identifier: FEMA -DR -4284 -DR -GA 5.Applicart Information: Legal Name: City of Tybee Island Organizational Unit: Chatham Add s (C'n, cou0iy, state, and zip): Name and telephone number of the person to be contacted �• QX' f , on matters involving this application (include area code): '403 But ax Avenue Tybee island, GA 31328 (912)472-5C70 (� /�' � - J5 ii1 Employer Identification Number(EIN): 7.Type of Applicant (enter appropriate letter in box) [ C 7 58-6000661 A.State F.State Institution of B.County Higher Learning C.Municipal: G.Private Learning D.SpeciaL District H.Other (List): E.Indeperdent School District 8.Type of Application: 9.Name of State Agency: (X ]New [ ]Continuation [ ]Revision If Georgia Emergency Management and Homeland Security revision, enter appropriate letter(s) in boxes) [ ] Agency A. Increase Award C. Increase Duration B. Decrease Award D. Decrease Duration E. Other (List): 10.Catalog of Federal Domestic Assistance Number: ll.Descriptive Title of Applicant's Project: Title: (See Exhibit G for PW Details) 12.Estimated Funding: Remarks: This Exhibit A is for Bundle # 208 Federal: $119,035.50 Applicant: $19,839.25 State: $19,839.25 Local: XX.XX Other: XX . XX Total: $158,714.00 13.TO THE BEST OF MY KNOWLEDGE AND BELIEF, ALL DATA IN THIS APPLICATION ARE TRUE AND CORRECT. THE DOCUMENT FAS BEEN DULY AUTHORIZED BY THE GOVERNING BODY OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE ATTACHED ASSURANCES IF THE ASSISTANCE IS AWARDED. Typed Name of Authorized Representative: Title: Telephone Number6: 1*ffi"(Xlv��Rr_ qq (912).Fr2•-59 8-.'J "-L) N rrna Signatute of Authorized Representative: Date Signed: -7 SignSign to of Approving Authority: Title: EXHIBIT A PAS284075 APPLICATION FOR FEDERAL ASSISTANCE ].Type of Submission: 2.Date Submitted: Applicant Indentifier: 051-78036-00 [ ]Construction 3.Date Rcvd by State: State Application ID: Bundle # 218 I ]Non -Construction 4_Date Rcvd by Federal: State Identifier: FEMA -DR -4284 -DR -GA 5.Apnlicant Information: Legal Name: City of Tybee Island Organizational Unit: Chatham Addrgsa� y, county, state, and zip): Name and telephone number of the person to be contacted Y ()x 'A'1 4 i on matters involving this application (include area code): 403 Butler Avenue Tybee Island, GA 31328 g CS�aY4-1a- soap Employer Identification N•umber(EIN): 7.Type of Applicant (enter appropriate letter in box): I C ] A.State F.State Institution of 58-6000661 B.County Higher Learning C.Municipal: G.Private Learning D.Special District H.Other (List): E.Independert School District S.Type of Application: 9.Name of State Agency: XI New [ ]Continuation I )Revision Georgia Emergency Management and Homeland Security If revision, enter appropriate letter(s) in box(es) 17 Agency A. Increase Award C. Increase Duration B. Decrease Award D. Decrease Duration E. Other (List): 10.Catalog of Federal Domestic Assistance Number: 11.Descriptive Title of Applicant's Pioject: Title: (See Exhibit G for PW Details) 12.Estimated Funding: Remarks: This Exhibit A is for Bundle # 218 Federal: $12,928.17 Applicant: $2,154.69 State: $2,154.70 Local: XX. XX Other: XX. XX Total: $17,237.56 13.TO THE BEST OF MY KNOWLEDGE AND BELIEF, ALL DATA IN THIS APPLICATION ARE TRUE AND CORRECT. THE DOCUMENT HAS BEEN DULY AUTHORIZED BY THE GOVERNING BODY OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE ATTACHED ASSURANCES IF THE ASSISTANCE IS AWARDED. Typed Name of Authorized Representative: Title: Telephone Number: - 912)=, Iya7 �.., Signatute of Authorized Representative: Date Signed: Si ratute of Approving Authority: Title: EXHIBIT A PAS284075 APPLICATIONi FOR FEDERAL ASSISTANTCE 1.Type of Submission: ate Submitted: Applicant Indentifier: 051-78036-00 [ ]Construction ate RCvd by State: r4Date State Application ID: Bundle # 233 [ ]Non -Construction Rcvd by Federal: State Identifier: FEMA -DR -4284 -DR -CA S.Applicant Information: Legal Name: City of Tybee Island Organizational Unit: Chatham Addres (city, county, state, and zip): Name and telephone number of the person to be contacted 12 11�0 x01\ !: `T -1 on matters involving this application (include area code): 403 Butler Avenue Tybee Island, GA 31328 - 68qG Employer Identification Number(EIN): 7.Type of Applicant (enter appropriate letter in box): r C A.State F.State Institution of 58-6000661 B.Count Y Higher Learning C.Municipal: G.Private Learning D.Special District H.Other (List): E.Independent School District 6.Type of Application: [X]New I ]Continuation [ ]Revision 9 -Name of State Agency: If Georgia Emergency Management and Homeland Security revision, enter appropriate letter(s) in box(es) [ 7 AJancy A. Increase Award C. Increase Duration B. Decrease Award D. Decrease Duration E. Other (List): 10.Catalog of Federal Domestic Assistance Number: 11.Descriptive Title of Applicant's Project: Title: (See Exhibit G for PW Details) 12.Estimated Funding: Remarks: This Exhibit A is for Bundle # 233 Federal: $79,351.02 Applicant: $13,225.17 State: $13,225.17 Local: XX . XX Other: XX XX Total: $105,801.36 13.TO THE BEST OF MY KNOWLEDGE AND BELIEF, ALL DATA IN THIS APPLICATION ARE TRUE AND CORRECT. THE DOCUMENT RAS BEEN DULY AUTHORIZED BY THE GOVERNING BODY OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE ATTACHED ASSURANCES IF THE ASSISTANCE IS AWARDED. Typed Name of Authorized Representative: Title: Telephone Number: r Q 544-3-0-7 J1� 4 Signature of Authorized Representative: Date Signed: Sig to of Approving Authority: Title: EXHIBIT A PAS284075 APPLICATION FOR FEDERAL ASSISTANCE 1.Type of Submission: 2.Date Submitted: Applicant Indentifier: 051-78036-00 [ ]Construction 3.Date Rcvd by State: State Application ID: Bundle # 282 [ )Non -Construction 4.Date Rcvd by Federal: State Identifier: FESA-DR-4284-1)R-GA 5.Applicant Information: Legal Name: City Of Tybee Island Organizational Unit: Chatham Add�ys s(�(ci"[`[Y�,,,county, state, and zip): •a, Name and telephone number of the person to be contacted •' `� • X 1 t f �1' or. matters involving this application (include area code): 403 Sutleerr Aveaue Tybee Island, GA 31328qo­ ] � RV15til i 7"70VSQ _, ] ( Imo- Cq 1a� 41 a- 50 � Employer Identification Number(EIN): 7.Type of Applicant (enter appropriate letter in box): E C ] 58-6000661 A.State F.State Institution of B.County Higher Learning C.Municipal: G.Private Learning D.Special District H.Other (List): E.Independent School District 8.Type of Application: 9.Name of State Agency: (X ]New [ ]Continuation [ ]Revision If Georgia Emergency Management and Homeland Security revision, enter appropriate letter(s) in box(es) [ ] Agency A. Increase Award C. Increase Duration B. Decrease Award D. Decrease Duration E. Other (List): 10.Catalog of Federal Domestic Assistance Number: ll.Descriptive Title of Applicant's Project: Title: (See Exhibit G for PW Details) 12.Estimated Funding: Remarks: This Exhibit A is for Bundle # 282 Federal: $491,544.39 Applicant: $43,371.57 State: $43,371.56 Local: XX XX Other: XX.XX Total: $578,287.52 13.TO THE BEST OF MY KNOWLEDGE AND BELIEF, ALL DATA IN THIS APPLICATION ARE TRUE AND CORRECT. THE DOCUMENT HAS BEEN DULY AUTHORIZED BY THE GOVERNING BODY OF THE APPLICANT AND THE APPLICANT WILL COMPLY WITH THE ATTACHED ASSURANCES IF THE ASSISTANCE IS AWARDED. Typed Name of Authorized Representative: Title: Telephone Number: City Manager (912)472-5V70- OW- S 4 a Signatute of Authorized Representative: Date Signed: y z7lf i Signatu f Approving Authority: Title: OMB Number. 4040-0007 Expiration Date: 01/312019 ASSURANCES - NON-CONSTRUCTInN PRnaRennc Public reporting burden for this collection of information is estimated to average 15 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0040), Washington, DC 20503. PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET, SEND IT TO THE ADDRESS PROVIDED BY THE SPONSORING AGENCY. �.calm or mese assurances may not be applicable to your project or program. If you have questions, please contact the awarding agency. Further, certain Federal awarding agencies may require applicants to certify to additional assurances. If such is the case, you will be notified. As the duly authorized representative of the applicant, I Certify that the applicant 1. Has the legal authority to apply for Federal assistance and the institutional, managerial and financial capability (including funds sufficient to pay the non -Federal share Of project cost) to ensure proper planning, management and completion of the project described in this application. 2. Will give the awarding agency, the Comptroller General of the United States and, if appropriate, the State, through any authorized representative, access to and the right to examine all records, books, papers, or documents related to the award; and will establish a Proper accounting system in accordance with generally accepted accounting standards or agency directives. 3. Will establish safeguards to prohibit employees from using their positions for a purpose that constitutes or Presents the appearance of personal or organizational Conflict of interest, or personal gain. 4. Wig initiate and complete the work within the applicable time frame after receipt of approval of the awarding agency. 5. WiII Comply with the Intergovernmental Personnel Act of 7. 1970 (42 U.S.C_ §§472814763) relating to prescribed standards for merit systems for programs funded under one of the 19 statutes or regulations specified in Appendix A of OPM's Standards for a Merit System of Personnel Administration (5 C.F.R. 900, Subpart F). 6. Will Comply with all Federal statutes relating to nondiscrimination. These induce but are not limited to: (a) Trtle VI of the Civil Rights Act of 1964 (P.L 88-352) which prohibits discrimination on the basis of race, color or national origin; (b) Titie IX of the Education Amendments of 1972, as amended (20 U.S-C.§§1 681- 1683, and 1685-1686), which prohibits discrimination on the basis of sex; (C) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. §794), which Prohibits discrimination on the basis of handicaps; (d) the Age Discrimination Act of 1975, as amended (42 U. S.C. §§61016107), which prohibits discrimination on the basis of age; (e) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; (f) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; (g) §§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; (h) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. §§3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; (i) any other nondiscrimination provisions in the specific statute(s) under which application for Federal assistance is being made; and, Q) the requirements of any other nondiscrimination statute(s) which may apply to the application. Will comply, or has already Complied, with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-M) which provide for fair and equitable treatment of persons displaced or whose property is acquired as a result of Federal or federally -assisted programs. These requirements apply to all interests in real property acquired for project purposes regardless of Federal participation in purchases. 8. Will comply, as applicable, with provisions of the Hatch Act (5 U.S.C. §§1501-1508 and 7324-7328) which limit the political activities of employees whose principal employment activities are funded in whole or in part with Federal funds. Previous Edition Usable Authorized for Local Reproduction S�ribzrd y OMBForm Cir (Rar A-1 2 Prascdbed by ONB Circular A•702 9. Will comply, as applicable, with the provisions of the Davis- 13. Will assist the awarding agency in assuring compliance Bacon Act (40 U.S.C. §§276a to 276a-7), the Copeland Act with Section 106 of the National Historic Preservation (40 U.S.C. §276c and 18 U_S.C. §874), and the Contract AG of 1966, as amended (16 U.S.C. §470), EO 11593 Work Hours and Safety Standards Act (4o U.S.C. §§327- (identification and protection of historic properties), and 333), regarding labor standards for federally -assisted theArohaeologicaland Historic PresenrationActof construction subagreements. 1974 (16 U.S.C. §§469a-1 et seq.). 10. Will comply, if applicable, with flood insurance purchase requirements of Section 102(a) of the Flood Disaster Protection Act of 1973 (P.L. 93-234) which requires recipients in a special flood hazard area to participate in the Program and to purchase flood insurance if the total cost of insurable construction and acquisition is $10,000 or more. 11. Will comply with environmental standards which may be prescribed pursuant to the following: (a) institution of environmental quality control measures under the National Environmental Policy Act of f 969 (P.L. 91-190) and Executive Order (EO) 11514; (b) notification of violating facilities pursuant to EO 11738; (c) protection of wetlands Pursuant to EO 11990; (d) evaluation of flood hazards in floodplains in accordance with EO 11988; (e) assurance of Project consistency with the approved State management Program developed under the Coastal Zone Management Act of 1972 (16 U.S.C. §§1451 et seq.); (f) conformity of Federal actions to State (Clean Air) Implementation Plans under Section 176(c) of the Clean Air Act of 1955, as amended (42 U.S.C. §§7401 et seq.); (9) protection of underground sources of drinking water under the Safe Drinking WaterAct of 1974, as amended (P.L. 93-523); and, (h) protection of endangered species under the Endangered Species Act of 1973, as amended (P. L. 93- 205). 12. Will comply with the Wild and Scenic Rivers Act of 1968 (16 U.S.C. §§1271 et seq.) related to protecting components or potential components of the national wild and scenic rivers system_ SIGNATURE OF AUTHORIZED CERTIFYING OFFICIAL ORGANIZATION y_ 14. Will comply with P.L. 93-348 regarding the protection of human subjects invoked in research, development, and related activities supported by this award of assistance. 15. WU comply with the Laboratory Animal Welfare Act of 1966 (P.L. 89-544, as amended, 7 U.S.C. §§2131 et seq.) pertaining to the care, handling, and treatment of warm blooded animals held for research, teaching, or other activities supported by this award of assistance. 16. Will comply with the lead -Based Paint Poisoning Prevention Act (42 U.S.C. §§4801 et seq.) which prohibits the use of lead-based paint in construction or rehabilitation of residence structures. 17. Will cause to be performed the required financial and compliance audits in accordance with the Single Audit ActAmendments of 1996 and OMB Circular No. A-133, "Audits of States, Local Governments, and Non -Profit Organizations." 18. Wrll comply with all applicable requirements of all other Federal laws, executive orders, regulations, and policies governing this program. 19. Will comply with the requirements of Section 106(8) of the Trafficking Victims Protection Act (TVPA) of 2000, as amended (22 U.S.C. 7104) which prohibits grant award recipients or a sub -recipient from (1) Engaging in severe forms of trafficking in persons during the period of time that the award is in effect (2) Procuring a commercial sex act during the period of time that the award is in effect or (3) Using forced labor in the performance of the award orsubawards under the award. TITLE DATE SUBMITTED y- n Standard Form 42AB OW. 7.97) back ASSURANCES -CONSTRUCTION PROGRAMS OMB Number. 4040-0009 Vale; ul/3lizula Public reporting burden for this collection of information is estimated to average 15 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of Information- Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0042), Washington, DC 20503. PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET. SEND IT TO THE ADDRESS PROVIDED BY THE SPONSORING AGENCY. NOTE: Certain of these assurances may not be applicable to your project or program. If you have questions, please contact the Awarding Agency. Further, certain Federal assistance awarding agencies may require applicants to certify to additional assurances. If such is the case, you will be notified. As the duly authorized representative of the applicant, I certify that the applicant 1. Has the legal authority to apply for Federal assistance, 8_ Will comply with the Intergovernmental Personnel Act and the institutional, managerial and financial capability of 1970 (42 U.S.C. §§4728-4763) relating to prescribed (including funds sufficient to pay the non -Federal share standards of merit systems for programs funded of project costs) to ensure proper planning, management and completion of project described in under one of the 19 statutes or regulations specified in this application. Appendix A of OPM's Standards for a Merit System of y Personnel Administration (5 C.F.R. 900, Subpart F). 2. Will give the awarding agency, the Comptroller General 9. Will comply with the Lead -Based Paint Poisoning of the United States and, if appropriate, the State, the right to examine all records, books, papers, or Prevention Act (42 U.S.C. §§4801 et seq.} which documents related to the assistance; and will establish prohibits the use of lead-0ased paint in construction or rehabilitation s residence structures.se paint a proper accounting system in accordance with generally accepted accounting standards or agency 10. Will comply with all Federal statutes relating to non - directives. discrimination. These include but are not limited to: (a) 3. Will not dispose of, modify the use of, or change the Title VI of the Civil Rights Act of 1964 (P.L. 88352) which prohibits discrimination on the basis of race, terms of the real property title or other interest in the site and facilities without permission and instructions color or national origin; (b) Title IX of the Education from the awarding agency. Will record the Federal Amendments of 1972, as amended (20 U.S.C. §§1681 1683, and 1685-1686), which prohibits discrimination awarding agency directives and will include a covenant in the title of real property acquired in whole or in part on the basis of sex; (c) Section 504 of the with Federal assistance funds to assure non- Rehabilitation Act of 1973, as amended (29) U.S.C. §794), which prohibits discrimination on the basis of discrimination during the useful life of the project. handicaps; (d) the Age Discrimination Act of 1975, as 4. Will comply with the requirements of the assistance amended (42 U.S.C. §§61013107), which prohibits awarding agency with regard to the drafting, review and discrimination on the basis of age; (e) the Drug Abuse approval of construction plans and specifications. Office and Treatment Act of 1972 (P.L. 92-255), as 5. Will provide and maintain competent and adequate amended relating to nondiscrimination on the basis of drug abuse; (f) the Comprehensive Alcohol Abuse and engineering supervision at the construction site to Alcoholism Prevention, Treatment and Rehabilitation ensure that the complete work conforms with the Act of 1970 (P.L. 91316), as amended, relating to approved plans and specifications and will famish nondiscrimination on the basis of alcohol abuse or progressive reports and such other information as may be alcoholism; (g) §§523 and 527 of the Public Health required by the assistance awarding agency or State. Service Act of 1912 (42 U.S.C. §§290 dd3 and 290 ee 6. Will initiate and complete the work within the applicable 3)• as amended, relating to confidentiality of alcohol time frame after receipt of approval of the awardingen agency. cy. and drug abuse patient records; (h) Title VIII of the Civil Rights Act of 1965 (42 U.S.C. §§3601 et seq.), as 7. Will establish safeguards to prohibit employees from amended, relating to nondiscrimination in the sale, using their positions for a purpose that constitutes or rental or financing of housing; (i) any other presents the appearance of personal or organizational nondiscrimination provisions in the specific statue(s) conflict of interest, or personal gain. under which application for Federal assistance is being made; and Q) the requirements of any other nondiscrimination statue($) which may apply to the application. Previous Edition usable Authorized for Local Reproduction Standard Fonn 4240 (Rev. 7-97) Prescribed by OMB CircularA-102 11. Will comply, or has already complied, with the requirements of Titles 11 and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646) which provide for fair and equitable treatment of persons displaced or whose property is acquired as a result of Federal and federally -assisted Programs. These requirements apply to all interests in real property acquired for project purposes regardless of Federal participation in purchases. 12. Will comply with the provisions of the Hatch Act (5 U.S.C. §§1501-1508 and 7324-7328) which limit the political activities of employees whose principal employment activities are funded in whole or in part with Federal funds. 13. Will comply, as applicable, with the provisions of the Davis - Bacon Ad (40 U.S.C. §§276a to 276x7), the Copeland Act (40 U.S.C. §276c and 18 U.S.C. §874), and the Contract Work Hours and Safety Standards Ad (40 U.S.C. §§327- 333) regarding labor standards for federally -assisted cons don subagreements. 14. Will comply with flood insurance purchase requirements of Section 102(a) of the Flood Disaster Protection Act of 1973 (P.L. 93-234) which requires recipients in a special flood hazard area to participate in the program and to purchase flood insurance if the total cost of insurable construction and acquisition is $10,000 or more. 15. Will comply with environmental standards which may be Prescribed pursuant to the following: (a) institution of environmental quality control measures under the National Environmental Policy Act of 1969 (P.L 91- 190) and Executive Order (EO) 11514; (b) notification of violating facilities pursuant to ED 11738. (c) protection of wetlands pursuant to EO 11990; (d) evaluation of flood hazards in floodplains in accordance with EO 11988; (e) assurance of project consistency with the approved State management program developed under the Coastal Zone Management Act of 1972 (16 U.S.C. §§1451 et seq.); (f) conformity of SIGNATURE OF AUTHORIZED CERTIFYING OFFICIAL APPLICANT ORGANIZATION Federal actions to State (Clean Air) implementation Plans under Section 176(c) of the Clean Air Act of 1955, as amended (42 U.S.C. §§7401 et seq.); (g) protection of underground sources of drinking water under the Safe Drinking Water Act of 1974, as amended (P.L 93523); and, (h) protection of endangered species under the Endangered Species Act of 1973, as amended (P.L 93-205). 16. Will comply with the Wild and Scenic Rivers Act of 1968 (16 U.S.C. §§1271 et seq.) related to protecting components or potential components of the national Mid and scenic rivers system. 17. Will assist the awarding agency in assuring compliance with Section 106 of the National Historic Preservation Act of 1966, as amended (16 U.S.C. §470), EO 11593 (identification and protection of historic properties), and the Archaeological and Historic Preservation Act of 1974 (16 U.S.C. �§ 9a-3 et seq). 18. Will cause to be performed the required financial and compliance audits in accordance with the Single Audit Ad Amendments of 1996 and OMB Circular No. A-133, "Audits of States, Local Governments, and Non-Proft Organizations" 19. Will comply with all applicable requirements of all other Federal laws, executive orders, regulations, and policies governing this program. 20. Will comply with the requirements of Section 106(g) of the Trafficking Victims Protection Act (NPA) of 2006, as amended (22 U.S.C. 7104) which prohibits grant award recipients or a sub -recipient from (1) Engaging in severe forms of trafficking in persons during the period of time that the award is in effect (2) Procuring a commercial sex ad during the period of time that the award is in effect or (3) Using forced labor in the performance of the award or subawards under the award. TITLE DATE SUBMITTED SF -424D (Rev. 7-97) Bark Exhibit C Financial Assistance 1. General. The state shall make necessary funding available for disaster assistance within the limits of funds provided by FEMA pursuant to the major declaration designated FEMA -4284 -DR -GA. 2. Documentation. The Subrecipient will maintain a list of locations where its records, including the original documentation supporting each claim, may be audited. These records shall be retained for a period of not less than three years from the date of the final applicant closeout. 3. Audit. Audits of Subrecipients receiving assistance under the Act and this Agreement shall be conducted in accordance with the requirements of the Single Audit Act of 1984 (PL 98502), The Super Circular 2 C.F.R. Part 200, OMB Circulars A-128 and A-110 as well as related FEMA and state regulations and instructions. Subrecipients will ensure that appropriate corrective action is taken within three months after receipt of the audit in instances of noncompliance. 4. Payments. A. General (1) Small projects are defined as those with an estimated cost under $123,100. Large projects are defined as those with an estimated cost of $123,100 or greater. (2) GEMHSA will provide funds to the Subrecipient in the form of initial payments, progress payments, and final payments for approved project applications. The state hereby establishes, and the Subrecipient agrees to, the terms and conditions listed below in paragraphs 4A (3) through (8), 46, 4C, and 4D, which shall govern all funds used to make these payments. (3) The Subrecipient Official responsible for the custody of the funds shall be a bonded official or, if other than a bonded official, assurances of satisfactory surety shall be provided. (4) The Subrecipient will pay contractors, vendors, suppliers, etc. immediately upon receipt of funds. (5) The Subrecipient shall maintain records that identify adequately the source and application of federal and/or state disaster assistance funds along with accounting records that are supported by adequate documentation. (6) The funds shall be used solely for disaster relief projects approved by GEMHSA and FEMA. (7) The Subrecipient shall establish and maintain accounting records, which will be subject to state or federal audit, containing the following; (a) The amount and date of each disaster assistance payment to the Subrecipient. (b) The amount of funds provided to each contractor, vendor, supplier, etc., including the check number, amount, date, invoice number, and individual payee. (8) Subrecipient reports of cash disbursements will be made as required by GEMHSA. B. Small Projects: (1) GEMHSA will make advance payment of the full project amount (100%) to the Subrecipient on the basis of the approved federal estimate contained in the Project Worksheet (PW), FEMA Form 90-91, for all small projects. (2) Overruns and underruns on all small projects will be totaled upon completion of all small projects. If there is a net underrun, the difference need not be returned by the Subrecipient to the state. However, the Subrecipient must spend the funds generated by project underruns on projects which contribute to the general welfare of its constituents, i.e., for the public benefit. (3) Claims for net overruns will be supported by appropriate documentation. if an overrun is claimed, documentation on all small projects must be submitted for review by GEMHSA and FEMA to determine if payment of the overrun is justified. (4) Failure to complete a project according to the defined scope of work, in partial or in its entirety, will require that the federal and state payments be refunded. (5) It is essential that significant potential overruns or underruns on individual projects be brought to the attention of GEMHSA as soon as they become apparent so that the project can be reviewed and/or reinspected to determine if a revised PW is necessary. (6) Final inspection of small projects will be conducted in accordance with current procedures. Documentation to support all small projects must be kept for possible review and/or audit for three years following project completion. C. Large Projects: (1) An initial payment of 25% of the full project amount may be paid to the Subrecipient on the basis of the approved federal estimate contained in the Project Worksheet (PW), FEMA Form 90-91, for all large projects. No further payments will be made by GEMHSA until sufficient documentation has been received from the Subrecipient to justify the initial payment. (2) Generally, advance payments will not be made for large projects. The GAR may authorize advance payments on a case-by—case basis upon request and justification by the Subrecipient. (3) Payments will normally be made based upon progress and requests for reimbursement of documented expenditures of the Subrecipient. Ten percent of each large PW will be retained by GEMHSA and subject to final inspection, review and approval by GEMHSA and FEMA. (4) Upon completion of each large project, the Subrecipient shall request a final inspection by GEMHSA. (5) After the final inspection has been approved by FEMA, obligated funds will be processed for payment. Any deobligated funds must be refunded to GEMHSA as required. D. Repayments: Any project funds provided to the Subrecipient, with the exception of small project underruns, which are: (1) in excess of current needs, or, (2) in excess of amounts approved by GEMHSA or FEMA, or, (3) found by audit or investigation to be owing to the state or FEMA, shall be refunded by check drawn payable to the State of Georgia -Office of Planning and Budget. Repayment shall be made to the state within 10 working days after the Subrecipient becomes aware of such excess funds or funds due the state. If the Subrecipient fails to pay the state such funds within 10 working days, then the Subrecipient shall pay interest at a rate established by FEMA. If immediate repayment is not possible, then a reasonable repayment schedule with interest charged on the unpaid balance will be submitted to the state for approval. In the event that repayment is not made within four months or in accordance with an approved payment schedule, the GAR shall take appropriate measures as provided by state law to collect or otherwise dispose of the debt. EXHIBIT D Federal Emergency Management Agency Certification Regarding Debarment Suspension Ineligibility, and Voluntary Exclusion Lower Tier Covered Transactions This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 44 CFR Part 17. The regulations were published in the May 26, 1988 Federal Register. Copies of the regulation are available from the appropriate FEMA Regional Office. 1. The prospective lower tier participant certifies, by submission of this proposal, 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 prospective lower tier participant is unable to certify to any of the statements in the certification, such prospective participant shall attach an explanation to this proposal. EXHIBIT E Certification for Contracts. Grants. Loans and Cooperative Agreements The Applicant's Agent, as part of this agreement, certifies, to the best of his or her knowledge and belief, that: 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 the 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 subrecipient 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. EXHIBIT F GUIDANCE FOR IMPLEMENTATION OF SECTION 406 HAZARD MfTIGATION FOR FEMA -4284 -DR -GA The Robert T. Stafford Disaster Relief and Emergency Assistance Act, as amended, provides FEMA the authority to fund the restoration of eligible facilities that have sustained damage due to a Presidentially declared disaster. Within the enabling act, Section 406 also contains a provision for the consideration of funding additional measures, not required by applicable codes and standards, that will enhance a facility's ability to resist similar damage in future events. In providing discretionary authority for the addition of hazard mitigation to permanent work restoration, Congress recognized that, during the repair of damaged components of facilities, there would be a unique opportunity to attempt to prevent recurrence of similar damage from future, similar disaster events. Such measures are additional to compliance with adopted codes and standards, although such compliance could be considered a form of mitigation. Based on the above, the Federal Emergency Management Agency (FEMA) and the Georgia Emergency Management Agency -Homeland Security (GEMHSA), as Recipients under the FEMA Public Assistance Grant Program, agree to conduct Public Assistance inspections pursuant to the following provisions: 1. GEMHSA will make every effort to alert local representatives to the potential for hazard mitigation funding under the Public Assistance program, and FEMA will support this initiative. 2. During inspections, FEMA, State, and local inspectors will explore every opportunity for the provision of hazard mitigation to combine with other costs potentially eligible for public assistance funding. 3. Section 406 Hazard Mitigation funding will only be considered for components of the eligible facilities. Section 406 Hazard Mitigation proposals are not eligible as stand-alone projects: They must be associated with eligible damage reduction. 4. General eligibility criteria for Public Assistance require that an item of work be required as a result of the major disaster event. For this reason, hazard mitigation proposals must be aimed at reducing damages from future similar events. 5. Restoration PWs will incorporate applicable codes and standards when appropriate. Since replacement projects will incorporate compliance with applicable codes and standards, there generally will be no need to mitigate such projects. Mitigation will not be considered for use in alternate projects since the eligible funding will not be used in restoration of a damaged facility. 6. All hazard mitigation proposals submitted pursuant to Section 406 will be evaluated for cost effectiveness (Where the benefits of the measure must exceed the costs), technical feasibility, environmental compliance and historical compliance. These proposals will also be evaluated against any other applicable requirements. 7. In order to ensure consideration of potential mitigation opportunities, FEMA inspectors will annotate the level of mitigation included in the PW. Typical conclusions will include: a) mitigation proposal attached to PW, b) mitigation already considered through code compliance and no other opportunities were identified; c) opportunities were explored but none were identified (PW must include a detailed explanation as to this determination). 8. Some repairs to a facility are written to incorporate preventative measures that constitute good engineering and common sense. if not required by code, these additional measures are mitigation, and will be so annotated on the PW in the same fashion as other mitigation measures. 9. FEMA Public Assistance in coordination with FEMA Mitigation and GEMHSA Public Assistance and Mitigation will establish a review team dedicated to the processing of hazard mitigation proposals and review of other PWs to assess the potential for mitigation opportunities. To the extent possible, this team will identify and implement procedures to expedite the review of these proposals and PWs. 90. Measures that are designed to reduce damages from future events, that are not linked to an eligible damaged site, and that do not qualify for Section 406 mitigation funding, should be forwarded to the applicant for possible application under the Section 404 mitigation program. EXIMIT I Georgia Emergency Management and Homeland Security Agency Project Worksheet Quarterly Report Form This form is required to be submitted on a quarterly basis for each open large Project Worksheet (PW). If you have any questions, please contact your Grants Specialist (GS) in the Public Assistance and Recovery Division. This form can be scanned, emailed and or faxed to your GS_ Failure to send in the report by the due date can result in loss of fund ng for proiects. Identify the performance period for this report: (a separate form is required for each Quarterly Report) ❑ January I to March 31 (report is due to GENWA by April 15) ❑ April Ito June 30 (reportis due to GRVfHsA by July 15) ❑ July I to September 30 (report due to GEMHSA by October 15) ❑ October I to December 31 (report due to GEWI.SA by January 15) Applicant Name: Telephone Number. Gnnts Specialist: Fu Number: Disaster Number, Project Worksheet Number and Category (A -G): Date: DR -4284 dates were nxpecrea oetays or identified problems; (Identify if there is a change the scope of work outlined in the PW, weather issues, etc. Include as much detai as possible with baric up documentation- Include any information about circt>mstances that could delay the estimated project completion date or result in an tmenpected cost overrun.) If there is a need for a time waensiou, the applicant must send in a separate request with details. Note 1: The subrecrprent will submit projected cost overruns, with complete justification, to the GS for approval immediately upon reap mg the expecmd overrun. If approved, the GS will subsequently submit projected cost overruns of the approved grant amount GEMHSA Form (March 2016) Total Funds awarded for the pixjca to date: $ Total funds ded to date: $ Total Administrative Funds exDended to date: $ Estimated additional funds required to complete roject: $ Do you plan on exceedmg the approved Pro'ect Worksheet amoam? ' See Note 1) ❑Yes ❑ No If Yes, give estimated $S amount - $ Will You be m9westing reimbursement for your cost ovemm? ❑ Yes ❑ No Will the project be completed as written in the Scope of Work? If No, a request to change the PW or an ' ed/alternate project must be submitted to GENIA/Hs. What percentage complete is the project to date? ❑ Yes ❑ No % Total amount of advanced funds this $ Are all advanced fimds liquidated? f not completely liquidated, please, exphdn above): ❑ Yes ❑ No What is the completion date of project t Note 1: The subrecrprent will submit projected cost overruns, with complete justification, to the GS for approval immediately upon reap mg the expecmd overrun. If approved, the GS will subsequently submit projected cost overruns of the approved grant amount GEMHSA Form (March 2016) EXHIBIT G Certification of Program Cost Share This certification is pursuant to the State Financial Assistance Policy for Local Governments Declared Eligible for Federal Disaster Assistance Programs. This policy can be obtained from the Georgia Emergency Management Agency. 1. The prospective subgrantee certifies, by submission of this proposal, that it will provide its local match based on the local contribution rates indicated In this exhibit on all expenditures incurred on any projects funded as a result of this agreement_ 2. Failure to provide match at or greater than the rates specified will result in non-payment for the full amount of the expenditure for which reimbursement is requested and deobligation of the federal share. FEMA -DR -4284 -DR -GA PAS284075 Hurricane Matthew Tybee Island, City of PW # VRS Bundle Amount PW -00208 0 Utilities 158,714.00 Grand Total 158,714.00 Federal Fluids 119,035.50(75.0%) Federal Total 119,035.50 State Cost Share 19,839.25(12.5%) State Total 19,839.25 BUNDLE #: 208 Local Cost Shar 19,839.25 (12.5' Local Total 19,839.25 ENINU I P.2 Report Relt&nlsted 03/30/201714:59 Data Captured As Of: 03/30/2017 14:59 Disaster Number: 4284 Bundle: PA -04 -GA -4284 -PW -00208 Capture Date: 03/30/2017 14:59 Federal Emergency Management Agency Project Application Grant Report (P.2) Disaster: FEMA -4284 -DR -GA Number of Records: 1 Page 1 of 2 Appplicant ID: 051-78036-00 Em spp-Bundle # - PA -04 -GA - 4294 -PW -00208(206) Applicant: TYBEE ISLAND PW # Cat Cost Share Projected Completion Date Approved PW Amount {$) PA -04 -GA -4284 -PW -00208(0) G N 04.08-2018 158,714.00 Facility Number: 1 Facility Name: Damage #2390; North Beach Parking Lot TDSR North Beach parking Lot Location: Tybee Island, Georgia 31328 Scope of Work: 2390 North Beach Parking Lot TDSR Scope of Work (Applicant provided) The Applicant requested a proposal to repair the 130,625 SF gravel and 275 concrete parking blocks (bumpers) in parking lot at North Beach to restore this facility back to its pre -disaster design, function and capacity. The city of Tybee Island received a proposal on January 6, 2017 from contractor, Phillips and Jordan inc.. They propose to install, grade and compact 3" of GABC stone for a lump sum amount of $ 121,701.25. Reset 275 concrete parking blocks at a cost of $55.000 for a total of $ 15,125.00. Furnish and install 100 new ABS Plastic parking blocks at $188.80 Ca for a total of $11,880.00. (This is ineligible cost, this is in addition to what was there prior to Hurricane Matthew). The Invoice also used an incorrect calculation of 80625 SY, which Phillips rt Jordan claim an Excel error. In the documentation of FEMA site inspector and Phillips it Jordan superintendent both agreed on the total 130,625SF, this does not affect the pricing of the lump sum for 1820 tons of gravel installed and graded to 3" in depth. Total of Proposal $ 148,706.25 - $11,880.00 = $136,826-25 This gravel parking lot was the staging area for the community's debris piles. Debris collected due to Hurricane Mathew. The debris piles have all been taken to their correct depositories. Applicant received a permit for the beach to be used as a temporary debris site. See attachment: "DNR Letter for LOP for Debris Permit as TDSR" FEMA SOW notes: RS Means estimate has been generated to show the reasonableness for the project cost. (see attachment: "ST605 RS Means Estimate" ) https://connect l .dhs.gov/emmie/,Danalnfo=sso.fema.net,SSL+search.do?gr... 3/30/2017 EMMIE I P.2 Report Capture Date: 03/30/2017 14:59 Number of Records: 1 Page 2 of 2 Federal Emergency Management Agency Project Application Grant Report (P.2) Disaster: FEMA -4284 -DR -GA Since the project is less than 90% complete and over the large project threshold ($121,600) a CEF has been generated and is included. (see attachment: "ST605 CEF spreadsheet..") Total project cost (w/ CEF): $158,714.00 1 PW PWS ($) Subgrantee Admin Exp. ($) Total ($) Amount Eligible ($) 158,714.00 0.00 158,714.00 Federal Share ($) 119,035.50 0.00 119,035.50 https://connecti .dhs.gov/emmie/,Danalnfo=sso.fema.net,SSL+search.do?gr... 3/30/2017 Federal Emergency Management Agency E -Grants Page 1 of 2 Pft4�GA`-s184 0208(0) P APPLICANT: TYBEE ISLAND WORK COMPLETE AS OF: Applicant Name: Application Title: TYBEE ISLAND ST00605-Cat GTybee Island North Beach Parking Lot Period of Performance Start: Period of Performance End: 10-06-2016 04-08-2018 Bundle Reference # (Amendment #) jDate Awarded PA -04 -GA -4284 -PW -00208(206) 03-30-2017 Subgrant Application - FEMA Form 90-91 Note: The Effective Cost Share for this application is 75% FEDERAL EMERGENCY MANAGEMENT AGENCY PROJECT WORKSHEET DISASTER PROJECT NO. PAID NO. DATE r`Ai- ---nov FEMA 4284 - DR I -GA 1605 051- 03-13-2017 G --- 78036-00 APPLICANT: TYBEE ISLAND WORK COMPLETE AS OF: 02-132017: 0 Site 1 of 1 DAMAGED FACILrrY: Damage #2390; North Beach Parking Lot TDSR COUNTY: Chatham LOCATION: LATITUDE: LONGITUDE: PA-04-GA4284-PW-00208(0): 32.02168 -80.84365 North Beach parking Lot Tybee Island, Georgia 31328 Current Version: DAMAGE DESCRIPTION AND DIMENSIONS: PA -04 -GA -4284 -PVN -00208(0): The Disaster #4284DR occurring on 10!92016 caused: Damage #2390; North Beach Parking Lot TDSR The heavy rainfall event caused broken limbs, uprooted trees, and leafy material buildup, generating the accumulation of debris throughout The Tybee Island City in Chatham County. The North Beach Parking ( beachfront lot) looted in Fort Screven, which served as a Hurricane Mathew debris collection site to the locals, was affected. Damages described as following: North Beach Parking Lot TDSR (GPS = 32.02168 -80.84365), a Other with an approximately area of two (2) acres, was damaged on 10/8/2016 by debris deposit operations. Due to the constant movement of trucks and the debris piles weight, the parking surface was washed out and sunk in two (2) sections. in addition several parking blocks needed to be remove and reset The following is a list of damage at North Beach Parking Lot TDSR: Parking Lots, 74375 SF of Gravel surface, 425 FT long x 175 FT wide, was washed out Parking Lots, 56250 SF of Gravel surface, 225 FT long x 250 FT wide, was washed out Parking Lots, 275 of Parking blocks, 75 IN long x 8 IN wide x 5 IN high, removed and reset Notes: The measurements were provided by the applicant. At the time of the inspection construction work was taking place, as a result the She Inspector was unable to take any measurement. Current Version: SCOPE OF WORK PA -04 -GA -4284 -PW -00208(0): haps://connect l .dhs-gov/emmie/,DanaInfo=sso.fema.net,SSL+intemalIntegr... 3/30/2017 Federal Emergency Management Agency E -Grants Page 2 of 2 North Beach Parking Lot TDSR Scope of Work (Applicant provided) The Applicant requested a proposal to repair the 130,625 SF gravel and 275 concrete parking blocks (bumpers) in parking lot at North Beach to restore this facility back to its pre -disaster design, function and capacity. The city of Tybee Island received a proposal on January 6, 2017 from oordractor, Phillips and Jordan Inc.. They propose to install, grade and compact 3' of GABC stone for a lump sum amount of $ 121,701.25. Reset 275 concrete parking blocks at a cost of $55.00@ for a total of S 15,125.00. Furnish and install 100 new ABS Plastic parking blocks at $188.80 @ for a total of $11,880.00. (This is ineligible cost, this is in addition to what was there prior to Hurricane Matthew). The Invoice also used an incorrect calculation of 80625 SY. which Phillips 8 Jordan claim an Excel error. In the documentation of FEMA site inspector and Phillips 8: Jordan superintendent both agreed on the total 130,625SF, this does not affect the pricing of the lump sum for 1820 tons of gravel installed and graded to 3' in depth. Total of Proposal $ 148,706.25 — $11,880.00 = $136,82625 This gravel parking lot was the staging area for the community's debris piles. Debris collected due to Hurricane Mathew. The debris piles have all been taken to their correct depositories. Applicant received a permit for the beach to be used as a temporary debris site. See attachment "DNR Letter for LOP for Debris Permit as TDW notes: RS Means estimate has been generated to show the reasonableness for the project cost. (see attachment "ST605 RS Means Estimate-) Since the project is less than 90% complete and over the large project threshold ($121,600) a CEF has been generated and is included. (see attachment: "Si605 CEF spreadsheet...') Project cost (w! CEF): $158,714.00 Current Version: Does the Scope of Work change the pre -disaster conditions at the site? Yes `/ No Special Considerations included? Yes J No Hazard Mitigation proposal included? - Yes J No Is there insurance coverage on this facility? Yes */ No PROJECT COST REM CODE NARRATIVE QUANTITY/UNI I UNIT PRICE COST https://connect l .dhs.gov/emmie/,DanaInfo=sso.fema.net, S SL+intemallntegr... 3/30/2017 — Version 0 — Work To Be Completed 1 9000 CEF Cost Estimate (See Attached Spreadsheet) 1/LS $ 158,714.00 $ 158,714.00 Direct Subgrantee Admin Cost 2 9901 Direct Administrative Costs (Subgrantee) 1/LS $ 0.00 $ 0.00 TOTAL COST $ 158.714.00 PREPARED BY Kathleen Brewing[on TITLE PDMG SIGNATURE APPLICANT REP. Diane Schleicher TITLE SIGNATURE https://connect l .dhs.gov/emmie/,DanaInfo=sso.fema.net, S SL+intemallntegr... 3/30/2017 EXHIBIT G Certification of Program Cost Share This certification is pursuant to the State Financial Assistance Policy for Local Governments Declared Eligible for Federal Disaster Assistance Programs. This policy can be obtained from the Georgia Emergency Management Agency. 1. The prospective subgrantee certifies, by submission of this proposal, that it will provide its local match based on the local contribution rates indicated in this exhibit on all expenditures incurred on any projects funded as a result of this agreement. 2. Failure to provide match at or greater than the rates specified will result in non-payment for the full amount of the ex enditure for which reimbursement is requested and deobligation of the ederal share. FEMA -DR -4284 -DR -GA PAS284075 Tybee Island, City of Hurricane Matthew PW # VRS Bundle Amount Federal Funds State Cost Share PW -00218 0 Parks, recreational, facilities and other items 17,237.56 12,928.17(75.0%) 2,154.70(12.5%) Grand Total Federal Total State Total 17,237.56 12,928.17 2,154.70 BUNDLE #: 218 Local Cost Shar 2,154.69(12.5` Local Total 2,154.69 EMMIE j P.2 Report Capture Date: 03/30/2017 14:55 Federal Emergency Management Agency Project Application Grant Report (P.2) Disaster: FEMA -4284 -DR -GA Number of Records: 1 Applicant ID: 051-78036-00 8:n p -Bundle # : PA -04 -GA - 4264 -PW -00298(201) PW # Cat Cost Share PA -04 -GA -4284 -PW -00218(0) G Facility Number: Facility Name: Location: Scope of Work: Page 1 of 2 Applicant: TYBEE ISLAND Projected Completion Date Approved PW Amount ($) Parks Campgrounds Tybee Island, Georgia 31328 Damage #996; Parks 04-08-2018 17,237, 56 SITE 996 Work Completed Force Account Material Repair the erosion on roadway and a void left by removal of root ball from a fallen tree, replaced two green, cast iron, stone drain covers, safety fence purchase at Home Depot purchased and a porch door for the Manager's house/office A-4 loads of white rock, #57 stone, and 1 load of fill dirt B- 2 -Storm drain covers, 18"x18" C- Safety fence D- Porch door from Home Depot Total Materials - $4,256.98. Note: Applicant did not request any force account labor. Based on actual cost and appears reasonable. Stone drain covers are not described in the DDD but are in the site inspection. Attached excel spread sheet for breakdown of totals Contracts The Applicant used a contractors to make repairs on River's End Campground, Repaired and reinstalled overhead power, Evaluated lift station damage and replaced starter (debris incidental to repair), Evaluate lift station pump damage and replace burnt up pump and starter kit and Repaired 32 SF of asphalt shingles on manager home. A -Repaired and reinstalled overhead power haps://connect l . dhs.gov/emmie/,Danalnfo=sso.fema.net,S SL+search.do?gr... 3/30/2017 Rept den:1103/30/2017 14:55 Data Captured As Of: 03/30/2017 14:55 Disaster Number: 4284 Bundle: PA -04 -GA -4284 -PW -00218 Capture Date: 03/30/2017 14:55 Federal Emergency Management Agency Project Application Grant Report (P.2) Disaster: FEMA -4284 -DR -GA Number of Records: 1 Applicant ID: 051-78036-00 8:n p -Bundle # : PA -04 -GA - 4264 -PW -00298(201) PW # Cat Cost Share PA -04 -GA -4284 -PW -00218(0) G Facility Number: Facility Name: Location: Scope of Work: Page 1 of 2 Applicant: TYBEE ISLAND Projected Completion Date Approved PW Amount ($) Parks Campgrounds Tybee Island, Georgia 31328 Damage #996; Parks 04-08-2018 17,237, 56 SITE 996 Work Completed Force Account Material Repair the erosion on roadway and a void left by removal of root ball from a fallen tree, replaced two green, cast iron, stone drain covers, safety fence purchase at Home Depot purchased and a porch door for the Manager's house/office A-4 loads of white rock, #57 stone, and 1 load of fill dirt B- 2 -Storm drain covers, 18"x18" C- Safety fence D- Porch door from Home Depot Total Materials - $4,256.98. Note: Applicant did not request any force account labor. Based on actual cost and appears reasonable. Stone drain covers are not described in the DDD but are in the site inspection. Attached excel spread sheet for breakdown of totals Contracts The Applicant used a contractors to make repairs on River's End Campground, Repaired and reinstalled overhead power, Evaluated lift station damage and replaced starter (debris incidental to repair), Evaluate lift station pump damage and replace burnt up pump and starter kit and Repaired 32 SF of asphalt shingles on manager home. A -Repaired and reinstalled overhead power haps://connect l . dhs.gov/emmie/,Danalnfo=sso.fema.net,S SL+search.do?gr... 3/30/2017 ENDZE I P.2 Report Capture Date: 03/30/2017 14:55 Number of Records: 1 Page 2 of 2 Federal Emergency Management Agency Project Application Grant Report (P.2) Disaster: FEMA -4284 -DR -GA B- Evaluated lift station damage and replaced starter (debris incidental to repair) C- Evaluate lift station pump damage and replace burnt up pump and starter kit D- Repaired 4 ft. X 8 ft.32 SF of asphalt shingles on various park buildings Total Contracts $9874.16 RS Means estimate, average cost and actual equipment cost used to validate cost as reasonable Work to Be Completed The Applicant will use Force Account labor, equipment and materials to repair 120 LF of fence near the Dog Park at the River's End Campground. Applicant supplied estimate A- Hours of Labor - 40 hours using 4 employees B- Hours of Equipment- 4 hours of pickup truck (FEMA Code 8801) C- Materials = (33) 6'x6' Dog eared fence panels, (35) 4"x 4'x8' Treated poles, (2) Box screwST 611s Total on fence project $ 2723.86 The applicant estimated Labor, used FEMA cost codes for equipment and actual cost for material. The repair estimate appears reasonable. Validated using on-line fence quotes. 1 PW PWs ($) Subgrantee Admin Exp. ($) Total ($) Amount Eligible ($) 17,237.56 0.00 17,237.56 Federal Share ($) 12,928.17 0.00 12,928.17 https://connect l .dhs. gov/emmie/,Danalnfo=sso.fema.net,S SL+search.do?gr... 3/30/2017 Federal Emergency Management Agency E -Grants Page 1 of 3 P-0!�GA 840218(0) P APPLICANT: 78036.00 TYBEE ISLAND WORK COMPLETE AS OF: Applicant Name: Application Title: TYBEE ISLAND ST00611 - Rivers End Campground Period of Performance Start: Period of Performance End: 10418-2016 04-08-2018 Bundle Reference # (Amendment #) Date Awarded PA -04 -GA -4284 -PW -00218(201) 0330.2017 Subgrant Application - FEMA Form 90-99 Note: The Effective Cost Share for this application is 75% FEDERAL EMERGENCY MANAGEMENT AGENCY PROJECT WORKSHEET DISASTER PROJECT NO. PA ID DATE ST00611 NO. 0315-2017 G ----- FEMA 4284 - DR I -GA 051- APPLICANT: 78036.00 TYBEE ISLAND WORK COMPLETE AS OF: 02-22-2017:100 % Site 1 of 1 DAMAGED FACILITY: Parks COUNTY: Chatham LOCATION: LATITUDE: LONGITUDE: PA -04 -GA -4284 -PW -00218(0): 32.02888 -80.85024 Campgrounds Tybee Island, Georgia 31328 Current Version: DAMAGE DESCRIPTION AND DIMENSIONS: PA -04 -GA -4284 -PW -00218(0). Damage Description and Dimensions During the incident period (October 4 through October 15, 2016), high winds and driven rain from Hurricane Matthew took down trees and power lines and damaged fences and caused erosion at the River's End Campground RV Park located in the city of Tybee Island in Chatham County. The damaged power lines also caused city wide power surges and outages that destroyed equipment at the lift stations at the campground. The location is 5 Fort Ave, PO Box 988, Tybee Island, GA 31328. Damage 0996; Parks Parks (GPS = 32.02888 -80.85024), a Park with Sewage grinder and electric power feed, was damaged on 10IM016 by Electric surge. The following is a list of damage at Parks: ' Galvanized guy wire, galvanized cable, 30 FT, Electrical guy wire, 30 FT • Lighting, electric transmission, 180 FT, 0000 copper wire, 200 FT . Fencing, treated lumber, 120 FT, 5ft H x 1208 dog ear treated lumber fence, 120 FT • Park Buildings, asphalt shingles, 32 SF, asphalt shingles, 32 SF ' Sewage grinder, Keen pump, 0 FT, sewage grinder, 0 FT Current Version: https://connectl.dhs-gov/emmie/,DanaInfo=sso.fema.net,S SL+intemalIntegr... 3/30/2017 Federal Emergency Management Agency E -Grants SCOPE OF WORK: PA -04 -GA -4284 -PW -00218(0): Damage #996; Parks SITE 996 Completed Force Account Material Page 2 of 3 Repair the erosion on roadway and a void left by removal of root bail from a fallen tree, replaced two green, cast iron, storm drain covers, safety fence purchase at Home Depot purchased and a porch door for the Manager's house/office loads of white rock, #57 stone, and 1 load of fill dirt B- 2 -Storm drain covers, 18x18" Safety fence D- Porch door from Home Depot Total Materials - $4,256.98. Note! Applicant did not request any force account labor. Based on actual cost and appears reasonable. Storm drain covers are not described in the DDD but are in the site inspection. Attached excel spread sheet for breakdown of totals Contracts The Applicant used a contractors to make repairs on Rivet's End Campground, Repaired and reinstalled overhead power, Evaluated lift station damage and replaced starter (debris incidental to repair), Evaluate lift station pump damage and replace burnt up pump and startei kit and Repaired 32 SF of asphalt shingles on manager home. A -Repaired and reinstalled overhead power & Evaluated lift station damage and replaced starter (debris incidental to repair) C- Evaluate lift station pump damage and replace burnt up pump and starter kit D- Repaired 4 ft. X 8 ft.32 SF of asphalt shingles on various park buildings Total Contracts $9874.16 RS Means estimate, average cost and actual equipment cost used to validate cost as reasonable to Be Completed will use Force Account labor, equipment and materials to repair 120 LF of fence near the Dog Park at the River's End Applicant supplied estimate A- Hours of tabor — 40 hours using 4 employees S Hours of Equipment- 4 hours of pickup truck (FEMA Code 8801) C- Materials = (33) 6'x6' Dog eared fence panels, (35) 4"x 4'x8' Treated poles, (2) Box screwST 611s on fence project $ 2723.86 The applicant estimated tabor, used FEMA cost codes for equipment and actual Cost for material- The repair estimate appears reasonable. Validated using on-line fence quotes. Current Version: Does the Scope of Work change the Pre -disaster conditions at the site? - Yes J No Special Considerations induced? �/ Yes No Hazard Mitigation proposal included? J Yes No Is there insurance coverage on this facility? V Yes No PROJECT COST [tkCOSDE NARRATIVE QUANTITY/UNIT UNIT PRICE COST 'Version 0 *' haps://connect i . dhs.gov/emmie/,Danahifo=sso. fema.net, S SL+intemalintegr... 3/30/2017 Federal Emergency Management Agency E -Grants Page 3 of 3 https:Hconnectl.dhs.gov/emmie/,Danalnfo=sso.fema.net,S SL+intemallntegr... 3/30/2017 Work Completed 1 9003 1 Contract Costs IIS $ 14,131.14 $ 14,131.14 Work To Be Completed 2 9007 Labor 1/LS $ 1,123.60 $ 1,123.60 3 9008 Equipment 1/LS $ 77.80 $ 77.80 4 9009 Material 1 I $ 1,522.46 $1,522.46 5 9903 No Direct Administrative Costs 1 I $ 0.00 $ 0.00 6 0909 1 Hazard Mitigation Proposal 1/LS $ 382.56 $ 382.56 TOTAL COST $ 17,237.56 PREPARED By Kathleen Brewington TITLE Program Delivery Manager SIGNATURE APPLICANT REP. Diane Schleicher TITLE City Manager SIGNATURE https:Hconnectl.dhs.gov/emmie/,Danalnfo=sso.fema.net,S SL+intemallntegr... 3/30/2017 EXHIBIT G Certification of Program Cost Share This certification is pursuant to the State Financial Assistance Policy for Local Governments Declared Eligible for Federal Disaster Assistance Programs. This policy can be obtained from the Georgia Emergency Management Agency. 1. The prospective subgrantee certifies, by submission of this proposal, that it will provide its local match based on the local contribution rates indicated in this exhibit on all expenditures incurred on any projects funded as a result of this agreement. 2. Failure to provide match at or greater than the rates specified will result in non-payment for the full amount of the expenditure for which reimbursement is requested and deobligation of the federal share. FEMA -DR -4284 -DR -GA PAS284075 Hurricane Matthew Tybee Island, City of PW # VRS Bundle Amount PW -00233 0 EPM 105,801.36 Grand Total 105,801.36 Federal Funds 79,351.02(75.0$) Federal Total 79,351.02 State Cost Share 13,225.17(12.5$) State Total 13,225.17 BUNDLE #: 233 Local Cost Shar 13,225.17(12.5' Local Total 13,225.17 EMMIE I P.2 Report Page 1 of 2 Capture Date: 03/30/2017 14:47 Rept genic'ted 03/30/201714:47 Data Captured As Of: 03/30/2017 14:47 Disaster Number: I 4284 Bundle: PA -04 -GA -4284 -PW -00233 Page 1 of 2 Capture Date: 03/30/2017 14:47 Federal Emergency Management Agency Project Application Grant Report (P.2) Disaster: FEMA -4284 -DR -GA Number of Records: 2 Applicant ID: 051-78036-00 &nbspp Bundle # - PA -04 -GA - 4244 -PW -00233(196) Applicant: TYBEE ISLAND PW # Cat Cost Share Projected Completion Date Approved PW Amount ($) PA•04-GA-4284•PW-00233(0) B N 04.08.2017 105,801.36 Facility Number: 1 Facility Name: Emergency Protective Measures Undefined, citywide Location: Tybee [stand, Georgia 31328 Scope of Work: Damage # 993; Emergency Protective Measures Work Completed: ion The applicant utilized Force Account Labor - OT Hours, Equipment, and Rental Equipment to perform Emergency Protective Measures (EPM); Force Account Labor - Overtime Hours: $34,899.03 Reference Document: (CP497-Resided labor - Category B.xlsm) Force Account Equipment: $45,601.68 Reference Document: (CP497 - Revised Equipment Summary CAT B-1.xtsm) Rented Equipment: $19,191.36 The applicant rented by-pass pumps from Xylem Dewater Solutions, to assist with the pumping at each lift station. The Applicant used the pumps from October 5, 2016 to October 14, 2016 at a cost of $19,191.36 for two invoices #400651182 Et #400651183. (Reference Documents: Detailed Rental equipment.pdf, pages 26-30 and Payment of Rental Pumps.pdf). Direct Administrative Costs (DAC): $6,109.29 Direct Administrative Cost for data collection and dissemination, copying, meeting with FEMA Representative regarding this project, and submitting documents to support the claim. Reference Documents: (CP497 - Email - PDMG DAC Total Revised; CP497 - Emait - PDMG - CAT B RFI - DAC Response.pdf and DAC Costs Cat B.pdf) Project Cost: $105,801.36 https://connect l . dhs. gov/emmie/,DanaInfo=sso.fema.net,S SL+search.do?gr... 3/30/2017 EMMIE ( P.2 Report Page 2 of 2 Capture Date: 03/30/2017 14:47 Number of Records: 2 Federal Emergency Management Agency Project Application Grant Report (P.2) Disaster: FEMA -4284 -DR -GA Project Notes: Documentation Validation: 60% of supporting documentation provided by the applicant has been validated by FEMA. Material: Generator for $999.99 was purchased on 12/9/2016, this is not an eligible CAT B cost for reimbursement. Applicant will have to include this cost in their CAT E project. Equipment Deductions: The applicant claimed $47,710.25 for force account equipment usage, after completing the validation process, a total of $2,108.57 deducted from this cost, due to the following: Anthony G Deleza: Equipment hours are not included in the labor spreadsheet for 10/8/16, 10/9/16, it 10/12/16. Adjustments: 18.5 hrs, totaling $32.38. Todd Sorrells: Equipment (Dump Truck) hours for 10/11116, not included in the Labor spreadsheet. Adjustments: 4 hours, totaling $226.00. Michael Levy: Equipment hours for 10/4/15, not included in the labor spreadsheet. Adjustments: 4 hours, totaling $105.00. Todd Horne: Equipment hours for 10/10/16, not included in the labor spreadsheet. Adjustments: 8 hrs, totaling $748.00. Barbara I Caramico: Equipment hours for 10/10/16, 10/11/16, and 10112/16, not included in the labor spreadsheet. Adjustments: 13.5 hrs, totaling $432. Eddie Dicus: Equipment hours for 10/14/16, not included in labor spreadsheet. Adjustments: 8 hrs, totaling $91.20 Bradley Griesbach: Deduction of 24 hours for 10/10/16 and 10111/16, the employee time sheet did not reflect those hours. Adjustments: 24 hours, totaling $474.00 Facility Number: 2 Facility Name: Emergency Protective Measures Lift Stations Location: Tybee Island, Georgia 31328 Scope of Work: Damage # 994; Scope and Cost captured in Site# 993. 1 PW PWs ($) Subgrantee Admin Exp. ($) Total ($) Amount Eligible ($) 105,801.36 0.00 105,801.36 Federal Share ($) 79,351.02 0.00 79,351.02 https://connectl .dhs.gov/emmie/,DanaInfo=sso.fema.net,S SL+search.do?gr... 3/30/2017 Federal Emergency Management Agency E -Grants Pagel of 3 +1:5undie Reference # (Amendment #) IDate Av✓arded Subgrant Application - FEMA Form 90-91 Note: The Effective Cost Share for this application is 75% FEDERAL EMERGENCY MANAGEMENT AGENCY PROJECT WORKSHEET DISASTER PROJECT NO. PAID DATE CP00497 NO. 03-16-2017 FEMA 4284- DR I -GA 051- P OG4 A' 184- ng ru) P 02-03-2017 t00 Applicant Name: Application Title: TYBEE !BLAND cP00497 - Tybee Island Cat B Period of Performance Start: jPeriod of Performance End: 10-08.2016 04.08.2017 +1:5undie Reference # (Amendment #) IDate Av✓arded Subgrant Application - FEMA Form 90-91 Note: The Effective Cost Share for this application is 75% FEDERAL EMERGENCY MANAGEMENT AGENCY PROJECT WORKSHEET DISASTER PROJECT NO. PAID DATE CP00497 NO. 03-16-2017 FEMA 4284- DR I -GA 051- APPLICANT: TYBEE ISLAND 78036-00 WORK COMPLETE AS OF: 02-03-2017 t00 Site 1 of2 DAMAGED FACILITY: Emergency Protective Measures COUNTY: Chatham LOCATION: LATITUDE: LONGITUDE: PA -04 -GA -4284 -PW -00233(0): 32.0086 -80.842941 Undefined, citywide Tybee Island, Georgia 31328 Current Version: DAMAGE DESCRIPTION AND DIMENSIONS - PA -04 -GA -4284 -PW -00233(0): Damage # 993; Emergency Protective Measures (Emergency Protective Measures) During the incident period of October 4th thru October 15th 2016, severe storms, flooding and high winds created an immediate threat to the health and safety of the general public in the City Tybee of Island requiring emergency response and protective measures. The City of Tybee experienced power outages citywide beginning 1018J2016- * Provided Emergency Access for evacuation, 911 response, and traffic control at Tybee Island from 10/4/2016 to 10/15M1 6. Applicant Address: 403 Butler Ave, Tybee Island, Georgia 31328 (GPS: 32.008600, -80.842941) Current Version: SCOPE OF WORK PA-04GA-4284PW-00233(0): Damage # 993; Emergency Protective Measures Work Completed: 100% The applicant utilized Force Account Labor— OT Hours, Equipment, and Rental Equipment to perform Emergency Protective Measures (EPM): https://connect l .dhs.gov/emmie/,Danalnfo=sso.fema.net,SSL+intemaUntegr... 3/30/2017 I-ederai Emergency Management Agency E -Grants Page 2 of 3 Force Account Labor— Overtime Hours: $34,899.03 Reference Document (CP497-Resided labor -Category Bxlsm) Force Account Equipment $45,601.68 Reference Document: (CP497 - Revised Equipment Summary CAT B-1.xlsm) Rented Equipment: $19,191.36 The applicant rented by-pass pumps from Xylem Dewater Solutions, to assist with the pumping at each lift station. The Applicant used the Pumps from October 5, 2016 to October 14, 2016 at a cost of $19,191.36 for two invoices #400651182 & #400651183. (Reference Documents: Detailed Rental equipment.pdf, pages 26-30 and Payment of Rental Pumps.pdf). Direct Administrative Costs (DAC): $6,109.29 Direct Administrative Cost for data collection and dissemination, copying, meeting with FEMA Representative regarding this project, and submitting documents to support the claim. Reference Documents: (CP497 - Email - PDMG DAC Total Revised; CP497 - Email - PDMG - CAT 6 RFI - DAC Response.pdf and DAC Costs Cat B.pdo Project Cost: $105,801,36 Project Notes: Documentation Validation: 60% of supporting documentation provided by the applicant has been validated by FEMA. Material: Generator for $999.99 was purchased on 121912016. this is not an eligible CAT B cost for reimbursement. Applicant will have to include this cost in their CAT E project. Equipment Deductions: The applicant claimed $47,710.25 forforce account equipment usage, after completing the validation process, a total of $2,108.57 deducted from this cost, due to the following: Anthony G Deleza: Equipment hours are not included in the labor spreadsheet for 1018/16, 10/9/16, & 10/12/16. Adjustments: 18.5 hrs. totafinq $32.38. Todd Sorrells: Equipment (Dump Truck) hours for 10/11116, not included in the labor spreadsheet. Adjustments: 4 hours, totaling $226.00. Michael Levy, Equipment hours for 1014/15, not included in the labor spreadsheet. Adjustments: 4 hours, totaling $105.00. Todd Home: Equipment hours for 10/10116, not included in the labor spreadsheet. Adjustments: 8 hrs. totaling $748.00. Barbara I Caramico: Equipment hours for 10110/16, 10/11/16, and 10112/16, not included in the labor spreadsheet. Adjustments: 13.5 hrs, totaling $432. Eddie Dicus: Equipment hours for 10114116, not included in labor spreadsheet. Adjustments: 8 hrs, totaling $91.20 Bradley Griesbach: Deduction of 24 hours for 10/10/16 and 10111/16, the employee time sheet did not reflect those hours. Adjustments: 24 hours, totaling $474.00 Current Version: Site 2 of 2 DAMAGED FACILITY: Protective Measures LOCATION: Lift Stations Tybee Island, Georgia 31328 Current Version: DAMAGE DESCRIPTION AND DIMENSIONS: Chatham 32.004929 PA -04 -GA -4284 -PW -00233(0): Damage # 994; Emergency Protective Measures (Emergency Protective Measures) ' Provided 911 response and traffic control for citizens of Tybee Island at Citywide from 10/4/2016 to 10/15/2016. LONGITUDE: https://connectl .dhs-gov/emmie/,Danalnfo=sso. fema.net,SSL+intemalIntegr... 3/30/2017 i- ecterai Emergency Management Agency E -Grants Page 3 of 3 SCOPE OF WORK: PA -04 -GA -4284 -PW -00233(0): Damage # 994: Scope and Cost captured in Site# 993. Current Version: Does the Scope of Work change the predisaster conditions at the site? Yes J No Special Considerations included? J Yes No Hazard Mitigation proposal included? Yes `/. No Is there insurance coverage on this facility? -/Yes No PROJECT COST ITEM CODE NARRATIVE QUANTITY/UNITMUNIT,OST Version 0Work Completed 1 9004 Rented Equipment i/LS 19,191.36 2 9007 Labor 113 $ 34,899.03 $ 34,899.03 3 9008 Equipment 1/LS $ 45,601.68 $ 45,601.68 4 9901 Direct Administrative Costs (Subgrantee) 1/LS $ 6,109.29 $ 6,109.29 TOTAL COST $ 105,801.36 PREPARED BY Kathleen Brewington TITLE Program Delivery Manager SIGNATURE APPLICANT REP. Diane Schleicher TfTLE City Manager SIGNATURE https://connect 1. dhs.gov/emmie/,Danalnfo=sso. fema.net, S S L+intemallntegr... 3/30/2017 EXHIBIT G Certification of Program Cost Share This certification is pursuant to the State Financial Assistance Policy for Local Governments Declared Eligible for Federal Disaster Assistance Programs. This policy can be obtained from the Georgia Emergency Management Agency. 1. The prospective subgrantee certifies, by submission of this proposal, that it will provide its local match based on the local contribution rates indicated in this exhibit on all expenditures incurred on any projects funded as a result of this agreement. 2. Failure to provide match at or greater than the rates specified will result in non-payment for the full amount of the expenditure for which reimbursement is requested and deobligation of the federal share. FEMA -DR -4284 -DR -GA PAS284075 Hurricane Matthew Tybee Island, City of PW # VRS Bundle Amount PW -00282 0 Debris Removal 578,287.52 Grand Total 578,287.52 Federal Funds 491,544.39(65.0%) Federal Total 491,544.39 State Cost Share 43,371.56(7.5%) State Total 43,371.56 BUNDLE #= 282 Local Cost Shar 43,371.57(7.5% Local Total 43,371.57 EMMIE I P.2 Report Capture Date: 03/30/2017 14:45 Federal Emergency Management Agency Project Application Grant Report (P.2) Disaster: FEMA -4284 -DR -GA Number of Records: 1 Page 1 of 2 Applicant ID: 051-78036-00 &nbsBundle # : PA -04 -GA - 4A4 -PW -00282(193) Applicant: TYBEE ISLAND PW # Cat Cost Share Projected Completion Date Approved PW Amount ($) PA -04 -GA -4284 -PW -00282(0) A N 04-08-2017 578,287.52 Facility Number: 1 Facility Name: Debris 85% Undefined, citywide Location: Tybee Island, Georgia 31328 Scope of Work: Damage #991; Debris 85% PAAP debris project - Day 1 through 30 ® 85% Federal Cost Share (signed PAAP Acknowledge form attached) From October 10 through November 2, 2016, applicant used City employees and contractors to remove 41,200 Cy of vegetative debris from public road right of ways and city -owned Rivers Edge Campground. See attached Project Cost Summary Spreadsheet.pdf for summary of project costs. See list of files used in preparation of this project, an attached Word document. Contract - Debris Removal: Contractor Phillips 8 Jordan Inc., (pre -approved contract attached to invoice) from 10/15/16 to 11/2/2016 removed debris from city road right of ways at total cost of $391,401.43. At Rivers Edge Campground two (2) contractors, Longwater Landscape Management Inc. and Natural Outdoors Tree Removal removed hazardous limbs and trees and stumps for a cost of $9650.00 and $17,500.00 respectively. Solomon's Tree Service, PO Box 13, Tybee Island, GA 31328, on 11 /01 /16 removed a live oak in median, leaning across roadway, between Solomon Ave and Van Horn Ave across from Jaycee Park, 30 Van Horn Ave, Tybee Island. Purchase Order # 17- 36514 (no invoice #) GPS: 32.017770, -80.846399. Total Cost $ 1200.00 Gaston's Tree Service, 1901 NW 67th Pl. Suite E, Gainesville, FL 32653 (352)378- 5801 on 10/13/16 removed an uprooted, leaning tree from the Guard House, 31 Van Horn Ave., Tybee Island. GPS:32.018177, -80.846367. Total Cost $ 6500.00 Contract Debris Removal Total: $ 426,251.43 Contract - Debris Monitoring: Atkins was working under a preapproved contract for Debris Monitoring. They https://connect l .dhs. gov/emmie/,Danalnfo=sso.fema.net,S SL+search.do?gr... 3/30/2017 RetLtiencyated 03/30/201714:45 Data Captured As Of: 03/30/2017 14:45 Disaster Number: 4284 Bundle: PA -04 -GA -4284 -PW -00282 Capture Date: 03/30/2017 14:45 Federal Emergency Management Agency Project Application Grant Report (P.2) Disaster: FEMA -4284 -DR -GA Number of Records: 1 Page 1 of 2 Applicant ID: 051-78036-00 &nbsBundle # : PA -04 -GA - 4A4 -PW -00282(193) Applicant: TYBEE ISLAND PW # Cat Cost Share Projected Completion Date Approved PW Amount ($) PA -04 -GA -4284 -PW -00282(0) A N 04-08-2017 578,287.52 Facility Number: 1 Facility Name: Debris 85% Undefined, citywide Location: Tybee Island, Georgia 31328 Scope of Work: Damage #991; Debris 85% PAAP debris project - Day 1 through 30 ® 85% Federal Cost Share (signed PAAP Acknowledge form attached) From October 10 through November 2, 2016, applicant used City employees and contractors to remove 41,200 Cy of vegetative debris from public road right of ways and city -owned Rivers Edge Campground. See attached Project Cost Summary Spreadsheet.pdf for summary of project costs. See list of files used in preparation of this project, an attached Word document. Contract - Debris Removal: Contractor Phillips 8 Jordan Inc., (pre -approved contract attached to invoice) from 10/15/16 to 11/2/2016 removed debris from city road right of ways at total cost of $391,401.43. At Rivers Edge Campground two (2) contractors, Longwater Landscape Management Inc. and Natural Outdoors Tree Removal removed hazardous limbs and trees and stumps for a cost of $9650.00 and $17,500.00 respectively. Solomon's Tree Service, PO Box 13, Tybee Island, GA 31328, on 11 /01 /16 removed a live oak in median, leaning across roadway, between Solomon Ave and Van Horn Ave across from Jaycee Park, 30 Van Horn Ave, Tybee Island. Purchase Order # 17- 36514 (no invoice #) GPS: 32.017770, -80.846399. Total Cost $ 1200.00 Gaston's Tree Service, 1901 NW 67th Pl. Suite E, Gainesville, FL 32653 (352)378- 5801 on 10/13/16 removed an uprooted, leaning tree from the Guard House, 31 Van Horn Ave., Tybee Island. GPS:32.018177, -80.846367. Total Cost $ 6500.00 Contract Debris Removal Total: $ 426,251.43 Contract - Debris Monitoring: Atkins was working under a preapproved contract for Debris Monitoring. They https://connect l .dhs. gov/emmie/,Danalnfo=sso.fema.net,S SL+search.do?gr... 3/30/2017 ENDAM I P.2 Report Capture Date: 03/30/2017 14:45 Number of Records: 1 Page 2 of 2 Federal Emergency Management Agency Project Application Grant Report (P.2) Disaster: FEMA -4284 -DR -GA certified the debris removal quantities removed and handled at the temporary debris staging site (see attached invoice and Request for Proposal after invoice.) Total monitoring cost: $107,042.65 Force Account: Force Account Labor: City employees removed debris from public road right of ways and city owned campground. From October 8 through October 15, 2016, City employees accrued a total of 1,193.5 hours, 904 regular time hours at cost of $21,221.40. Overtime hours totaled 289.5 at cost of $8,840.80. (See attached two (2) Force Account Labor Records.) Total labor cost: $ 30,062.20. Force Account Equipment: 555.5 equipment hours to clear and haul vegetative debris citywide and 95.5 hrs at the campground. Total 651 hours . (See attached two (2) FA Equipment Records.) Total cost: $13,363.53 Project Total Cost $578,287.52 "'Total debris removal by Force Account from October 8- November 2, 2016 was 41,200 CY, totaling $578,287.52. Accelerated Debris Removal - 85% Federal Share (1-30 days)"' The costs were reviewed and found reasonable at $14/CY Project notes Temporary Debris Staging Site: Debris was temporarily staged at North Beach Parking Lot, as approved by DNR (32.021745, -80.843574 (see DNR Letter regarding LOP for NBPL attached). Final Disposition: Debris was reduced by chipping and mulching and after reduction taken to: Superior Landfill and Recycling Center 3001 Little Neck Road, Savannah, GA. 31419 (32.029642, -81.271851) see attached permit listing. 1 PW Pws ($) Subgrantee Admin Exp. ($) Total ($) Amount Eligible ($) 578,287.52 0.00 578,287.52 Federal Share ($) 491,544.39 0.00 491,544.39 https://connect l .dhs.gov/emmie/,Danalnfo=sso. fema. net, S S L+search. do?gr... 3/30/2017 Federal Emergency Management Agency E -Grants 4P Page 1 of 3 ►P -04 A'�184 0282(0) P Applicant Name: Application Title: TYBEE ISLAND CP00495 - Tybee Island Debris 85% Period of Performance Start: Period of Performance End: 10-08-2016 04-08-2017 Bundle Reference # (Amendment IDate Awarded I A -04 -GA -4284 -PW -00282(193) 03-30-2017 Subgrant Application - FEMA Form 90-91 Note: The Effective Cost Share for this application is 85% FEDERAL EMERGENCY MANAGEMENT AGENCY PROJECT WORKSHEET DISASTER PROJECT NO. PA ID NO. DATE FEMA 4284 - DR -GA C10049-1051-78036- 03-23-2017 A ..---,.. 00 APPLICANT: TYBEE ISLAND WORK COMPLETE AS OF: 02-01-2017: 100 % Site 1 of 1 DAMAGED FACILITY: Debds 85% COUNTY: Chatham LOCATION: LATITUDE: LONGITUDE: PA -04 -GA -1284 -PW -00282(0): 32.004929 -80.868935 Undefined, citywide 32.01777 _ -80,846399 Tybee Island, Georgia 31328 32085 p 846367 .21$4 Current Version: 32.029642 -81.271851 DAMAGE DESCRIPTION AND DIMENSIONS: PA -04 -GA -4284 -PW -00282(o): Damage #991; Debris 85% During the incident period (October 4 through October 15, 2016), high winds and driven rain from Hurricane Matthew deposited debris throughout the city of Tybee Island in Chatham County. Located in the eastern most point in the state of Georgia, it covers an area of 3.20 square miles. An estimated 41,200 CY of trees and other vegetative debris were scattered on City roads and right -of --ways that Posed an immediate threat to lives public health and safety. During the incident period 1014=16 through 1011-512016, Hurricane Matthew deposited the following debris throughout Tybee Island. ` Tybee Island, a Public ROW, is [Length] Foot long x [Width] Foot wide x [Depth] Foot deep, Vegetative Debris. The work was completed between [Start Date] and [End Date] by both Force Account and Contract, without a permit. Current Version: SCOPE OF WORK: PA -04 -GA -4284 -PW -00282(0): Damage #991; Debris 85% PAAP debris project— Day 1 through 30 @ 85% Federal Cost Share (signed PAAP Acknowledge form attached) From October 10 through November 2, 2016, applicant used City employees and contractors to remove 41,200 CY of vegetative debris from public road right of ways and city -owned Rivers Edge Campground. See attached Project Cost Summary Spreadsheet-pdf for summary of project costs. See fist of files used in preparation of this project, an attached Word document. Contract - Debris Removal: htq)s://connect l . dhs-gov/emmie/,Danalnfo=sso. fema. net, S S L+intemallntegr... 3/30/2017 Bundle Reference # (Amendment IDate Awarded I A -04 -GA -4284 -PW -00282(193) 03-30-2017 Subgrant Application - FEMA Form 90-91 Note: The Effective Cost Share for this application is 85% FEDERAL EMERGENCY MANAGEMENT AGENCY PROJECT WORKSHEET DISASTER PROJECT NO. PA ID NO. DATE FEMA 4284 - DR -GA C10049-1051-78036- 03-23-2017 A ..---,.. 00 APPLICANT: TYBEE ISLAND WORK COMPLETE AS OF: 02-01-2017: 100 % Site 1 of 1 DAMAGED FACILITY: Debds 85% COUNTY: Chatham LOCATION: LATITUDE: LONGITUDE: PA -04 -GA -1284 -PW -00282(0): 32.004929 -80.868935 Undefined, citywide 32.01777 _ -80,846399 Tybee Island, Georgia 31328 32085 p 846367 .21$4 Current Version: 32.029642 -81.271851 DAMAGE DESCRIPTION AND DIMENSIONS: PA -04 -GA -4284 -PW -00282(o): Damage #991; Debris 85% During the incident period (October 4 through October 15, 2016), high winds and driven rain from Hurricane Matthew deposited debris throughout the city of Tybee Island in Chatham County. Located in the eastern most point in the state of Georgia, it covers an area of 3.20 square miles. An estimated 41,200 CY of trees and other vegetative debris were scattered on City roads and right -of --ways that Posed an immediate threat to lives public health and safety. During the incident period 1014=16 through 1011-512016, Hurricane Matthew deposited the following debris throughout Tybee Island. ` Tybee Island, a Public ROW, is [Length] Foot long x [Width] Foot wide x [Depth] Foot deep, Vegetative Debris. The work was completed between [Start Date] and [End Date] by both Force Account and Contract, without a permit. Current Version: SCOPE OF WORK: PA -04 -GA -4284 -PW -00282(0): Damage #991; Debris 85% PAAP debris project— Day 1 through 30 @ 85% Federal Cost Share (signed PAAP Acknowledge form attached) From October 10 through November 2, 2016, applicant used City employees and contractors to remove 41,200 CY of vegetative debris from public road right of ways and city -owned Rivers Edge Campground. See attached Project Cost Summary Spreadsheet-pdf for summary of project costs. See fist of files used in preparation of this project, an attached Word document. Contract - Debris Removal: htq)s://connect l . dhs-gov/emmie/,Danalnfo=sso. fema. net, S S L+intemallntegr... 3/30/2017 htq)s://connect l . dhs-gov/emmie/,Danalnfo=sso. fema. net, S S L+intemallntegr... 3/30/2017 Federal Emergency Management Agency E -Grants Page 2 of 3 Contractor Phillips 8 Jordan Inc., (pre -approved contract attached to invoice) from 10/15/16 to 11/2/2016 removed debris from city road right of ways at total cost of $391,401.43. At Rivers Edge Campground two (2) contractors, Longwater Landscape Management Inc. and Natural Outdoors Tree Removal removed hazardous limbs and trees and stumps for a cost of $9650.00 and $17,500.00 respectively. Solomon's Tree Service, PO Box 13, Tybee Island, GA 31328, on 11/01/16 removed a live oak in median, leaning across roadway, between Solomon Ave and Van Hom Ave across from Jaycee Park, 30 Van Horn Ave, Tybee Island. Purchase Order# 17-36514 (no invoice #) GPS: 32.017770, -80.846399. Total Cost $ 1200.00 Gaston's Tree Service, 1901 NW 67th PI. Suite E, Gainesville, FL 32653 (352)378-5801 on 10/13/16 removed an uprooted, leaning tree from the Guard House, 31 Van Horn Ave., Tybee Island. GPS:32.018177, $0.846367. Total Cost $ 6500.00 Contract Debris Removal Total: $ 426,251.43 Contract- Debris Monitoring: was working under a preapproved contract for Debris Monitoring. They certified the debris removal quantities removed and d at the temporary debris staging site (see attached invoice and Request for Proposal after invoice.) Total monitoring cost: $107,042.65 Force Account: Force Account Labor: City employees removed debris from public road right of ways and city owned campground. From October 8 through October 15, 2016, City employees accrued a total of 1,193.5 hours. 904 regular time hours at cost of $21,221.40. Overtime hours totaled 289.5 at cost of $8,840.80. (See attached two (2) Force Account Labor Records.) labor cost $ 30,062.20. Force Account Equipment 555.5 equipment hours to Gear and haul vegetative debris citywide and 95.5 hrs at the campground. Total 651 hours. (See attached two (2) FA Equipment Records.) Total cost $13,363.53 Project Total Cost $578,287.52 —Total debris removal by Force Account from October 8- November 2, 2016 was 41,200 CY, totaling $578,287.52. Accelerated Debris Removal - 85% Federal Share (1-30 days)— costs were reviewed and found reasonable at $14/CY Project notes Temporary Debris Staging Site: Debris was temporarily staged at North Beach Parking Lot, as approved by DNR (32.021745, -80.843574 (see DNR Letter regarding LOP for NBPL attached). Final Disposition: Debris was reduced by chipping and mulching and after reduction taken to: Superior Landfill and Recycling Center 3001 Little Neck Road, Savannah, GA. 31419 (32.029642, -81.271851) see attached permit listing. Current Version: Does the Scope of Work change the pre -disaster conditions at the site? Yes V No Special Considerations included? J Yes No Hazard Mitigation proposal included? Yes J No Is there insurance coverage on this facility? V Yes No PROJECT COST ITEM CODE NARRATNE QUANTITY/UNIT UNIT PRICE COST Version 0 —* Work Completed 1 9221 PAAP Accelerated Debris Removal 0-30 days — 85% Federal Share 1/LS $ 0.00 $ 0.00 2 (3226 Force Account Labor (Straight Time) - Debris Removal 1/1S $ 29,221.40 $ 21,229.40 3 9227 1/LS $ 8,840.80 $ 8,840.80 https://connect l.dhs.gov/enunie/,DanaInfo=sso.fema.net,S SL+intemallnteg r... 3/30/2017 Federal Emergency Management Agency E -Grants Page 3 of 3 https://connect l.dhs.gov/emmie/,Danalnfo=sso.fema.net, SSL+intemalIntegr... 3/30/2017 Force Account Labor (Over Time) - Debds Removal 4 9231 Contract- Debris Removal 1/LS $ 425,251.43 $ 426,251.43 5 9232 Contract - Debris Monitoring 1/LS 107,042.65 $ 107,042.65 6 9008 Equipment 1/LS $ 13,363.53 $ 13,363.53 7 9009 Material 1/LS $ 1,567.71 $ 1,567.71 8 9903 No Direct Administrative Costs 1/LS $ 0.00 $ 0.00 TOTAL COST $ 578,287.52 PREPARED BY Kathleen Brewington TITLE PDMG SIGNATURE APPLICANT REP. Diane Schleicher TITLE SIGNATURE https://connect l.dhs.gov/emmie/,Danalnfo=sso.fema.net, SSL+intemalIntegr... 3/30/2017