HomeMy WebLinkAboutR2023-028 2023-01-23DocuSign Envelope ID: 254A5A33-7308-42E8-90F2-F84BAA3C7794
RESOLUTION NO. R2023-28
A Resolution of The City Council of the City of Pearland, Texas, designating
Interim City Manager Trent Epperson, and/or his designee, to accept the
terms, conditions and award of funds from the Texas Water Development
Board Flood Mitigation Assistance Program, in the amount of $499,760.00, for
the elevation of two (2) severe repetitive loss, flood prone properties located
within the City limits.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That the City Council hereby designates Interim City Manager Trent
Epperson, and/or his designee, to accept the terms, conditions and award of funds from the Texas
Water Development Board Flood Mitigation Assistance Program, in the amount of $499,760.00, for
the elevation of two (2) severe repetitive loss, flood prone properties located within the City limits.
PASSED, APPROVED and ADOPTED this the 23rd day of January, A.D., 2023.
DocuSigned by:
84389 5'3F -4
J. KEVIN COLE
MAYOR
ATTEST:
DocuSigned by:
FRANC SFAOUILAR, TRMC, MMC
CITY SECRETARY
APPROVED AS TO FORM:
,-DocuSigned by:
DARRWEOKER
CITY ATTORNEY
pe ILJ: uU..3 C O lL-4LJrr-4o,- -ou Ir-UOLJ Il.y4Ce03/A
ER DEVELOPMENT BOARD
CONTRACT INITIATION FORM
TWDB Contact Information
New Contract
Requested
Action
Amendment
Contract Manager Veronica Villalobos-Pogue
Amendment No. (if applicable)
Office/Division/Section WSC/FSCA/GC
Ps•abin/Redd
Phone Number 512-383-6761
Receivable FE MA Contract: 2000012626
Contract No. 2000012629 Gran. Yes
Pa able X
ReceivablCiEllealleillei
Board Approval Date (N/A if no date)
Start Date
Expiration Date
10/07/21
03/22/22
07/18/25
Most Recent Amendment
Execution Date:
Original Contract
Expiration Date:
External Contract No
EMT-2020-FM-007,EMT-2020-FM-007-0005;
CFDA No. 97.029
Contractor Information ■
luFCaumtiee lerSin dv Ares (Emir enmm .Intewhle, ee min nilrc➢rl. II
statewide, community counts 254
Proposal Number
00005324
aaaor:a/core seta/xer0a
Vendor ID it (aka: Tax Payer ID#)
17460289097 DUNS: 020796397
Vendor Name
City of Pearland
Street Address
3519 Liberty DR STE 201
tadrings for Dantrmet
City, State, Zip
Pearland, TX 77581
Retainage %
See Below
Telephone Number
281-652-1637
Special Instructions
100% reimbursed up to 90% of the grant funding as per the
standard language in the contract
Vendor Contract Mgr/Email Address
Joel Hardy/Jhardy@pearlandmgov
Signer of Contract/Email Address Trent Epperson/tepperson@pearlandtx.gov
Derailed Doecrlpll.m o fCanlrmcl
FY 2020 FMA City of Pearland seeks to mitigate 2 flood prone structures
through elevation.
Anticipated Budget
Contractor Share:PCasm
I.
TWDB Share of Costs
$ -
Detailed Description of Amendment
Receivable Share of Costs
$ 499,760.00
Total Contract Costs
$ 499,760.00
Procurement & Contract Services
Best Value Standard - Procurement Method (X method used)
Please Itemml earn slam
Method X Announcement/Publication
sr
USAS(PYADDR/PYHOLD)
acQ/trP/heu/meu
r
NOPO,Granttgey
sr
Franchise Tax Search
Interagency/Local
sr
SAM Check
Expiration Date: 02/06/2023
Purchase
Sr
Debarred Vendor List
Receivable Grant
ar
Boycott Israel
PCC CODE. Fit -:.;Review
9 -Exempt
sr
Ties to Sudan/Iran/Foreign TerroristOrganizations/Designated Foreign Terrorist Org
d a legal cite is required.
Ale
W-9 Received (new contractor only -if applicable)
tt
BUDGET USE ONLY
TWDB SHARE
FUND
I4-XXXXI
COBJ
(4,IUWf1
MOF
13-XXXI
DEPT
(4-XXXX)
PCA
15-XXXXX)
Work#
(6-XXXXXX
PREV
AY
2022
AY
2023
Total
Funds Expire
$ -
I •
S
T -
T -
$ -
S -
$ -
$ -
0 •
I
s
s -
6 -
s -
$ -
§ -
T •
$
S -
S -
$ -
S -
T -
$ -
S •
S
TWDB Subtotal
$
$ -
$ -
S
RECEIVABLE SHARE
FUND
(4-XXXX]
COBJ
14- CXX]
MOF
(3-X)X(
DEPT
(4-3XXX)
PCA
(5•XXXXX)
Work#
(6-XXXXXX)
PREV
AY
2022
AY
2023
Total
Funds Expire
0001
7611
F06
C344
21021
G02138
$ 499,760.00
$ -
§ 499,760.00
$ •
$
S
S --
8•f
T
0-
3 -
T
s
g
$
-
$ -
$
S
$ -
$
s
-
T -
0
s
Receivable Subtotal
$ -
S 499,760.00
$ -
5 499,760.00
Contractor Subtotal
S
$
5
Contract Total
§
5 499,760.00
$ -
$ 499,760.00
APPROVAL SIGNATURES
• ."
and CONFIRMATION OF COMPLIANCE WITH AGENCY POLICY & THE STATE OF TEXAS CONTRACT MANAGEMENT GUIDE
sling this form, you are certog that this contract packet and its contents meet with ur approval
Contract Approval
P
' gnatar-:
Date
Procurement& Contract Services
Cameron Turner
12/,1/2022
i
Budget Director [and Budget Officer]
Sergio Rey GJ:
a
/
5.1.40 K'e7 1/2
2023
Contract Manager
Veronica Villalobos-Pogue
Yg/60 (.d. -
Program Manager
Kathy Hopkins
C., 11
+ C 4 12/
��f"_Salk"U_--J-,1IJ
2/2022
Division Director
Saul Nuccitelli
1/2
A�j/(�L,1�1`
2023
Legal Counsel
Kaye Schultz
S -J 1 /r
b' (x,(1//3
2023
Financial Operations
Letty Molina EE: sidt.J AW:
`�o .t. QA„(k,(V
_"�
2023
Deputy Executive Administrator
John Dupnik
I - 1/3
• d. I .
2023
Executive Administrator [or Designee]
Jeff Walker AL: 0.d
`'1 ' I, t 2/23/.023
ae,,.ea tR7RI
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
STATE OF TEXAS TWDB Contract No. 2000012629
COUNTY OF TRAVIS
Flood Mitigation Assistance
Project Grant
CITY OF PEARLAND
This Contract (hereinafter CONTRACT) is entered into by and between the TEXAS WATER
DEVELOPMENT BOARD (TWDB), the RECIPIENT, serving as administrator of the Federal
Emergency Management Agency (FEMA) Flood Mitigation Assistance Program, and City of
Pearland, the SUBRECIPIENT (CONTRACTOR).
SECTION I. SPECIFIC CONDITIONS AND EXCEPTIONS
TO STANDARD AGREEMENT
ARTICLE I. DEFINITIONS:
For the purposes of this CONTRACT, the following terms or phrases are defined as follows:
1. TWDB/RECIPIENT - The Texas Water Development Board, Data Universal Number
System (DUNS) No. 091209978, or its designated representative.
2. FEMA - Federal Emergency Management Agency
3. FMA - Flood Mitigation Assistance Program, Catalog of Federal Domestic Assistance
(CFDA) No. 97.029
4. 2 CFR PART 200 - Title 2 of the Code of Federal Regulations, Part 200, Uniform
Administrative Requirements, Cost Principles, and Audit Requirements for Federal
Awards
5. CONTRACTOR/SUBRECIPIENT - City of Pearland, DUNS No. 020796397
6. EXECUTIVE ADMINISTRATOR - The Executive Administrator of TWDB or a
designated representative.
7. PARTICIPANT(s) - Property owners participating in the Flood Mitigation Assistance
subgrant (EXHIBIT B).
8. REQUIRED INTERLOCAL AGREEMENT(s) - N/A
9. FEMA APPROVAL DATE - March 22, 2022
10. TWDB APPROVAL DATE - October 7, 2021
TWDB Contract No. 2000012629
Section I, Page 1 of 3
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
11. PROJECT AREA - The project area is more specifically defined in EXHIBIT B (the
original grant application).
12. CONTRACT EFFECTIVE DATE - March 22, 2022
13. PROJECT COMPLETION DATE - March 21, 2025
14. CONTRACT EXPIRATION DATE - July 18, 2025
15. TOTAL PROJECT COST - $ 499,760.00
16. FEDERAL SHARE OF THE TOTAL PROJECT COST - Not to exceed $ 499,760.00
17. TWDB SHARE OF THE TOTAL PROJECT COST- Not to exceed $ 0
18. LOCAL SHARE OF THE TOTAL PROJECT COST - is estimated to be $ 0
19. PAYMENT REQUEST SCHEDULE - Submit payment requests totaling a minimum of
$5,000 on a Federal quarterly basis, unless it is the final payment request being
submitted.
20. OTHER SPECIAL CONDITIONS AND EXCEPTIONS TO STANDARD AGREEMENT
(ALL SPECIAL CONDITIONS ARE SUBJECT TO THE INDIVIDUAL CONTRACT
CIRCUMSTANCES.):
A. In accordance with Section II, Article VIII, DISTRIBUTING GRANT FUNDS,
upon request from CONTRACTOR, TWDB will advance funds for mitigation of
structures not to exceed 5 structures per advance request. Subsequent advance
requests by CONTRACTOR will only be approved by TWDB if 70 percent
(70%) of the immediate prior advance of funds has been expended and if 100
percent (100%) of all other prior advance funds have been expended. All
CONTRACTOR requests for advance funds must include a narrative progress
report and justification for the advance of funds, which must include an executed
copy of any subcontract documents between PARTICIPANT and
CONTRACTOR and a timeframe for completion of work under each subcontract.
B. No reimbursement or advance will be released until CONTRACTOR submits an
implementation plan and the plan or any future modifications are approved by
TWDB.
C. Section II, Article VIII, Paragraph 4, the following additional paragraph is
added:
CONTRACTOR must develop standard subcontract/agreement templates for
use with individual PARTICIPANTS and must submit the standard
TWDB Contract No. 2000012629
Section I, Page 2 of 3
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
subcontract/agreement templates to the EXECUTIVE ADMINISTRATOR for
review and approval prior to use or execution of any documents with
individual PARTICIPANTS. Any subsequent modifications to the approved
templates must also be submitted for review and approval by the EXECUTIVE
ADMINISTRATOR prior to use. CONTRACTOR and its subcontractor(s) must
keep executed copies of all agreements entered into and relating to the work
under this CONTRACT.
D. CONTRACTOR must meet with TWDB's designated Contract Manager on a
(biweekly) basis to discuss the progress of the project as well as any delays
or concerns.
E. Section II, Article VIII, Paragraph 10, last sentence is changed as follows:
Any expenses incurred by CONTRACTOR above the amount of the previous
advance will be reimbursed to CONTRACTOR based on the cost share
percentages shown in EXHIBIT D.
F. CONTRACTOR must ensure that all mitigated structures maintain NFIP flood
insurance policies valid through the date FEMA approves closeout of the
subgrant. If CONTRACTOR fails to ensure NFIP policy coverage is in place by
providing a current declarations page for each property, CONTRACTOR must
purchase NFIP policies on behalf of the property owner. If CONTRACTOR
fails to ensure that NFIP policy coverage is maintained, CONTRACTOR will be
responsible for repayment of the elevation or mitigation cost for each
property without an active NFIP policy at the time of FEMA closeout.
G. CONTRACTOR must submit documentation of final notice issued that meets
the requirements under Executive Order 11988 as indicated in Exhibit A, not
later than 15 days prior to the first structure being mitigated under this
agreement. No funds will be reimbursed until such documentation is
provided and receives TWDB's concurrence.
TWDB Contract No. 2000012629
Section I, Page 3 of 3
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
SECTION II. STANDARD AGREEMENT
ARTICLE I. RECITALS
WHEREAS, CONTRACTOR applied through TWDB for a FEMA project grant under the FMA
program to mitigate specific flood problems as identified in EXHIBIT B, the original grant
application, which is incorporated herein and made a permanent part of this CONTRACT;
and
WHEREAS, CONTRACTOR and PARTICIPANTS will commit cash and/or in -kind services to
pay the LOCAL SHARE OF THE TOTAL PROJECT COST, if applicable; and
WHEREAS, CONTRACTOR will receive grant funds and will be responsible for the execution
of this CONTRACT and compliance with the FMA requirements; and
WHEREAS, on the FEMA APPROVAL DATE, FEMA approved CONTRACTOR's application for
financial assistance;
NOW, THEREFORE, TWDB and CONTRACTOR agree as follows:
ARTICLE II AGREEMENTS
1. The United States of America, through the Director of FEMA, has agreed to fund to
CONTRACTOR, through TWDB, the FEDERAL SHARE OF THE TOTAL PROJECT COST.
By acceptance of the funds awarded, CONTRACTOR agrees to abide by the terms
and conditions of this CONTRACT as set forth in this document and the documents
identified herein and made a part hereof by reference.
2. Services and activities provided under this CONTRACT must be in strict compliance
with the requirements of Texas Government Code Chapter 742, as well as EXHIBIT
A, the FEMA Award Package.
3. CONTRACTOR will provide Flood Mitigation Assistance to the PROJECT AREA, as
delineated and described in EXHIBIT B, the original grant application, and according
to the implementation plan approved by TWDB.
ARTICLE III. PERIOD OF PERFORMANCE
The period of performance of this CONTRACT is from the CONTRACT EFFECTIVE DATE to
the PROJECT COMPLETION DATE, unless otherwise amended.
TWDB Contract No. 2000012629
Section II, Page 1 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
ARTICLE IV. APPLICABLE FEDERAL LAWS AND RULES
FEMA requires all grant recipients and subrecipients to comply with federal laws and rules.
These federal laws and rules are listed in Article VIII of the FEMA Award Package (EXHIBIT
A), which is incorporated herein and made a permanent part of this CONTRACT.
CONTRACTOR must comply with all federal laws and rules listed in EXHIBIT A. All FEMA
grants are also subject to the following requirements:
1. TWDB will reimburse CONTRACTOR for costs determined by FEMA to be allowable,
allocable, necessary and reasonable in accordance with 2 CFR Part 200.
2. CONTRACTOR must follow applicable matching or cost -sharing requirements found
in 2 CFR Part 200, the Uniform Administrative Requirements for Grants and
Cooperative Agreements to State and Local Governments, as required (EXHIBIT A).
3. The project must be administered by CONTRACTOR following the Hazard Mitigation
Assistance (HMA) Unified Guidance in effect when the application (EXHIBIT B) was
submitted to FEMA, which is available at www.fema.gov.
4. CONTRACTOR must notify TWDB of any funds transferred to FEMA arising from the
performance of this CONTRACT, along with accrued interest, if any.
5. Construction Project Requirements
A. Acceptance of federal funding requires FEMA, TWDB and CONTRACTOR to
comply with all federal, state, and local laws prior to the start of any construction
activity. Failure to obtain all appropriate federal, state, and local environmental
permits and clearances may jeopardize federal funding.
B. Any changes to the approved scope of work as outlined in EXHIBITS A and B will
require re-evaluation by TWDB and FEMA for CONTRACTOR compliance with
the National Environmental Policy Act and other laws and Executive Orders.
C. If ground disturbing activities occur during construction, CONTRACTOR must
ensure monitoring of the ground disturbance and, if any potential archeological
resources are discovered, CONTRACTOR must immediately cease construction in
that area and notify TWDB and FEMA.
6. Publication Rights. Any publication resulting from work performed under this
CONTRACT must include an acknowledgement of FEMA financial support and a
statement that the publication does not constitute an endorsement nor reflect the
views of FEMA or TWDB.
TWDB Contract No. 2000012629
Section II, Page 2 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
7. Contract Amendments. No subsequent grants, monetary increase amendment, or
time extension amendment will be approved unless all overdue financial or
performance reports have been submitted to TWDB by CONTRACTOR. Exceptions
to this policy can be approved only by FEMA.
8. Registration and Reporting Requirement. Pursuant to the Federal Funding
Accountability and Transparency Act of 2006, Pub. L. 109-282, CONTRACTOR is
required to obtain a Data Universal Numbering System (DUNS) number and register
with the System of Award Management (www.sam.gov). Registration and reporting
requirements must be maintained during the life of this CONTRACT.
ARTICLE V. INTELLECTUAL PROPERTY: OWNERSHIP, PUBLICATION, AND
ACKNOWLEDGEMENT
1. For purposes of this Article, "Contractor Works" are work products developed by
CONTRACTOR and any Subcontractors using funds provided under this CONTRACT
or otherwise rendered in or related to the performance in whole or part of this
CONTRACT, including but not limited to reports; drafts of reports; material, data,
drawings, studies, analyses, notes, plans, computer programs and codes; or other
work products, whether final or intermediate.
A. It is agreed that all Contractor Works are the joint property of TWDB and
CONTRACTOR.
B. The parties hereby agree that, if recognized as such by applicable law, the
Contractor Works are intended to and will be works -made -for -hire with joint
ownership between TWDB and CONTRACTOR as such works are created in
whole or part.
C. If Contractor Works do not qualify as works -made -for -hire under applicable law,
CONTRACTOR hereby conveys co -ownership of such works to TWDB as they are
created in whole or part. If present conveyance is ineffective under applicable
law, CONTRACTOR agrees to convey a co -ownership interest of Contractor
Works to TWDB after creation in whole or part of such works, and to provide
written documentation of such conveyance upon request by TWDB.
D. TWDB and CONTRACTOR acknowledge that the copyright in and to
copyrightable Contractor Works subsists upon creation of the Contractor Works
and its fixing in any tangible medium. CONTRACTOR or TWDB may register the
copyrights to such Works jointly in the names of CONTRACTOR and TWDB.
E. TWDB and CONTRACTOR each have full and unrestricted rights to use
Contractor Works with no compensation obligation.
TWDB Contract No. 2000012629
Section II, Page 3 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
2. "Use" of a work product, whether Contractor Works, Subcontractor Works or
otherwise, means and includes, without limitation hereby, any lawful use, copying
or dissemination of the work product, or any lawful development, use, copying or
dissemination of derivative works of the work product, in any medium or form,
whether now known or later existing.
3. "No Compensation Obligation" means there is no obligation on the part of one co-
owner or licensee of a work, whether Contractor Works, Subcontractor Works or
otherwise, to compensate other co -owners, licensees or licensors of the work for
any use of the work by the using co-owner or licensee, including but not limited to
compensation for or in the form of: royalties; co-owner or licensee accounting;
sharing of revenues or profits among co -owners, licensees or licensors; or any other
form of compensation to the other co -owners, licensees or licensors on account of
any use of the work.
4. "Dissemination" includes, without limitation hereby, any and all manner of: physical
distribution; publication; broadcast; electronic transmission; internet streaming;
posting on the Internet or world wide web; or any other form of communication,
transmission, distribution, sending or providing, in any forms or formats, and in or
using any media, whether now known or later existing.
5. TWDB has an unlimited, unrestricted, perpetual, irrevocable, non-exclusive royalty -
free right to access and receive in usable form and format, and to use all technical or
other data or information developed by CONTRACTOR and Subcontractor in, or
otherwise resulting from, the performance of services under this CONTRACT.
6. For purposes of this Article, "Subcontractor Works" includes all work product
developed in whole or part by or on behalf of Subcontractors engaged by
CONTRACTOR to perform work for or on behalf of any CONTRACTOR under this
CONTRACT (or by the Subcontractors' Subcontractors hereunder, and so on).
CONTRACTOR must secure in writing from any Subcontractors so engaged:
A. unlimited, unrestricted, perpetual, irrevocable, royalty -free rights of TWDB (and,
if desired, of CONTRACTOR) to access and receive, and to use any and all
technical or other data or information developed in or resulting from the
performance of services under such engagement, with No Compensation
Obligation; and either:
B. assignment by the Subcontractor to TWDB (and, if desired by them, jointly to
CONTRACTOR) of ownership (or joint ownership with the Subcontractor) of all
Subcontractor Works, with No Compensation Obligation; or
C. grant by Subcontractor of a non-exclusive, unrestricted, unlimited, perpetual,
irrevocable, world-wide, royalty -free license to TWDB (and, if desired by them,
CONTRACTOR) to use any and all Subcontractor Works, including the right to
TWDB Contract No. 2000012629
Section II, Page 4 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
sublicense use to third parties, with No Compensation Obligation.
7. No unauthorized patents. Contractor Works and Subcontractor Works or other
work product developed or created in the performance of this CONTRACT or
otherwise using funds provided hereunder must not be patented by CONTRACTOR
or their Subcontractor(s) unless Executive Administrator consents in writing to
submission of an application for patent on such works; and provided that, unless
otherwise agreed in writing:
A. any application made for patent must include and name TWDB (and, as
applicable and desired by them, CONTRACTOR) as co -owners of the patented
work;
B. no patent granted will in any way limit, or be used by CONTRACTOR or
Subcontractor to limit or bar TWDB's rights hereunder to access and receive in
useable form and format, and right to use, any and all technical or other data or
information developed in or resulting from performance pursuant to this
CONTRACT or the use of funds provided hereunder; and
C. TWDB (and, if applicable, CONTRACTOR) will have no compensation obligation
to any other co -owners or licensees of any such patented work, unless otherwise
expressly agreed in writing.
8. CONTRACTOR must include terms and conditions in all contracts or other
engagement agreements with any Subcontractors as are necessary to secure these
rights and protections for TWDB and must require that Subcontractors include
similar such terms and conditions in any contracts or other engagements with their
Subcontractors. For the purposes of this section, "Subcontractors" includes
independent contractors (including consultants) and also employees working
outside the course and scope of employment.
9. Any work products subject to a TWDB copyright or joint copyright and produced or
developed by CONTRACTOR or its Subcontractor(s) pursuant to this CONTRACT or
using any funding provided by TWDB may be reproduced in any medium, form or
format by TWDB or CONTRACTOR at their own cost, and be disseminated in any
medium, format or form by any party at its sole cost and in its sole discretion.
CONTRACTOR may utilize such work products it deems appropriate, including
dissemination of such work products or parts thereof under their own name,
provided that any TWDB copyright is noted on the materials.
10. CONTRACTOR agrees to promptly notify TWDB regarding any media requests or
inquiries relating to the work performed under this CONTRACT.
TWDB Contract No. 2000012629
Section II, Page 5 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
ARTICLE VI. GENERAL TERMS AND CONDITIONS
1. GENERAL TERMS
A. Disaster Recovery Plan. Upon request of TWDB, CONTRACTOR must provide
descriptions or copies of its business continuity and disaster recovery plans.
B. Dispute Resolution. The dispute resolution process provided for in Texas
Government Code Chapter 2009 is available to the parties to resolve any dispute
arising under the CONTRACT.
D. Funding Limitation. CONTRACTOR understands that all obligations of TWDB
under the contract or grant are subject to the availability of grant funds. The
contract or grant is subject to termination or cancellation, either in whole or in part,
without penalty to TWDB if such funds are not appropriated or become unavailable.
E. Force Majeure. Neither CONTRACTOR nor TWDB will be liable to the other for any
delay in or failure of performance of any requirement contained in this CONTRACT
caused by force majeure. The existence of such causes of delay or failure will extend
the period of performance until after the causes of delay or failure have been
removed, provided the non -performing party exercises all reasonable due diligence
to perform. Force majeure is defined as acts of God, war, fires, explosions,
hurricanes, floods, failure of transportation or other causes that are beyond the
reasonable control of either party and that by exercise of due foresight such party
could not reasonably have been expected to avoid, and which, by the exercise of all
reasonable due diligence, such party is unable to overcome.
F. Governing Law and Venue. This CONTRACT is governed by and construed in
accordance with the laws of the State of Texas, without regard to the conflicts of law
provisions. The venue of any suit arising under this CONTRACT is fixed in any court
of competent jurisdiction in Travis County, Texas, unless the specific venue is
otherwise identified in a statute which directly names or otherwise identifies its
applicability to TWDB.
G. Liability. CONTRACTOR agrees to be fully responsible for its negligent acts or
omissions or tortious acts. Nothing herein will be construed as consent by the State
of Texas, TWDB or any state agency or entity as consent to be sued in any matter
arising out of this CONTRACT.
H. Public Information Act. CONTRACTOR understands that TWDB will comply with
the Texas Public Information Act, Texas Government Code Chapter 552, as
interpreted by judicial rulings and opinions of the Attorney General of the State of
Texas. Information, documentation and other material in connection with this
CONTRACT may be subject to public disclosure pursuant to the Texas Public
TWDB Contract No. 2000012629
Section II, Page 6 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Information Act. In accordance with Texas Government Code § 2252.907,
CONTRACTOR is required to make any information created or exchanged with the
State pursuant to this CONTRACT, and not otherwise excepted from disclosure
under the Texas Public Information Act, available in a format that is accessible by
the public at no additional charge to the State.
I. State Auditor's Right to Audit. The state auditor may conduct an audit or
investigation of any entity receiving funds from the state directly under the
CONTRACT or indirectly through a subcontract under the CONTRACT. The
acceptance of funds directly under the CONTRACT or indirectly through a
subcontract under the CONTRACT acts as acceptance of the authority of the state
auditor, under the direction of the legislative audit committee, to conduct an audit
or investigation in connection with those funds. Under the direction of the
legislative audit committee, an entity that is the subject of an audit or investigation
by the state auditor must provide the state auditor with access to any information
the state auditor considers relevant to the investigation or audit.
J.
Severability. Should any one or more provisions of this CONTRACT be held to be
null, void, voidable, or, for any reason whatsoever, of no force and effect, such
provision(s) will be construed as severable from the remainder of this CONTRACT
and will not affect the validity of all other provisions of this CONTRACT, which will
remain in full force and effect.
2. AFFIRMATIONS AND CERTIFICATIONS
A. Child Support Obligation. CONTRACTOR represents and warrants that it will
include the following clause in the award documents for every subaward and
subcontract and will require subrecipients and contractors to certify
accordingly: "Under Texas Family Code § 231.006, the contractor or applicant
certifies that the individual or business entity named in this contract, bid or
application is not ineligible to receive the specified grant, loan, or payment and
acknowledges that this contract may be terminated and payment may be
withheld if this certification is inaccurate. A bid or an application for a contract,
grant, or loan paid from state funds must include the name and social security
number of the individual or sole proprietor and each partner, shareholder, or
owner with an ownership interest of at least 25 percent of the business entity
submitting the bid or application. FEDERAL PRIVACY ACT NOTICE: This notice is
given pursuant to the Federal Privacy Act. Disclosure of your Social Security
Number (SSN) is required under Section 231.006(c) and Section 231.302(c)(2)
of the Texas Family Code. The Social Security number will be used to identify
persons that may owe child support and will be kept confidential to the fullest
extent allowed under Section 231.302(e) of the Texas Family Code."
B. Contract Oversight. CONTRACTOR represents and warrants that it will
maintain oversight to ensure that CONTRACTOR and Subcontractor(s) perform
TWDB Contract No. 2000012629
Section II, Page 7 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
in accordance with the terms, conditions, and specifications of their contracts or
purchase orders.
C. Debts and Delinquencies. CONTRACTOR agrees that any payments due under
the CONTRACT will be applied towards any debt or delinquency that is owed to
the State of Texas, including but not limited to delinquent taxes, delinquent
student loan payments and delinquent child support.
D. Disclosure Protections for Certain Charitable Organizations, Charitable
Trusts and Private Foundations. CONTRACTOR represents and warrants that
it will comply with Texas Government Code § 2252.906, relating to disclosure
protections for certain charitable organizations, charitable trusts, and private
foundations.
E. Excluded Parties. CONTRACTOR certifies that it is not listed on the federal
government's terrorism watch list as described in Executive Order 13224.
"Blocking Property and Prohibiting Transactions with Persons Who Commit,
Threaten to Commit, or Support Terrorism," published by the United States
Department of the Treasury, Office of Foreign Assets Control.
F. Executive Head of a State Agency. In accordance with Texas Government Code
§ 669.003, relating to contracting with the executive head of a state agency,
CONTRACTOR certifies that it is not: 1) the executive head of TWDB; 2) a person
who at any time during the four years before the date of this CONTRACT was the
executive head of TWDB; or 3) a person who employs a current or former
executive head of TWDB.
G. Legal Authority. CONTRACTOR represents that it possesses legal authority to
apply for the grant. A resolution, motion or similar action has been duly adopted
or passed as an official act of CONTRACTOR's governing body, authorizing the
filing of the application or response, including all understandings and assurances
contained therein, and directing and authorizing the person identified as the
official representative, or the designee of CONTRACTOR to act in connection
with the application or response and to provide such additional information as
may be required.
H. Lobbying Expenditure Restriction. CONTRACTOR represents and warrants
that TWDB's payments to CONTRACTOR and CONTRACTOR's receipt of
appropriated or other funds under the contract or grant are not prohibited by
Texas Government Code §§ 403.1067 or 556.0055, which restrict lobbying
expenditures.
I. No Conflicts of Interest. CONTRACTOR represents and warrants its compliance
with the Federal awarding agency's conflict of interest policies in accordance
with 2 CFR § 200.112.
TWDB Contract No. 2000012629
Section II, Page 8 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
I.
No Waiver of Sovereign Immunity. The Parties expressly agree that no
provision of the grant or contract is in any way intended to constitute a waiver
by TWDB or the State of Texas of any immunities from suit or from liability that
TWDB or the State of Texas may have by operation of law.
K. Open Meetings. If CONTRACTOR is a governmental entity, CONTRACTOR
represents and warrants its compliance with Texas Government Code Chapter
551, which requires all regular, special, or called meetings of a governmental
body to be open to the public, except as otherwise provided by law.
L. Political Polling Prohibition. CONTRACTOR represents and warrants that it
does not perform political polling and acknowledges that appropriated funds
may not be granted to, or expended by, any entity which performs political
polling.
M. Records Retention. CONTRACTOR represents and warrants its compliance with
the records retention requirements of 2 CFR § 200.333. TWDB reserves the right
to direct a contractor to retain documents for a longer period of time or transfer
certain records to TWDB custody when it is determined the records possess
longer term retention value. CONTRACTOR must include the substance of this
clause in all subawards and subcontracts.
N. Subaward Monitoring. CONTRACTOR represents and warrant that it will
monitor the activities of any subrecipient as necessary to ensure that subawards
are used for authorized purposes, in compliance with applicable statutes,
regulations, and the terms and conditions of the subaward, and that subaward
performance goals are achieved.
O. Suspension and Debarment. CONTRACTOR certifies that it and its principals
are not suspended or debarred from doing business with the state or federal
government as listed on the State of Texas Debarred Vendor List maintained by
the Texas Comptroller of Public Accounts and the System for Award Management
(SAM) maintained by the General Services Administration.
P. Compliance with Federal Laws, Rules and Requirements. CONTRACTOR
represents and warrants that it will comply and assure the compliance of all its
subrecipients and subcontractors, with all applicable federal and state laws,
rules, regulations, and policies in effect or hereafter established. In addition,
CONTRACTOR represents and warrants that it will comply with all requirements
imposed by the awarding agency concerning special requirements of law,
program requirements, and other administrative requirements. In instances
where multiple requirements apply to CONTRACTOR, the more restrictive
requirement applies.
Q.
Disclosure of Violations of Federal Criminal Law. CONTRACTOR represents
TWDB Contract No. 2000012629
Section II, Page 9 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
and warrants its compliance with 2 CFR § 200.113, which requires the disclosure
in writing of violations of federal criminal law involving fraud, bribery, and
gratuity and the reporting of certain civil, criminal, or administrative
proceedings to SAM.
R. Byrd Anti -Lobbying Amendment. CONTRACTOR certifies that no federal
appropriated funds have been paid or will be paid to any person or organization
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 on its behalf to obtain, extend, or modify this contract or
grant. If non-federal funds are used by CONTRACTOR to conduct such lobbying
activities, Contractor must promptly file the prescribed disclosure form. In
accordance with 31 U.S.C. § 1352(b)(5), CONTRACTOR acknowledges and agrees
that it is responsible for ensuring that each subrecipient and subcontractor
certifies its compliance with the expenditure prohibition and the declaration
requirement.
ARTICLE VII. STANDARDS OF PERFORMANCE.
1. Personnel. CONTRACTOR must assign only qualified personnel to perform the
services required under this CONTRACT. CONTRACTOR is responsible for ensuring
that any Subcontractor utilized also assigns only qualified personnel. Qualified
personnel are persons who are properly licensed to perform the work and who have
sufficient knowledge, skill and ability to perform the tasks and services required
herein according to the standards of performance and care for their trade or
profession.
2. Professional Standards. CONTRACTOR must provide the services and deliverables
in accordance with applicable professional standards. CONTRACTOR represents and
warrants that it is authorized to acquire Subcontractors with the requisite
qualifications, experience, personnel and other resources to perform in the manner
required by this CONTRACT.
3. Procurement Laws. CONTRACTOR must comply with applicable State of Texas
procurement laws, rules and policies, as well as 2 CFR §§ 200.319 - 200.326,
Methods of Procurement, including but not limited to competitive bidding and the
Professional Services Procurement Act, Texas Government Code, Chapter 2254,
relating to contracting with persons whose services are within the scope of practice
of: accountants, architects, landscape architects, land surveyors, medical doctors,
optometrists, professional engineers, real estate appraisers, professional nurses,
and certified public accountants.
CONTRACTOR must comply with all regulations listed in 2 CFR Part 200 and state
law and procedure for the purchase of equipment and supplies.
TWDB Contract No. 2000012629
Section II, Page 10 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
4. Independent Contractor. Both parties hereto, in the performance of this
CONTRACT, act in an individual capacity and not as agents, employees, partners,
joint ventures or associates of one another. The employees or agents of one party
will not be deemed or construed to be the employees or agents of the other party for
any purposes whatsoever.
5. Proprietary and Confidential Information. CONTRACTOR warrants and
represents that any information that is proprietary or confidential and is received
by CONTRACTOR from TWDB or any governmental entity will not be disclosed to
third parties without the written consent of TWDB or applicable governmental
entity, whose consent will not be unreasonably withheld.
6. Contract Administration. TWDB will designate a project manager for this
CONTRACT. The project manager will serve as the point of contact between TWDB
and CONTRACTOR. TWDB's project manager will supervise TWDB's review of
CONTRACTOR's technical work, deliverables, draft reports, the FINAL REPORT,
payment requests, schedules, financial and budget administration, and similar
matters. The project manager does not have any express or implied authority to
vary the terms of the CONTRACT, amend the CONTRACT in any way or waive strict
performance of the terms or conditions of the CONTRACT.
7. Nepotism. CONTRACTOR must comply with Texas Government Code Chapter 573
by ensuring that no officer, employee or member of CONTRACTOR's governing body
votes or confirm the employment of any person related within the second degree of
affinity or the third degree of consanguinity to any member of the governing body or
to any other officer or employee authorized to employ or supervise such person.
This prohibition does not prohibit the employment of a person who has been
continuously employed for a period of two years prior to the election or
appointment of the officer, employee or governing body member related to such
person in the prohibited degree.
8. Remedies for Nonperformance. If CONTRACTOR fails to comply with any
requirement of the CONTRACT, TWDB may terminate or cancel all or any part of the
contract, may obtain substitute requested items, may withhold acceptance and
payments to CONTRACTOR, may revoke any prior acceptance, may require
CONTRACTOR to refund amounts paid prior to revocation of acceptance and may
pursue all rights and remedies against CONTRACTOR under the contract and any
applicable law. Remedies for nonperformance may also include suspension or
debarment. No provision of the CONTRACT will constitute or be construed as a
waiver of any of the privileges, rights, defenses, remedies, or immunities available to
TWDB as an agency of the State of Texas or otherwise available to TWDB. The
failure to enforce or any delay in the enforcement of any privileges, rights, defenses,
remedies, or immunities detailed in the contract or otherwise available to TWDB by
TWDB Contract No. 2000012629
Section II, Page 11 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
law will not constitute a waiver of said privileges, rights, defenses, remedies, or
immunities or be considered as a basis for estoppel.
ARTICLE VIII. DISTRIBUTING GRANT FUNDS
1. TWDB agrees to compensate and reimburse CONTRACTOR in a total amount not to
exceed the FEDERAL SHARE OF THE TOTAL PROJECT COST and the TWDB SHARE
OF THE TOTAL PROJECT COST, if applicable, for costs incurred and paid by
CONTRACTOR pursuant to performance of this CONTRACT. If applicable,
CONTRACTOR will contribute local matching funds in sources and amounts defined
as the LOCAL SHARE OF THE TOTAL PROJECT COST. TWDB will reimburse
CONTRACTOR for one hundred percent (100%) of FEDERAL SHARE OF THE TOTAL
PROJECT COST and the TWDB SHARE OF THE TOTAL PROJECT COST, if applicable,
of each invoice up to ninety percent (90%) pending CONTRACTOR's performance.
Upon TWDB's review and approval of project completion according to the specific
close-out requirements for FMA, TWDB will pay the remaining ten percent (10%) to
CONTRACTOR. The cost share per property is detailed in EXHIBITS A, B and D.
Notwithstanding the above referenced paragraph, TWDB may provide advance
funds to CONTRACTOR in order to minimize the time elapsing between the transfer
of funds and their disbursement by CONTRACTOR. Such advance funds will be
disbursed in compliance with FEMA regulations, including but not limited to 2 CFR
Part 200. CONTRACTOR understands and agrees that it has no right to such
advances, but that TWDB, in its sole discretion, may from time to time agree to
advance payments before receiving any subcontractor invoices.
Depending upon availability of funds, TWDB may elect to fund the LOCAL SHARE OF
THE TOTAL PROJECT COST. If applicable, and if PARTICIPANT(s) have
already paid some or all the required matching funds, CONTRACTOR must submit
evidence that PARTICIPANT(s) have been fully reimbursed before TWDB will
release these funds to CONTRACTOR.
2. Before submitting any subcontractor's invoices and prior to reimbursement or
advances of funds, CONTRACTOR must submit a copy of all procurement
documents, the scoresheets for all respondents, and the official submittal of the
selected subcontractor to TWDB for concurrence with 2 CFR Part 200.319-200.326.
3. CONTRACTOR must submit an implementation plan for review and approval by
TWDB prior to commencement of construction activities. The approved
implementation plan will then become a permanent part of this CONTRACT as
EXHIBIT C.
TWDB Contract No. 2000012629
Section II, Page 12 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
4. Requests for advance or reimbursement of subcontractor expenses will only be
considered where such subcontractor procurement(s) have been submitted and
where such subcontracts or agreements have been determined acceptable by the
EXECUTIVE ADMINISTRATOR as described herein. The EXECUTIVE
ADMINISTRATOR must provide written review and acceptance of contracts or
agreements between CONTRACTOR and subcontractor(s) and between such
subcontractors and any other subcontractors prior to CONTRACTOR finalizing such
subcontracts or agreements. All subcontract agreements must include the DUNS
number for the subcontractor. The purpose of this review is solely to ensure that the
subcontracts and agreements are consistent with this CONTRACT and that the rights
of TWDB are protected. CONTRACTOR understands that CONTRACTOR should
obtain its own legal review of subcontracts and agreements that CONTRACTOR
enters into. CONTRACTOR agrees that TWDB assumes no legal obligations under its
subcontracts or agreements. Each subcontract or agreement must include a detailed
budget estimate with specific cost details for each task or specific item of work to be
performed by the subcontractor and for each category of reimbursable expenses.
The subcontracts must conform to the terms of the CONTRACT and include
provisions which require subcontractor compliance with TWDB rules.
CONTRACTOR must adhere to all requirements in state law and TWDB rules
pertaining to the procurement of professional services. Subcontracts for surveying
activities will not be required.
5. CONTRACTOR must submit advance or payment requests and the required
documentation for reimbursement according to the PAYMENT REQUEST SCHEDULE
and in accordance with the approved task and expense budgets contained in
EXHIBIT D to this CONTRACT. For reimbursement, CONTRACTOR must submit a
signed and completed Payment Request Checklist along with task and expense
spreadsheet (https://www.twdb.texas.gov/about/contract_admin/index.asp) and
documentation listed below, according to the PAYMENT REQUEST SCHEDULE. All
required reports must be current as detailed in Article X and XI of this section. The
Payment Request package must include the following:
A. The completed Payment Request Checklist must include the total incurred
and paid expenses along with the following information
(1) TWDB Contract Number;
(2) The reimbursement period; beginning (date) to ending (date);
(3) Total Expenses being requested for this period;
(4) Total In -kind services, if applicable;
(5) Total Federal, TWDB, and Local Share of the total study cost for the
billing period, as applicable;
(6) Total to be reimbursed by TWDB for the billing period; and
(7) Certification, signed by CONTRACTOR's authorized representative, that
the expenses submitted for the billing period are a true and correct
representation of amounts paid for work performed directly related to
this CONTRACT.
TWDB Contract No. 2000012629
Section II, Page 13 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
B. For direct expenses incurred by CONTRACTOR for subcontracted work:
(1) Copies of detailed, itemized invoices/receipts from the subcontractor to
CONTRACTOR and proof of payment by CONTRACTOR. Credit card
summary receipts or statement are not acceptable alone; they must be
accompanied by the itemized invoice or receipt; and
(2) A spreadsheet showing the tasks that were performed; the percent and
cost of each task completed; a total cost figure for each direct expense
category contained in EXHIBIT D; and the total dollar amount paid to
and due to the subcontractor(s). The spreadsheet should also include the
expense budget and the cost of each expense item. Any payments of
expenses which CONTRACTOR withholds from a subcontractor for the
purposes of retainage, will be considered to have been paid by
CONTRACTOR for purposes of determining expenses paid.
C. For direct expenses incurred by CONTRACTOR other than subcontracted
work:
(1) Copies of detailed, itemized invoices/receipts from expenses purchased
by CONTRACTOR and proof of payment by CONTRACTOR. Credit card
summary receipts or statement are not acceptable alone; they must be
accompanied by the itemized invoice or receipt; and
(2) A spreadsheet showing the tasks that were performed, the percent and
cost of each task completed, and a total cost figure for each direct
expense category contained in EXHIBIT D. The spreadsheet should also
include the expense budget and the cost of each expense item.
D. For travel expenses for CONTRACTOR(s) and/or subcontractors:
(1) Names, dates, work locations, time periods at work locations, itemization
of and receipts for subsistence expenses of each employee, limited,
however, travel is limited to the maximum amounts authorized by the
U.S. General Services Administration, as amended or superseded.
Receipts required for lodging;
(2) Copies of invoices or receipts for transportation costs or, if mileage costs,
names, dates, and points of travel of individuals; and
(3) All other reimbursable travel expenses i.e., invoices or purchase
vouchers showing reason for expense with receipts to evidence the
amount incurred.
6. CONTRACTOR has budget flexibility within task and expense budget categories to
the extent that the resulting change in amount, in any one task or expense category,
does not exceed ten (10%) percent of the total authorized amount by this
CONTRACT. Larger deviations require approval by the EXECUTIVE
ADMINISTRATOR or designee and FEMA (as per 2 CFR Part 200, the Uniform
Administrative Requirements for Grants and Cooperative Agreements to State and
Local Governments) which will be documented through an Approved Budget
TWDB Contract No. 2000012629
Section II, Page 14 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Memorandum to the TWDB contract file. CONTRACTOR will be required to provide
written explanation for the overage and reallocation of the task and expense
amount.
For all reimbursement requests, including any subcontractor's expenses, the
EXECUTIVE ADMINISTRATOR must have determined that any REQUIRED
INTERLOCAL AGREEMENT(s) and contracts or agreements between CONTRACTOR
and subcontractors are consistent with the terms of this CONTRACT. CONTRACTOR
is fully responsible for paying all charges by subcontractors prior to reimbursement
by TWDB.
7. CONTRACTOR and its subcontractors must maintain timely, true, and accurate
financial accounting documents and records, including copies of invoices and
receipts, and must make them available for examination and audit by the
EXECUTIVE ADMINISTRATOR. Accounting by CONTRACTOR and its subcontractors
must be in a manner consistent with Generally Accepted Accounting Principles
(GAAP).
8. If CONTRACTOR chooses and is authorized by TWDB for the advance method for
distribution of grant funds under Section I, Article I, Paragraph 21 and submits a
Request for Advance Checklist to the EXECUTIVE ADMINISTRATOR, TWDB will
advance to CONTRACTOR a percentage of the amount shown in EXHIBIT D not to
exceed the amount of the TOTAL PROJECT COST.
9. When CONTRACTOR has incurred expenses sufficient to reconcile the advance
received, CONTRACTOR must submit a Request for Advance to the EXECUTIVE
ADMINISTRATOR before receiving another advance of the FEDERAL SHARE OF THE
TOTAL PROJECT COST. CONTRACTOR must attach the most recent written financial
reports described in Section II, Article X and performance report described in
Section II, Article XI, Paragraph 1 and the documentation listed in Section II, Article
VII, Paragraph 5 to the Request for Advance Checklist. Any expenses incurred by
CONTRACTOR exceeding the amount of the previous advance will be reimbursed
based on the percentage of the FEDERAL SHARE OF THE TOTAL PROJECT COST of
this CONTRACT.
10. Within 30 days of the EXECUTIVE ADMINISTRATOR's final accounting of the
amounts expended by CONTRACTOR and the amounts advanced by TWDB to
CONTRACTOR, CONTRACTOR must refund to TWDB any advances not used for
expenses approved by the EXECUTIVE ADMINISTRATOR. If the amounts expended
by CONTRACTOR exceed the amounts advanced by TWDB, the EXECUTIVE
ADMINISTRATOR will provide such differences to CONTRACTOR, if not in excess of
the FEDERAL SHARE OF THE TOTAL PROJECT COST.
11. Reimbursement Requests that lack required documentation will be denied or short
paid if deficiencies are not resolved within 10 business days. Denied
TWDB Contract No. 2000012629
Section II, Page 15 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Reimbursement Requests or eligible expenses that were short paid must be
resubmitted by CONTRACTOR with the required documentation within 30 days or
prior to next reimbursement request (whichever sooner) to be reconsidered for
reimbursement.
12. If for some reason a reimbursement request cannot be processed due to the need
for an amendment to the CONTRACT, CONTRACTOR will be required to
resubmit the Payment Request Checklist dated after the execution of the
amendment.
13. CONTRACTOR is responsible for any food or entertainment expenses incurred by its
own organization or that of its subcontractors, outside that of the travel expenses
authorized and approved by the State of Texas under this CONTRACT.
14. CONTRACTOR is responsible for submitting any final payment request and
documentation for reimbursement, along with a request to release any retained
funds, no later than 45 days following the PROJECT COMPLETION DATE. Failure to
submit a timely final payment request may result in a lapse of funds and
unavailability of the remaining funding under this CONTRACT.
ARTICLE IX. SUBCONTRACTS
1. Each Subcontract entered into to perform required work under this CONTRACT
must contain the following:
A. A detailed budget estimate with specific cost details for each task or specific item
of work to be performed by the Subcontractor and for each category of
reimbursable expenses.
B. A clause stating the following: "Subcontractor agrees and acknowledges that it is
subject to all applicable requirements of the master contract between the CITY
OF PEARLAND and the Texas Water Development Board, TWDB Contract No.
2000012629. Subcontractor adopts by reference the requirements of Section II,
Article IX of TWDB Contract No. 2000012629 for this Subcontract."
2. All Subcontracts entered into to perform required work under this CONTRACT are
also subject to the following requirements:
A. The Subcontract is subject to audit by the Texas State Auditor's Office, and
Subcontractor must cooperate with any request for information from the Texas
State Auditor, as further described in Section II, Article VI, Paragraph 1I.;
B. Payments under the Subcontract are contingent upon appropriation of funds by
the Texas Legislature, as further described in Section II, Article VI, Paragraph 1D;
TWDB Contract No. 2000012629
Section II, Page 16 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
C. Ownership of data, materials and work papers, in any media, that is gathered,
compiled, adapted for use, or generated by Subcontractor or CONTRACTOR will
become data, materials and work owned by TWDB, and -Subcontractor will have
no proprietary rights in such data, materials and work papers, except as further
described in Section II, Article V;
D. Subcontractor must keep timely and accurate books and records of accounts
according to generally accepted accounting principles, as further described in
Section II, Article VIII, Paragraph 7;
E. Subcontractor is solely responsible for securing all required licenses and permits
from local, state and federal governmental entities and solely responsible for
obtaining sufficient insurance in accordance with the general standards and
practices of the industry or governmental entity; and
F. Subcontractor is an independent contractor and TWDB has no liability resulting
from any failure of Subcontractor that results in breach of contract, property
damage, personal injury or death.
ARTICLE X. FINANCIAL REPORTS
1. CONTRACTOR must submit an original TWDB Quarterly Financial Report (TWDB
QFR) and Federal Financial Report (FFR, SF -425) to the TWDB's quarterly report
mailbox (FloodGrantQuarterlyReports@twdb.texas.gov) within 15 days following
the end of each federal quarter of the PROJECT with the exception of the final report,
which is due 45 days after the PROJECT COMPLETION DATE.
2. If applicable, CONTRACTOR must submit any other reports specified in EXHIBIT A of
this CONTRACT.
ARTICLE XI. PERFORMANCE REPORTING
1. Quarterly. CONTRACTOR must submit an original Program Performance Report
(SF-PPR) and any supporting documentation to the TWDB's quarterly report
mailbox (FloodGrantQuarterlyReports@twdb.texas.gov) within 15 days following
the end of each federal quarter in accordance with Section II, Article IV, Paragraph 3.
2. Final Report. CONTRACTOR must submit an original final Program Performance
Report (SF-PPR), Federal Financial Report (FFR, SF -425), and any supporting
documentation which details all the work performed under the CONTRACT
according to the specific close-out requirements according to Section II, Article IV,
Paragraph 3. The reports must be submitted to the TWDB Contract Manager within
45 days following the PROJECT COMPLETION DATE.
TWDB Contract No. 2000012629
Section II, Page 17 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
ARTICLE XII. AMENDMENT, TERMINATION, AND STOP ORDERS
1. Notice. TWDB, CONTRACTOR, or FEMA may terminate grant award agreements by
giving written notice at least seven calendar days prior to the effective date of the
termination. All notices are to be transmitted via registered or certified mail, return
receipt requested. CONTRACTOR's authority to incur new costs will terminate on
the date of receipt of the notice or the date set forth in the notice. Any costs incurred
up to the earlier of the date of the receipt of the notice or the date of termination set
forth in the notice will be negotiated for final payment. Closeout of the Grant
Agreement will be commenced and processed as prescribed under Section II, Article
IV, Paragraph 3.
2. Discontinuation of Work. Upon receiving notice of termination, CONTRACTOR must
discontinue work in accordance with the EXECUTIVE ADMINISTRATOR's
termination instructions and delay or terminate all applicable orders and
subcontracts immediately.
3. Unpaid Balances. In the event that this CONTRACT is terminated, TWDB's only
liability will be to pay CONTRACTOR the unpaid balance due CONTRACTOR for
work actually performed.
4. The EXECUTIVE ADMINISTRATOR may issue a Stop Work Order to CONTRACTOR at
any time. Upon receipt of such order, CONTRACTOR must discontinue all work
under this CONTRACT and cancel all orders pursuant to this CONTRACT, unless the
order directs otherwise. If the EXECUTIVE ADMINISTRATOR does not issue a
Restart Order within 60 days of the Stop Work Order, this CONTRACT is terminated
in accordance with the foregoing provisions.
5. The EXECUTIVE ADMINISTRATOR can extend the PROJECT COMPLETION DATE
upon written approval from FEMA. CONTRACTOR must notify the EXECUTIVE
ADMINISTRATOR in writing within 90 days prior to the PROJECT COMPLETION
DATE if an extension is required.
6. If termination of the CONTRACT occurs, the procedures described in 2 CFR Part 200,
Uniform Administrative Requirements for Grants and Cooperative Agreements to
State and Local Governments, will be followed.
TWDB Contract No. 2000012629
Section II, Page 18 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
ARTICLE XIII. CORRESPONDENCE, REPORTS, AND REIMBURSEMENTS
All correspondence, reports, and reimbursements related to this CONTRACT must be
made to the following addresses:
For TWDB:
Contract Matters:
Texas Water Development Board
Attention: Contract Administration
P.O. Box 13231
Austin, Texas 78711-3231
Email: contracts@twdb.texas.gov
Payment Request Submission:
Texas Water Development Board
Attention: Accounts Payable
P.O. Box 13231
Austin, Texas 78711-3231
Email: invoice@twdb.texas.gov
Physical Address:
Stephen F. Austin State Office Building
1700 N. Congress Avenue
Austin, Texas 78701
For CONTRACTOR:
Contract Matters:
Rajendra Shrestha
3519 Liberty DR STE 201
Pearland, TX 77581
Email: rshrestha@pearlandtx.gov
Payment Request Submission:
Joel Hardy
3519 Liberty DR STE 201
Pearland, TX 77581
Email: Jhardy@pearlandtx.gov
Physical Address:
3519 Liberty DR STE 201
Pearland, TX 77581
IN WITNESS WHEREOF, the PARTIES have caused this CONTRACT to be duly executed.
TEXAS WATER DEVELOPMENT BOARD CITY OF PEARLAND
Jeff Walker Trent Epperson
Executive Administrator Interim City Manager
Date: 2/23/2023
Date: 2/22/2023
TWDB Contract No. 2000012629
Section II, Page 19 of 19
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
EXHIBIT A
FEMA AWARD PACKAGE
• Award Cover Letter
• Form 76-10A
• Article of Agreement
• Cost Review
• National Environmental Policy Act Requirements
• Notice of Funding Opportunity
TWDB Contract No. 2000012629
EXHIBIT A, Page 1
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
EXHIBIT B
ORIGINAL GRANT APPLICATION
TWDB Contract No. 2000012629
EXHIBIT B, Page 1
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
EXHIBIT C
IMPLEMENTATION PLAN
Once the City of Pearland verifies or updates the Implementation plan this language will
be removed.
The implementation plan will be provided to the TWDB for review and approval within
90 days of execution of this contract. The approved implementation plan will become a
permanent part of this CONTRACT.
TWDB Contract No. 2000012629
EXHIBIT C, Page 1
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
EXHIBIT D
TASK AND EXPENSE BUDGETS
TASK BUDGET
TASK
DESCRIPTION
AMOUNT
Task 1
Project Construction Management
$11,000.00
Task 2
Elevation cost
$443,850.00
Task 3
Temporary Housing
$21,960.00
Task 4
Program Administration
$22,950.00
Total
$ 499,760.00
EXPENSE BUDGET
Expense Category
Total Budget
Salaries and Wages'
$22,950.00
Fringe2
Travel3
Subcontractor (Pre -Award)
Subcontractor
$11,000.00
Subcontractor (Elevation)
$443,850.00
Other Expenses- Temporary Housing4
$21,960.00
Project Inspection Fees
Architectural and engineering fees
Other architectural and en ineerin fees
Property Buyout6
1 Salaries and Wages is defined as the cost of salaries of engineers, draftsmen, surveymen, clerks, laborers, etc., for time
directly chargeable to this CONTRACT.
2 Fringe is defined as the cost of social security contributions, unemployment, excise, and payroll taxes, workers
compensation insurance, retirement benefits, medical and insurance benefits, sick leave, vacation, and holiday pay applicable
thereto.
3 Travel is limited to the maximum amounts authorized by the U.S. General Services Administration, as amended or
superseded.
4Other Expenses is defined to include the cost of temporary housing for the homeowner while the elevation is being
performed for this CONTRACT.
6 Property Buyout is defined as the cost of Site Acquisitions, Appraisal, Property Owner Counseling, Title Search and Closing
and tenant or inhabitant relocation assistance
Required Federal Structure Reimbursement Percentages
TWDB Contract No. 2000012629
EXHIBIT D, Page 1 of 2
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Property Address
Federal
Share
Percentage
Local Share
Percentage
6022 Josephine Street, Pearland, TX 77854
100
0
5604 Colmesneil Dr., Pearland, TX 77584
100
0
TWDB Contract No. 2000012629
EXHIBIT D, Page 1 of 2
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Award Letter
U.S. Department of Homeland Security
Washington, D.C. 20472
Effective date: 03/21/2022
FEMA
John Dupnik
WATER DEVELOPMENT BOARD, TEXAS
P. O. BOX 13231
AUSTIN, TX 78711
EMT -2020 -FM -007
Dear John Dupnik,
$14,041,636.97 in Federal Funding.
Congratulations, on behalf of the Department of Homeland Security, your application for financial
asssistance submitted under the Fiscal Year 2020 Flood Mitigation Assistance funding opportunity has
been approved in the amount of $14,041,636.97 in Federal Funding. As a condition of this award, you are
required to contribute a cost match in the amount of $436,537.32 of non -Federal funds. The Federal share
is $14,041,636.97 of the approved total project cost of $14,478,174.29. Please see the FY 2020 FMA
Notice of Funding Opportunity for information on how to meet this cost share requirement.
Before you request and receive any of the Federal funds awarded to you, you must establish acceptance
of the award through the FEMA Grants Outcomes (FEMA GO) system. By accepting this award, you
acknowledge that the terms of the following documents are incorporated into the terms of your award:
• Award Summary
• Agreement Articles
• Obligating Document
• FY 2020 FMA Notice of Funding Opportunity (NOFO)
Please make sure you read, understand, and maintain a copy of these documents in your official file for this
award.
Sincerely,
Mark Price
Director
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Obligating document
1.Agreement
No.
EMT-2020-FM-
007
2. Amendment
No.
N/A
3. Recipient
No.
742378168
4. Type of
Action
AWARD
5. Control No.
TX00060N2022T-
001
6. Recipient Name and
Address
WATER DEVELOPMENT
BOARD, TEXAS
1700 N CONGRESS AVE STE
690
AUSTIN, TX 78701
7. Issuing FEMA Office and
Address
FEMA Region VI
800 N. Loop 288
Denton, Texas 76209-3698
940-898-5399
8. Payment Office and
Address
FEMA Finance Center
P.O. Box 9001
Winchester, VA 22604
(540) 504-1900
9. Name of Recipient Project
Officer
John Dupnik
9a. Phone
No.
512-
9360861
10. Name of FEMA Project
Officer
Flood Mitigation Assistance
Program _
10a. Phone
No.
816-283-
7061
11. Effective Date of
This Action
03/21/2022
12. Method of
Payment
OTHER - FEMA
GO
13. Assistance
Arrangement
COST SHARING
14. Performance
Period
03/22/2022 to
03/21/2025
Budget Period
03/22/2022 to
03/21/2025
15. Description of Action a. (Indicate funding data for awards or financial changes)
Program
Name
Abbreviation
Assistance
Listings
No.
Accounting
Data(ACCS
Code)
Prior
Total
Award
Amount
Awarded This
Action + or (-)
Current Total
Award
Cumulative
Non -Federal
Commitment
FMA
97.029
2022-05-
JG05
R062-xxxx-
4101-D
$0.00
$14,041,636.97
$14,041,636.97
See Totals
Totals
$0.00
$14,041,636.97
$14,041,636.97
$436,537.32
b. To describe changes other than funding data or financial changes, attach schedule
and check here:
N/A
16.FOR NON DISASTER PROGRAMS: RECIPIENT IS REQUIRED TO SIGN AND
RETURN THREE COPIES OF THIS DOCUMENT TO FEMA Block 7 for
(3) (Scc
address)
This is not applicable for digitally signed grant agreements.
17. RECIPIENT SIGNATORY OFFICIAL (Name and Title) DATE
John Dupnik 05/10/2022
18. FEMA SIGNATORY OFFICIAL (Name and Title) DATE
Mark Price, Director 03/21/2022
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08O1C94EB63A
U.S. DEPARTMENT OF HOMELAND SECURITY
FEDERAL EMERGENCY MANAGEMENT AGENCY
ATTACHMENT to FEMA Form 76-10A, Obligating Document for Award/Amendment
Obligation Number:
Recipient:
Program:
EMT -2020 -FM -007
Texas Water Development Board
Flood Mitigation Assistance (FMA)
Block 15b. Description of Action Changes
Award of funds is based on the application for Federal Assistance submitted by recipient with the following contingencies:
Purpose: To award federal funds to sub -awards referenced below
Terms and conditions of this grant are specified in the attached Agreement Articles.
Execution of the FF76-10a is agreement that the program will be performed in accordance with the applicable program guidance, the approved SF424
Application for Federal Assistance, and the associated statement of work.
The funds awarded for this grant are available for obligation by the recipient during the period 03/22/2022 through 03/21/2025. The recipient is not
authorized to incur new obligations after the expiration date shown below unless a new expiration date is established by FEMA in a letter signed by the FEMA
Assistance Officer or through issuance of a new FEMA Form 76-10a.
Sub -grants included in this
award:
Sub -recipient and Project Title
Awarded This
Action (Add'I Ob
Federal or Deob)
Total Federal Share
Awarded This
Non -Federal Action (Add'I Ob
Share or Deob)
Total Non -
Federal Share
Total
Amend #
EMT -2020 -FM -007-0005
Pearland -Flood Mitigation Assistance
$499,760.00
$499,760.00
$0.00
$0.00
$499,760.00
A-0
EMT -2020 -FM -007-0007
HCFCD - SRL Motel Buyout
$3,760,150.00
$3,760,150.00
$0.00
$0.00
$3,760,150.00
A-0
EMT -2020 -FM -007-0008
Jersey Village - Elevation Project No. 1
$4,536,131.00
$4,536,131.00
$391,639.00
$391,639.00
$4,927,770.00
A-0
EMT -2020 -FM -007-0010
Jefferson County - Elevations
$1,010,727.90
$1,010,727.90
$0.00
$0.00
$1,010,727.90
A-0
EMT -2020 -FM -007-0012
Taylor Lake Village - Elevation Project
$2,752,920.68
$2,752,920.68
$24,898.32
$24,898.32
$2,777,819.00
A-0
EMT -2020 -FM -007-0014
JCDD6 - Hazard Mitigation Plan Update
$25,000.00
$25,000.00
$20,000.00
$20,000.00
$45,000.00
A-0
EMT -2020 -FM -007-0016
Houston - Elevation Project
$1,456,947.39
$1,456,947.39
$0.00
$0.00
$1,456,947.39
A-0
$14,041,636.97
$0.00
$14,041,636.97
$436,537.32
$0.00
$436,537.32
$14,478,174.29
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Agreement Articles
Program: Fiscal Year 2020 Flood Mitigation Assistance
Recipient: WATER DEVELOPMENT BOARD, TEXAS
UEI-EFT: JZFMT39LKH51-
DUNS number: 091209978
Award number: EMT -2020 -FM -007
Table of contents
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Article 1 Assurances, Administrative Requirements, Cost Principles, Representations and
Certifications
Article 2 DHS Specific Acknowledgements and Assurances
Article 3 Acknowledgement of Federal Funding from DHS
Article 4 Activities Conducted Abroad
Article 5 Age Discrimination Act of 1975
Article 6 Americans with Disabilities Act of 1990
Article 7 Best Practices for Collection and Use of Personally Identifiable Information
Article 8 Civil Rights Act of 1964 — Title VI
Article 9 Civil Rights Act of 1968
Article Copyright
10
Article Debarment and Suspension
11
Article Drug -Free Workplace Regulations
12
Article Duplication of Benefits
13
Article Education Amendments of 1972 (Equal Opportunity in Education Act) — Title IX
14
Article Energy Policy and Conservation Act
15
Article False Claims Act and Program Fraud Civil Remedies
16
Article Federal Debt Status
17
Article Federal Leadership on Reducing Text Messaging while Driving
18
Article Fly America Act of 1974
19
Article Hotel and Motel Fire Safety Act of 1990
20
Article Limited English Proficiency (Civil Rights Act of 1964, Title VI)
21
Article Lobbying Prohibitions
22
Article National Environmental Policy Act
23
Article Nondiscrimination in Matters Pertaining to Faith -Based Organizations
24
Article Non -Supplanting Requirement
25
Article Notice of Funding Opportunity Requirements
26
Article Patents and Intellectual Property Rights
27
Article Procurement of Recovered Materials
28
Article Rehabilitation Act of 1973
29
Article Reporting of Matters Related to Recipient Integrity and Performance
30
Article Reporting Subawards and Executive Compensation
31
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Article SAFECOM
32
Article Terrorist Financing
33
Article Trafficking Victims Protection Act of 2000 (TVPA)
34
Article Universal Identifier and System of Award Management
35
Article USA PATRIOT Act of 2001
36
Article Use of DHS Seal, Logo and Flags
37
Article Whistleblower Protection Act
38
Article Acceptance of Post Award Changes
39
Article Prior Approval for Modification of Approved Budget
40
Article Disposition of Equipment Acquired Under the Federal Award
41
Article Environmental Planning and Historic Preservation (EHP) Review
42
Article Award Performance Goals
43
Article Performance Metrics
44
Article Changes to Title 2, Code of Federal Regulations
45
Article Construction Project Requirements
46
Article Copyright and Data Rights
47
Article Remedies for Noncompliance and Enforcement
48
Article Insurance
49
Article FMA Duplication of Benefits
50
Article Additional Non -Discrimination Requirements
51
Article Changes in Scope of Work
52
Article Recoupment of Funds
53
Article Recovery of Funds
54
Article Reporting of Fraud
55
Article Closeout and Final Reports
56
Article Record Retention
57
Article Termination
58
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Article Resource Conservation and Recovery Act, aka Solid Waste Disposal Act (RCRA)
59
Article Clean Air Act (CAA)
60
Article Executive Order 11988 - Floodplains
61
Article Standard Condition #1
62
Article Standard Condition #2
63
Article Standard Condition #3
64
Article Clean Air Act (CAA)
65
Article Executive Order 11988 - Floodplains
66
Article Executive Order 11988 - Floodplains
67
Article Resource Conservation and Recovery Act, aka Solid Waste Disposal Act (RCRA)
68
Article Standard Condition #1
69
Article Standard Condition #2
70
Article Standard Condition #3
71
Article Clean Air Act (CAA)
72
Article Resource Conservation and Recovery Act, aka Solid Waste Disposal Act (RCRA)
73
Article Executive Order 11988 - Floodplains
74
Article Executive Order 11988 - Floodplains
75
Article Standard Condition #1
76
Article Standard Condition #2
77
Article Standard Condition #3
78
Article Clean Air Act (CAA)
79
Article Resource Conservation and Recovery Act, aka Solid Waste Disposal Act (RCRA)
80
Article Executive Order 11988 - Floodplains
81
Article Executive Order 11988 - Floodplains
82
Article Standard Condition #1
83
Article Standard Condition #2
84
Article Standard Condition #3
85
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Article Clean Air Act (CAA)
86
Article Executive Order 11988 - Floodplains
87
Article Executive Order 11988 - Floodplains
88
Article Resource Conservation and Recovery Act, aka Solid Waste Disposal Act (RCRA)
89
Article Standard Condition #1
90
Article Standard Condition #2
91
Article Standard Condition #3
92
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 1
Assurances, Administrative Requirements, Cost Principles, Representations
and Certifications
DHS financial assistance recipients must complete either the Office of Management
and Budget (OMB) Standard Form 424B Assurances - Non -Construction Programs,
or OMB Standard Form 424D Assurances - Construction Programs, as applicable.
Certain assurances in these documents may not be applicable to your program, and
the DHS financial assistance office (DHS FAO) may require applicants to certify
additional assurances. Applicants are required to fill out the assurances applicable to
their program as instructed by the awarding agency. Please contact the DHS FAO if
you have any questions. DHS financial assistance recipients are required to follow the
applicable provisions of the Uniform Administrative Requirements, Cost Principles,
and Audit Requirements for Federal Awards located at Title 2, Code of Federal
Regulations (C.F.R.) Part 200, and adopted by DHS at 2 C.F.R. Part 3002. By
accepting this agreement, the recipient and its executives, as defined in 2 C.F.R. §
170.315, certify that the recipient policies are in accordance with OMB guidance
located at 2 C.F.R. Part 200, all applicable federal laws, and relevant Executive
guidance.
Article 2
DHS Specific Acknowledgements and Assurances
All recipients, subrecipients, successors, transferees, and assignees must
acknowledge and agree to comply with applicable provisions governing DHS access
to records, accounts, documents, information, facilities, and staff. 1. Recipients must
cooperate with any compliance reviews or compliance investigations conducted by
DHS. 2. Recipients must give DHS access to, and the right to examine and copy,
records, accounts, and other documents and sources of information related to the
federal financial assistance award and permit access to facilities, personnel, and other
individuals and information as may be necessary, as required by DHS regulations and
other applicable laws or program guidance. 3. Recipients must submit timely,
complete, and accurate reports to the appropriate DHS officials and maintain
appropriate backup documentation to support the reports. 4. Recipients must comply
with all other special reporting, data collection, and evaluation requirements, as
prescribed by law or detailed in program guidance. 5. Recipients of federal financial
assistance from DHS must complete the DHS Civil Rights Evaluation Tool within thirty
(30) days of receipt of the Notice of Award or, for State Administrative Agencies, thirty
(30) days from receipt of the DHS Civil Rights Evaluation Tool from DHS or its
awarding component agency. After the initial submission for the first award under
which this term applies, recipients are required to provide this information once every
two (2) years if they have an active award, not every time an award is made.
Recipients should submit the completed tool, including supporting materials, to
CivilRightsEvaluation@hq.dhs.gov. This tool clarifies the civil rights obligations and
related reporting requirements contained in the DHS Standard Terms and Conditions.
Subrecipients are not required to complete and submit this tool to DHS. The
evaluation tool can be found at https://www.dhs.gov/publication/dhs-civil-rights-
evaluation-tool. The DHS Office for Civil Rights and Civil Liberties will consider, in its
discretion, granting an extension if the recipient identifies steps and a timeline for
completing the tool. Recipients should request extensions by emailing the request to
CivilRightsEvaluation@hq.dhs.gov prior to expiration of the 30 -day deadline.
Article 3
Acknowledgement of Federal Funding from DHS
Recipients must acknowledge their use of federal funding when issuing statements,
press releases, requests for proposal, bid invitations, and other documents describing
projects or programs funded in whole or in part with federal funds.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 4
Activities Conducted Abroad
Recipients must ensure that project activities carried on outside the United States are
coordinated as necessary with appropriate government authorities and that
appropriate licenses, permits, or approvals are obtained.
Article 5
Age Discrimination Act of 1975
Recipients must comply with the requirements of the Age Discrimination Act of 1975,
Pub. L. No. 94-135 (1975) (codified as amended at Title 42, U.S. Code, § 6101 et
seq.), which prohibits discrimination on the basis of age in any program or activity
receiving federal financial assistance.
Article 6
Americans with Disabilities Act of 1990
Recipients must comply with the requirements of Titles I, II, and III of the Americans
with Disabilities Act, Pub. L. No. 101-336 (1990) (codified as amended at 42 U.S.C.
§§ 12101-12213), which prohibits recipients from discriminating on the basis of
disability in the operation of public entities, public and private transportation systems,
places of public accommodation, and certain testing entities.
Article 7
Best Practices for Collection and Use of Personally Identifiable Information
Recipients who collect personally identifiable information (PI I) are required to have a
publicly available privacy policy that describes standards on the usage and
maintenance of the PII they collect. DHS defines PII as any information that permits
the identity of an individual to be directly or indirectly inferred, including any
information that is linked or linkable to that individual. Recipients may also find the
DHS Privacy Impact Assessments: Privacy Guidance at
http://www.dhs.gov/xlibrary/assets/privacy/privacy_ pia_ guidance_june2010.pdf and
Privacy Template at
https://www.dhs.gov/sites/default/files/publications/privacy_pia_template 2017.pdf as
useful resources respectively.
Article 8
Civil Rights Act of 1964 — Title VI
Recipients must comply with the requirements of Title VI of the Civil Rights Act of
1964 (codified as amended at 42 U.S.C. § 2000d et seq.), which provides that no
person in the United States will, on the grounds of race, color, or national origin, be
excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving federal financial assistance.
DHS implementing regulations for the Act are found at 6 C.F.R. Part 21 and 44 C.F.R.
Part 7.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 9
Civil Rights Act of 1968
Recipients must comply with Title VIII of the Civil Rights Act of 1968, Pub. L. No. 90-
284, as amended through Pub. L. 113-4, which prohibits recipients from discriminating
in the sale, rental, financing, and advertising of dwellings, or in the provision of
services in connection therewith, on the basis of race, color, national origin, religion,
disability, familial status, and sex (see 42 U.S.C. § 3601 et seq.), as implemented by
the U.S. Department of Housing and Urban Development at 24 C.F.R. Part 100. The
prohibition on disability discrimination includes the requirement that new multifamily
housing with four or more dwelling units—i.e., the public and common use areas and
individual apartment units (all units in buildings with elevators and ground -floor units in
buildings without elevators) —be designed and constructed with certain accessible
features. (See 24 C.F.R. Part 100, Subpart D.)
Article 10 Copyright
Recipients must affix the applicable copyright notices of 17 U.S.C. §§ 401 or 402 and
an acknowledgement of U.S. Government sponsorship (including the award number)
to any work first produced under federal financial assistance awards.
Article 11
Debarment and Suspension
Recipients are subject to the non -procurement debarment and suspension regulations
implementing Executive Orders (E.O.) 12549 and 12689, which are at 2 C.F.R. Part
180 as adopted by DHS at 2 C.F.R. Part 3000. These regulations restrict federal
financial assistance awards, subawards, and contracts with certain parties that are
debarred, suspended, or otherwise excluded from or ineligible for participation in
federal assistance programs or activities.
Article 12
Drug -Free Workplace Regulations
Recipients must comply with drug -free workplace requirements in Subpart B (or
Subpart C, if the recipient is an individual) of 2 C.F.R. Part 3001, which adopts the
Government -wide implementation (2 C.F.R. Part 182) of Sec. 5152-5158 of the Drug -
Free Workplace Act of 1988 (41 U.S.C. §§ 8101-8106).
Article 13
Duplication of Benefits
Any cost allocable to a particular federal financial assistance award provided for in 2
C.F.R. Part 200, Subpart E may not be charged to other federal financial assistance
awards to overcome fund deficiencies; to avoid restrictions imposed by federal
statutes, regulations, or federal financial assistance award terms and conditions; or for
other reasons. However, these prohibitions would not preclude recipients from shifting
costs that are allowable under two or more awards in accordance with existing federal
statutes, regulations, or the federal financial assistance award terms and conditions.
Article 14
Education Amendments of 1972 (Equal Opportunity in Education Act) — Title
IX
Recipients must comply with the requirements of Title IX of the Education
Amendments of 1972, Pub. L. 92-318 (1972) (codified as amended at 20 U.S.C. §
1681 et seq.), which provide that no person in the United States will, on the basis of
sex, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any educational program or activity receiving federal financial
assistance. DHS implementing regulations are codified at 6 C.F.R. Part 17 and 44
C.F.R. Part 19.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 15
Energy Policy and Conservation Act
Recipients must comply with the requirements of the Energy Policy and Conservation
Act, Pub. L. 94- 163 (1975) (codified as amended at 42 U.S.C. § 6201 et seq.), which
contain policies relating to energy efficiency that are defined in the state energy
conservation plan issued in compliance with this Act.
Article 16
False Claims Act and Program Fraud Civil Remedies
Recipients must comply with the requirements of the False Claims Act, 31 U.S.C. §§
3729-3733, which prohibit the submission of false or fraudulent claims for payment to
the federal government. (See 31 U.S.C. §§ 3801-3812, which details the
administrative remedies for false claims and statements made.)
Article 17
Federal Debt Status
All recipients are required to be non -delinquent in their repayment of any federal debt.
Examples of relevant debt include delinquent payroll and other taxes, audit
disallowances, and benefit overpayments. (See OMB Circular A-129.)
Article 18
Federal Leadership on Reducing Text Messaging while Driving
Recipients are encouraged to adopt and enforce policies that ban text messaging
while driving as described in E.O. 13513, including conducting initiatives described in
Section 3(a) of the Order when on official government business or when performing
any work for or on behalf of the federal government.
Article 19
Fly America Act of 1974
Recipients must comply with Preference for U.S. Flag Air Carriers (air carriers holding
certificates under 49 U.S.C. § 41102) for international air transportation of people and
property to the extent that such service is available, in accordance with the
International Air Transportation Fair Competitive Practices Act of 1974, 49 U.S.C. §
40118, and the interpretative guidelines issued by the Comptroller General of the
United States in the March 31, 1981, amendment to Comptroller General Decision B-
138942.
Article 20
Hotel and Motel Fire Safety Act of 1990
In accordance with Section 6 of the Hotel and Motel Fire Safety Act of 1990, 15 U.S.C.
§ 2225a, recipients must ensure that all conference, meeting, convention, or training
space funded in whole or in part with federal funds complies with the fire prevention
and control guidelines of the Federal Fire Prevention and Control Act of 1974,
(codified as amended at 15 U.S.C. § 2225.)
Article 21
Limited English Proficiency (Civil Rights Act of 1964, Title VI)
Recipients must comply with Title VI of the Civil Rights Act of 1964, (42 U.S.C. §
2000d et seq.) prohibition against discrimination on the basis of national origin, which
requires that recipients of federal financial assistance take reasonable steps to provide
meaningful access to persons with limited English proficiency (LEP) to their programs
and services. For additional assistance and information regarding language access
obligations, please refer to the DHS Recipient Guidance:
https://www.dhs.gov/guidance- published -help -department- supported -organizations -
provide -meaningful -access -people -limited and additional resources on
http://www.lep.gov.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 22
Lobbying Prohibitions
Recipients must comply with 31 U.S.C. § 1352, which provides that none of the funds
provided under a federal financial assistance award may be expended by the recipient
to pay any person to influence, or attempt 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 any federal action related to a federal award
or contract, including any extension, continuation, renewal, amendment, or
modification.
Article 23
National Environmental Policy Act
Recipients must comply with the requirements of the National Environmental Policy
Act of 1969 (NEPA), Pub. L. 91-190 (1970) (codified as amended at 42 U.S.C. § 4321
et seq.) and the Council on Environmental Quality (CEQ) Regulations for Implementing
the Procedural Provisions of NEPA, which require recipients to use all practicable
means within their authority, and consistent with other essential considerations of
national policy, to create and maintain conditions under which people and nature can
exist in productive harmony and fulfill the social, economic, and other needs of present
and future generations of Americans.
Article 24
Nondiscrimination in Matters Pertaining to Faith -Based Organizations
It is DHS policy to ensure the equal treatment of faith- based organizations in social
service programs administered or supported by DHS or its component agencies,
enabling those organizations to participate in providing important social services to
beneficiaries. Recipients must comply with the equal treatment policies and
requirements contained in 6 C.F.R. Part 19 and other applicable statues, regulations,
and guidance governing the participations of faith -based organizations in individual
DHS programs.
Article 25
Non -Supplanting Requirement
Recipients receiving federal financial assistance awards made under programs that
prohibit supplanting by law must ensure that federal funds do not replace (supplant)
funds that have been budgeted for the same purpose through non-federal sources.
Article 26
Notice of Funding Opportunity Requirements
All the instructions, guidance, limitations, and other conditions set forth in the Notice of
Funding Opportunity (NOFO) for this program are incorporated here by reference in
the award terms and conditions. All recipients must comply with any such
requirements set forth in the program NOFO.
Article 27
Patents and Intellectual Property Rights
Recipients are subject to the Bayh-Dole Act, 35 U.S.C. § 200 et seq, unless otherwise
provided by law. Recipients are subject to the specific requirements governing the
development, reporting, and disposition of rights to inventions and patents resulting
from federal financial assistance awards located at 37 C.F.R. Part 401 and the
standard patent rights clause located at 37 C.F.R. § 401.14.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 28
Procurement of Recovered Materials
States, political subdivisions of states, and their contractors must comply with Section
6002 of the Solid Waste Disposal Act, Pub. L. 89-272 (1965), (codified as amended
by the Resource Conservation and Recovery Act, 42 U.S.C. § 6962.) The
requirements of Section 6002 include procuring only items designated in guidelines of
the Environmental Protection Agency (EPA) at 40 C.F.R. Part 247 that contain the
highest percentage of recovered materials practicable, consistent with maintaining a
satisfactory level of competition.
Article 29
Rehabilitation Act of 1973
Recipients must comply with the requirements of Section 504 of the Rehabilitation Act
of 1973, Pub. L. 93-112 (1973) (codified as amended at 29 U.S.C. § 794) which
provides that no otherwise qualified handicapped individuals in the United States will,
solely by reason of the handicap, be excluded from participation in, be denied the
benefits of, or be subjected to discrimination under any program or activity receiving
federal financial assistance.
Article 30
Reporting of Matters Related to Recipient Integrity and Performance
If the total value of any currently active grants, cooperative agreements, and
procurement contracts from all federal awarding agencies exceeds $10,000,000 for
any period of time during the period of performance of this federal award, then the
recipients must comply with the requirements set forth in the government -wide Award
Term and Condition for Recipient Integrity and Performance Matters located at 2
C.F.R. Part 200, Appendix XII, the full text of which is incorporated here by reference
in the award terms and conditions.
Article 31
Reporting Subawards and Executive Compensation
Recipients are required to comply with the requirements set forth in the government -
wide award term on Reporting Subawards and Executive Compensation located at 2
C.F.R. Part 170, Appendix A, the full text of which is incorporated here by reference in
the award terms and conditions.
Article 32 SAFECOM
Recipients receiving federal financial assistance awards made under programs that
provide emergency communication equipment and its related activities must comply
with the SAFECOM Guidance for Emergency Communication Grants, including
provisions on technical standards that ensure and enhance interoperable
communications.
Article 33
Terrorist Financing
Recipients must comply with E.O. 13224 and U.S. laws that prohibit transactions with,
and the provisions of resources and support to, individuals and organizations
associated with terrorism. Recipients are legally responsible to ensure compliance
with the Order and laws.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 34
Trafficking Victims Protection Act of 2000 (TVPA)
Recipients must comply with the requirements of the government -wide financial
assistance award term which implements Section 106(g) of the Trafficking Victims
Protection Act of 2000 (TVPA), codified as amended at 22 U.S.C. § 7104. The award
term is located at 2 C.F.R. § 175.15, the full text of which is incorporated here by
reference.
Article 35
Universal Identifier and System of Award Management
Recipients are required to comply with the requirements set forth in the government -
wide financial assistance award term regarding the System for Award Management
and Universal Identifier Requirements located at 2 C.F.R. Part 25, Appendix A, the full
text of which is incorporated here by reference.
Article 36
USA PATRIOT Act of 2001
Recipients must comply with requirements of Section 817 of the Uniting and
Strengthening America by Providing Appropriate Tools Required to Intercept and
Obstruct Terrorism Act of 2001 (USA PATRIOT Act), Pub. L. No. 107-56, which
amends 18 U.S.C. §§ 175-175c.
Article 37
Use of DHS Seal, Logo and Flags
Recipients must obtain permission from their DHS FAO prior to using the DHS seal(s),
logos, crests or reproductions of flags or likenesses of DHS agency officials, including
use of the United States Coast Guard seal, logo, crests or reproductions of flags or
likenesses of Coast Guard officials.
Article 38
Whistleblower Protection Act
Recipients must comply with the statutory requirements for whistleblower protections
(if applicable) at 10 U.S.C § 2409, 41 U.S.C. § 4712, and 10 U.S.C. § 2324, 41 U.S.C.
§§ 4304 and 4310.
Article 39
Acceptance of Post Award Changes
In the event FEMA determines that changes are necessary to the award document
after an award has been made, including changes to period of performance or terms
and conditions, recipients will be notified of the changes in writing. Once notification
has been made, any subsequent request for funds will indicate recipient acceptance of
the changes to the award. Please call the FEMA/GMD Call Center at (866) 927-5646
or via e-mail to ASK-GMD@fema.dhs.gov if you have any questions.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 40
Prior Approval for Modification of Approved Budget
Before making any change to the FEMA approved budget for this award, you must
request prior written approval from FEMA where required by 2 C.F.R. § 200.308.
FEMA is also utilizing its discretion to impose an additional restriction under 2 C.F.R. §
200.308(f) regarding the transfer of funds among direct cost categories, programs,
functions, or activities. Therefore, for awards with an approved budget where the
federal share is greater than the simplified acquisition threshold (currently $250,000),
you may not transfer funds among direct cost categories, programs, functions, or
activities without prior written approval from FEMA where the cumulative amount of
such transfers exceeds or is expected to exceed ten percent (10%) of the total budget
FEMA last approved. You must report any deviations from your FEMA approved
budget in the first Federal Financial Report (SF -425) you submit following any budget
deviation, regardless of whether the budget deviation requires prior written approval.
Article 41
Disposition of Equipment Acquired Under the Federal Award
When original or replacement equipment acquired under this award by the recipient or
its subrecipients is no longer needed for the original project or program or for other
activities currently or previously supported by a federal awarding agency, you must
request instructions from FEMA to make proper disposition of the equipment pursuant
to 2 C.F.R. § 200.313.
Article 42
Environmental Planning and Historic Preservation (EHP) Review
DHS/FEMA funded activities that may require an EHP review are subject to the FEMA
Environmental Planning and Historic Preservation (EHP) review process. This review
does not address all federal, state, and local requirements. Acceptance of federal
funding requires recipient to comply with all federal, state, and local laws. DHS/FEMA
is required to consider the potential impacts to natural and cultural resources of all
projects funded by DHS/FEMA grant funds, through its EHP Review process, as
mandated by the National Environmental Policy Act; National Historic Preservation Act
of 1966, as amended; National Flood Insurance Program regulations; and, any other
applicable laws and Executive Orders. To access the FEMA EHP screening form and
instructions, go to the DHS/FEMA website at: https://www.fema.gov/media-
library/assets/documents/90195. In order to initiate EHP review of your project(s), you
must complete all relevant sections of this form and submit it to the Grant Programs
Directorate (GPD) along with all other pertinent project information. The EHP review
process must be completed before funds are released to carry out the proposed
project; otherwise, DHS/FEMA may not be able to fund the project due to
noncompliance with EHP laws, executive order, regulations, and policies. If ground
disturbing activities occur during construction, applicant will monitor ground
disturbance, and if any potential archeological resources are discovered, applicant will
immediately cease work in that area and notify the pass -through entity, if applicable,
and DHS/FEMA.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 43
Award Performance Goals
FEMA will measure the recipient's performance of the grant by comparing the number
of supplies needed and requested in its application, the number of supplies acquired
and delivered by the end of the period of performance, and the performance metric as
stated in the NOFO to equip 100 percent of on -duty active members with Personal
Protective Equipment. In order to measure performance, FEMA may request
information throughout the period of performance. In its final performance report
submitted at closeout, the recipient is required to report on the number of PPE
purchased and the percentage of on -duty active members provided with PPE in
compliance with the standards described in the NOFO.
Article 44
Performance Metrics
Flood Mitigation Assistance (FMA) aims to implement projects that reduce flood risks
posed to repetitively flooded properties insured under the National Flood Insurance
Program (NFIP), by funding priority projects and activities. To achieve these goals, for
FY 2020 FMA is prioritizing the following types of projects: Project Scoping,
Community Flood Mitigation (aka localized flood control) projects, Flood Mitigation
Plans, Technical Assistance, and Individual Property Mitigation that mitigate flood
risks to NFIP participating communities and active policyholders. FEMA will evaluate
input and output indicators of each federal award by measuring the total properties
mitigated that carry a Severe Repetitive Loss (SRL) and Repetitive Loss (RL)
definition pursuant to 42 U.S. Code § 4104.h(2) and (3), and are included in a final
mitigation action. FEMA will also evaluate each award output by measuring project
capability to positively influence the government's goal of mitigating SRL & RL
designated properties and thereby the reduction of future losses to the NFIP under this
award. In addition, the Benefit -Cost Analysis (BCA) is the method by which the future
benefits of a hazard mitigation project are determined and compared to its costs. The
end result is a BCR, which is calculated by a project's total benefits divided by its total
costs. The BCR is a numerical expression of the "cost-effectiveness" of a project. A
project is considered to be cost effective when the BCR is 1.0 or greater, indicating
FEMA expects the benefits of a prospective hazard mitigation project are sufficient to
justify the costs.
Article 45
Changes to Title 2, Code of Federal Regulations
The references in the FY 2020 FMA NOFO to regulations in 2 C.F.R. Parts 25, 170,
and 200 have been superseded by recent revisions by the Office of Management and
Budget (OMB). Most of the changes are effective November 12, 2020, with a couple
effective August 13, 2020. See OMB, Guidance for Grants and Agreements, Final
Guidance, 85 Fed. Reg. 49,506 (Aug. 13, 2020),
https://www.govinfo.gov/content/pkg/FR-2020-08-13/pdf/2020-17468.pdf. The FY
2020 FMA NOFO was published before these rules were revised, but since this award
is being made after all revisions went into effect, the revised rules apply to this award.
To the extent the requirements or regulatory citations are the same, the FY 2020 FMA
NOFO will continue to apply to this award. Conversely, to the extent there is a conflict
between the FY 2020 FMA NOFO and the revised 2 C.F.R. regulations, the language
and citations of the revised 2 C.F.R. regulations will apply. Additional information on
the changes to these regulations, including specific revisions regarding closeout and
procurement under grants, can be found at https://www.fema.gov/grants/guidance-
tools/2-cfr-2020.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 46
Construction Project Requirements
1. Acceptance of Federal funding requires the Recipient and any Subrecipients to
comply with all Federal, state and local laws prior to the start of any construction
activity. Failure to obtain all appropriate Federal, state and local environmental permits
and clearances may jeopardize Federal funding. 2. Any change to the approved scope
of work will require re-evaluation by FEMA for Recipient and Subrecipient compliance
with the National Environmental Policy Act and other laws and Executive Orders.
Article 47
Copyright and Data Rights
The recipient is free to copyright any original work developed in the course of or under
this Grant Agreement. The recipient acknowledges that DHS/FEMA reserves a
royalty -free, non-exclusive and irrevocable license to reproduce, publish, or otherwise
use, and authority others to use, for Federal Government purposes: 1) the copyright in
any work developed under an award or subaward; and 2) any rights of copyright to
which a recipient or subrecipient purchases ownership with Federal support in a
manner consistent with 2 C.F.R. § 200.315. The recipient acknowledges that
DHS/FEMA has the right to obtain, reproduce, publish, or otherwise use the data
produced under a Federal award and authorize others to so for Federal Government
purposes in a manner consistent with 2 C.F.R. § 200.315.
Article 48
Remedies for Noncompliance and Enforcement
FEMA remedies for noncompliance will be processed as specified in 2 C.F.R. §§
200.339-200.343 , and for acquisitions under this award for open space, FEMA
enforcement remedies shall be processed as specified in 44 C.F.R. § 80.19(e), when
the Terms and Conditions of this Grant Agreement are not met
Article 49 Insurance
In compliance with 42 U.S.C. § 4012a(a), when financial assistance is approved for
acquisition or construction purposes within the Special Flood Hazard Area (SFHA),
flood insurance shall be maintained for the life of the property regardless of transfer of
ownership for any properties.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 50
FMA Duplication of Benefits
FMA funds cannot duplicate or be duplicated by funds received by or available to
Applicants, Subapplicants, or project or planning participants from other sources for
the same cost or activity already paid for by another source of funding, such as
benefits received from insurance claims, other assistance programs (including
previous project or planning grants and subawards from FMA programs), legal
awards, or other benefits associated with properties or damage that are or could be
subject of litigation. Because the availability of other sources of mitigation grant or loan
assistance is subject to available information and the means of each individual
Applicant, FMA does not require proof that other assistance (not including insurance)
has been sought. However, it is the responsibility of the property owner to report other
benefits received, any applications for other assistance, the availability of insurance
proceeds, or the potential for other compensation, such as from pending legal claims
for damages, relating to the property. Amounts of other grants, loans or other
assistance designated for the same purpose as FMA funds, if received, may be used
to reduce the non -Federal cost -share. Where the property owner has an insurance
policy covering any loss to the property which relates to the proposed FMA project, the
means are available for receiving compensation for a loss or, in the case of increased
cost of compliance (ICC), assistance toward certain mitigation projects. FEMA will
generally require that the property owner file a claim prior to the receipt of FMA funds.
Article 51
Additional Non -Discrimination Requirements
Applicants/Recipients and Subapplicants/Subrecipients will ensure that no
discrimination is practiced. Applicants must consider fairness, equity, and equal
access when prioritizing and selecting project subapplications to submit with their
application. Subapplicants and Subrecipients must ensure fairness, equity, and equal
access when consulting and making offers of mitigation to property owners that benefit
from mitigation activities.
Article 52
Changes in Scope of Work
Requests for changes to the scope of work (SOW) after award are permissible as long
as they do not change the nature or total project cost of the activity, properties
identified in the subapplication, the feasibility and effectiveness of the project, or the
benefit cost ratio. Requests must be supported by adequate justification from the
applicant in order to be processed. The justification is a description of the proposed
change, a written explanation of the reason or reasons for the change; an outline of
remaining funds available to support the change; and a full description of the work
necessary to complete the activity. All approvals will be at FEMA's discretion, and
there is no guarantee that SOW changes will be approved.
Article 53
Recoupment of Funds
FEMA will recoup mitigation planning grant funds for grants that do not meet the
deliverable criteria of an adopted, FEMA-approved mitigation plan by the end of the
performance period.
Article 54
Recovery of Funds
The Recipient will process the recovery of assistance paid to Subrecipients processed
through error, misrepresentation, or fraud or if funds are spent inappropriately.
Recovered funds shall be submitted to FEMA as soon as the funds are collected, but
no later than 90 days from the expiration date of the appropriate grant award
agreement.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 55
Reporting of Fraud
All fraud identifications will be reported to the Department of Homeland Security Office
of Inspector General (OIG). The Recipient agrees to cooperate with investigation
conducted by the DHS OIG.
Article 56
Closeout and Final Reports
Because of recent changes to 2 C.F.R. Part 200 that went into effect for awards issued
on or after November 12, 2020, the Recipient shall submit a final Federal Financial
Report (FFR or SF -425) for project completion, as certified by the Recipient, final
Program Performance Report (SF-PPR), and all other closeout documents 120 days
after the end date of the performance period per the new 2 C.F.R. § 200.344.
Article 57
Record Retention
Records shall be retained for at least 3 years (except in certain rare circumstances)
from the date the final Federal Financial Report for project completion as certified by
the Recipient is submitted to FEMA in compliance with 2 C.F.R. Part 200 (specifically
the new 2 C.F.R. § 200.334 effective Nov. 12, 2020) and Section 705 of the Stafford
Act (42 U.S.C. § 5205).
Article 58 Termination
FEMA may terminate a federal award in whole or in part for one of the following
reasons. FEMA and the recipient must still comply with closeout requirements at 2
C.F.R. §§ 200.344-200.345 even if an award is terminated in whole or in part. To the
extent that subawards are permitted under this NOFO, pass -through entities should
refer to 2 C.F.R. § 200.340 for additional information on termination regarding
subawards. Noncompliance: If a recipient fails to comply with the terms and conditions
of a federal award, FEMA may terminate the award in whole or in part. If the
noncompliance can be corrected, FEMA may first attempt to direct the recipient to
correct the noncompliance. This may take the form of a Compliance Notification. If the
noncompliance cannot be corrected or the recipient is non -responsive, FEMA may
proceed with a Remedy Notification, which could impose a remedy for noncompliance
per 2 C.F.R. § 200.339, including termination. Any action to terminate based on
noncompliance will follow the requirements of 2 C.F.R. §§ 200.341-200.342 as well as
the requirement of 2 C.F.R. § 200.340(c) to report in FAPIIS the recipient's material
failure to comply with the award terms and conditions. With the Consent of the
Recipient: FEMA may also terminate an award in whole or in part with the consent of
the recipient, in which case the parties must agree upon the termination conditions,
including the effective date, and in the case of partial termination, the portion to be
terminated. Notification by the Recipient: The recipient may terminate the award, in
whole or in part, by sending written notification to FEMA setting forth the reasons for
such termination, the effective date, and in the case of partial termination, the portion
to be terminated. In the case of partial termination, FEMA may determine that a
partially terminated award will not accomplish the purpose of the federal award, so
FEMA may terminate the award in its entirety. If that occurs, FEMA will follow the
requirements of 2 C.F.R. §§ 200.341-200.342 in deciding to fully terminate the award.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 59
Resource Conservation and Recovery Act, aka Solid Waste Disposal Act
(RCRA)
Unusable equipment, debris and material shall be disposed of in an approved manner
and location. In the event significant items (or evidence thereof) are discovered during
implementation of the project, applicant shall handle, manage, and dispose of
petroleum products, hazardous materials and toxic waste in accordance to the
requirements and to the satisfaction of the governing local, state and federal agencies.
Article 60
Clean Air Act (CAA)
If any asbestos containing materials, lead based paint and/or other hazardous
materials are found during remediation or repair activities, the applicant must comply
with all federal, state and local abatement and disposal requirements under the
National Emissions Standards for Hazardous Air Pollutants (NESHAP).
Article 61
Executive Order 11988 - Floodplains
Applicant must coordinate with the local floodplain administrator, obtain required
permits prior to initiating work, and comply with any conditions of the permit to ensure
harm to and from the floodplain is minimized. All coordination pertaining to these
activities should be retained as part of the project file in accordance with the
respective grant program instructions.
Article 62
Standard Condition #1
Any change to the approved scope of work will require re-evaluation for compliance
with NEPA and other Laws and Executive Orders.
Article 63
Standard Condition #2
This review does not address all federal, state and local requirements. Acceptance of
federal funding requires recipient to comply with all federal, state and local laws.
Failure to obtain all appropriate federal, state and local environmental permits and
clearances may jeopardize federal funding.
Article 64
Standard Condition #3
If ground disturbing activities occur during construction, applicant will monitor ground
disturbance and if any potential archeological resources are discovered, will
immediately cease construction in that area and notify the State and FEMA.
Article 65
Clean Air Act (CAA)
If any asbestos containing materials, lead based paint and/or other hazardous
materials are found during remediation or repair activities, the applicant must comply
with all federal, state and local abatement and disposal requirements under the
National Emissions Standards for Hazardous Air Pollutants (NESHAP).
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 66
Executive Order 11988 - Floodplains
Applicant must coordinate with the local floodplain administrator and obtain required
permits prior to initiating work, including any necessary certifications that
encroachments within the adopted regulatory floodway would not result in any
increase in flood levels within the community during the occurrence of the base flood
discharge. Applicant must comply with any conditions of permit and all coordination
pertaining to these activities should be retained as part of the project file in accordance
with the respective grant program instructions.
Article 67
Executive Order 11988 - Floodplains
For actions located in the floodplain and/or wetlands, the applicant must issue a final
public notice per 44 CFR Part 9.12(e) at least 15 days prior to the start of work. The
final notice shall include the following: (1) A statement of why the proposed action
must be located in an area affecting or affected by a floodplain or a wetland; (2) A
description of all significant facts considered in making this determination; (3) A list of
the alternatives considered; (4) A statement indicating whether the action conforms to
applicable state and local floodplain protection standards; (5) A statement indicating
how the action affects or is affected by the floodplain and/or wetland, and how
mitigation is to be achieved; (6) Identification of the responsible official or organization
for implementation and monitoring of the proposed action, and from whom further
information can be obtained; and (7) A map of the area or a statement that such map
is available for public inspection, including the location at which such map may be
inspected and a telephone number to call for information.
Article 68
Resource Conservation and Recovery Act, aka Solid Waste Disposal Act
(RCRA)
Unusable equipment, debris and material shall be disposed of in an approved manner
and location. In the event significant items (or evidence thereof) are discovered during
implementation of the project, applicant shall handle, manage, and dispose of
petroleum products, hazardous materials and toxic waste in accordance to the
requirements and to the satisfaction of the governing local, state and federal agencies.
Article 69
Standard Condition #1
Any change to the approved scope of work will require re-evaluation for compliance
with NEPA and other Laws and Executive Orders.
Article 70
Standard Condition #2
This review does not address all federal, state and local requirements. Acceptance of
federal funding requires recipient to comply with all federal, state and local laws.
Failure to obtain all appropriate federal, state and local environmental permits and
clearances may jeopardize federal funding.
Article 71
Standard Condition #3
If ground disturbing activities occur during construction, applicant will monitor ground
disturbance and if any potential archeological resources are discovered, will
immediately cease construction in that area and notify the State and FEMA.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 72
Clean Air Act (CAA)
If any asbestos containing materials, lead based paint and/or other hazardous
materials are found during remediation or repair activities, the applicant must comply
with all federal, state and local abatement and disposal requirements under the
National Emissions Standards for Hazardous Air Pollutants (NESHAP).
Article 73
Resource Conservation and Recovery Act, aka Solid Waste Disposal Act
(RCRA)
Unusable equipment, debris and material shall be disposed of in an approved manner
and location. In the event significant items (or evidence thereof) are discovered during
implementation of the project, applicant shall handle, manage, and dispose of
petroleum products, hazardous materials and toxic waste in accordance to the
requirements and to the satisfaction of the governing local, state and federal agencies.
Article 74
Executive Order 11988 - Floodplains
For the structure at 5604 Colmesneil Dr, the applicant must coordinate with the local
floodplain administrator, obtain required permits prior to initiating work, and comply
with any conditions of the permit to ensure harm to and from the floodplain is
minimized. All coordination pertaining to these activities should be retained as part of
the project file in accordance with the respective grant program instructions.
Article 75
Executive Order 11988 - Floodplains
For actions located in the floodplain and/or wetlands, the applicant must issue a final
public notice per 44 CFR Part 9.12(e) at least 15 days prior to the start of work. The
final notice shall include the following: (1) A statement of why the proposed action
must be located in an area affecting or affected by a floodplain or a wetland; (2) A
description of all significant facts considered in making this determination; (3) A list of
the alternatives considered; (4) A statement indicating whether the action conforms to
applicable state and local floodplain protection standards; (5) A statement indicating
how the action affects or is affected by the floodplain and/or wetland, and how
mitigation is to be achieved; (6) Identification of the responsible official or organization
for implementation and monitoring of the proposed action, and from whom further
information can be obtained; and (7) A map of the area or a statement that such map
is available for public inspection, including the location at which such map may be
inspected and a telephone number to call for information
Article 76
Standard Condition #1
Any change to the approved scope of work will require re-evaluation for compliance
with NEPA and other Laws and Executive Orders.
Article 77
Standard Condition #2
This review does not address all federal, state and local requirements. Acceptance of
federal funding requires recipient to comply with all federal, state and local laws.
Failure to obtain all appropriate federal, state and local environmental permits and
clearances may jeopardize federal funding.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 78
Standard Condition #3
If ground disturbing activities occur during construction, applicant will monitor ground
disturbance and if any potential archeological resources are discovered, will
immediately cease construction in that area and notify the State and FEMA.
Article 79
Clean Air Act (CAA)
If any asbestos containing materials, lead based paint and/or other hazardous
materials are found during remediation or repair activities, the applicant must comply
with all federal, state and local abatement and disposal requirements under the
National Emissions Standards for Hazardous Air Pollutants (NESHAP).
Article 80
Resource Conservation and Recovery Act, aka Solid Waste Disposal Act
(RCRA)
Unusable equipment, debris and material shall be disposed of in an approved manner
and location. In the event significant items (or evidence thereof) are discovered during
implementation of the project, applicant shall handle, manage, and dispose of
petroleum products, hazardous materials and toxic waste in accordance to the
requirements and to the satisfaction of the governing local, state and federal agencies.
Article 81
Executive Order 11988 - Floodplains
Applicant must coordinate with the local floodplain administrator, obtain required
permits prior to initiating work, and comply with any conditions of the permit to ensure
harm to and from the floodplain is minimized. All coordination pertaining to these
activities should be retained as part of the project file in accordance with the
respective grant program instructions.
Article 82
Executive Order 11988 - Floodplains
For actions located in the floodplain and/or wetlands, the applicant must issue a final
public notice per 44 CFR Part 9.12(e) at least 15 days prior to the start of work. The
final notice shall include the following: (1) A statement of why the proposed action
must be located in an area affecting or affected by a floodplain or a wetland; (2) A
description of all significant facts considered in making this determination; (3) A list of
the alternatives considered; (4) A statement indicating whether the action conforms to
applicable state and local floodplain protection standards; (5) A statement indicating
how the action affects or is affected by the floodplain and/or wetland, and how
mitigation is to be achieved; (6) Identification of the responsible official or organization
for implementation and monitoring of the proposed action, and from whom further
information can be obtained; and (7) A map of the area or a statement that such map
is available for public inspection, including the location at which such map may be
inspected and a telephone number to call for information.
Article 83
Standard Condition #1
Any change to the approved scope of work will require re-evaluation for compliance
with NEPA and other Laws and Executive Orders.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 84
Standard Condition #2
This review does not address all federal, state and local requirements. Acceptance of
federal funding requires recipient to comply with all federal, state and local laws.
Failure to obtain all appropriate federal, state and local environmental permits and
clearances may jeopardize federal funding.
Article 85
Standard Condition #3
If ground disturbing activities occur during construction, applicant will monitor ground
disturbance and if any potential archeological resources are discovered, will
immediately cease construction in that area and notify the State and FEMA.
Article 86
Clean Air Act (CAA)
If any asbestos containing materials, lead based paint and/or other hazardous
materials are found during remediation or repair activities, the applicant must comply
with all federal, state and local abatement and disposal requirements under the
National Emissions Standards for Hazardous Air Pollutants (NESHAP).
Article 87
Executive Order 11988 - Floodplains
For actions located in the floodplain and/or wetlands, the applicant must issue a final
public notice per 44 CFR Part 9.12(e) at least 15 days prior to the start of work. The
final notice shall include the following: (1) A statement of why the proposed action
must be located in an area affecting or affected by a floodplain or a wetland; (2) A
description of all significant facts considered in making this determination; (3) A list of
the alternatives considered; (4) A statement indicating whether the action conforms to
applicable state and local floodplain protection standards; (5) A statement indicating
how the action affects or is affected by the floodplain and/or wetland, and how
mitigation is to be achieved; (6) Identification of the responsible official or organization
for implementation and monitoring of the proposed action, and from whom further
information can be obtained; and (7) A map of the area or a statement that such map
is available for public inspection, including the location at which such map may be
inspected and a telephone number to call for information.
Article 88
Executive Order 11988 - Floodplains
Applicant must coordinate with the local floodplain administrator, obtain required
permits prior to initiating work, and comply with any conditions of the permit to ensure
harm to and from the floodplain is minimized. All coordination pertaining to these
activities should be retained as part of the project file in accordance with the
respective grant program instructions.
Article 89
Resource Conservation and Recovery Act, aka Solid Waste Disposal Act
(RCRA)
Unusable equipment, debris and material shall be disposed of in an approved manner
and location. In the event significant items (or evidence thereof) are discovered during
implementation of the project, applicant shall handle, manage, and dispose of
petroleum products, hazardous materials and toxic waste in accordance to the
requirements and to the satisfaction of the governing local, state and federal agencies.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Article 90
Standard Condition #1
Any change to the approved scope of work will require re-evaluation for compliance
with NEPA and other Laws and Executive Orders.
Article 91
Standard Condition #2
This review does not address all federal, state and local requirements. Acceptance of
federal funding requires recipient to comply with all federal, state and local laws.
Failure to obtain all appropriate federal, state and local environmental permits and
clearances may jeopardize federal funding.
Article 92
Standard Condition #3
If ground disturbing activities occur during construction, applicant will monitor ground
disturbance and if any potential archeological resources are discovered, will
immediately cease construction in that area and notify the State and FEMA.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Award Summary
Program: Fiscal Year 2020 Flood Mitigation Assistance
Recipient: WATER DEVELOPMENT BOARD, TEXAS
UEI-EFT: JZFMT39LKH51-
DUNS number: 091209978
Award number: EMT -2020 -FM -007
Summary description of award
The Flood Mitigation Assistance (FMA) grant program provides funding to States, Territories, Indian Tribal
governments and communities to assist in their efforts to reduce or eliminate the risk of repetitive flood
damage to buildings and structures insurable under the National Flood Insurance Program (NFIP).
Except as otherwise approved as noted in this award, the information you provided in your application for
FY 2020 Flood Mitigation Assistance funding is incorporated into the terms and conditions of this award.
This includes any documents submitted as part of the application.
Amount awarded
The amount of the award is detailed in the attached Obligating Document for Award. The following are
budgeted estimates for object classes for this award (including Federal share plus your cost share, if
applicable).
Approved scope of work
After review of your application, FEMA has approved the below scope of work. Justifications are provided
for any differences between the scope of work in the original application and the approved scope of work
under this award. You must submit scope or budget revision requests for FEMA's prior approval, as
appropriate, per 2 C.F.R. § 200.308 and the FY 2020 FMA NOFO.
The terms of the approved application materials submitted by the recipient for the following subawards and
activities are incorporated into the terms of this Federal award, subject to the additional descriptions and
limitations stated in this award package, and subject to the limitations stated in subsequent approvals by
FEMA of changes to the prime award, subawards, or activities. Post -award documents uploaded into the
FEMA GO system for this award are also incorporated into the terms and conditions of this Federal award,
subject to any limitations stated in subsequent approvals by FEMA of changes to the prime award,
subawards, or activities. Subawards or activities not listed in this award package are not approved for
funding under this award.
Approved request details:
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
FEMA's Subgrant ID: EMT -2020 -FM -007-0005
Subrecipient: PEARLAND, CITY OF
Subaward-Specific Terms and Conditions: See Agreement Article(s) Article 72, Article 73, Article 74,
rticla f'- ArTIr'Ie 76 ArtirIe 77 nn HrTICIe /t5 ror arInITInnaI re UlremeniS oesrrlCTInnS m
P
subrecipient, this subaward, or this activity.
Cost estimate
Item : Other (Explain)
Temporary living expenses
QUANTITY UNIT OF UNIT PRICE TOTAL PRE- BUDGET
MEASURE AWARD CLASS
2 Each $10,980.00 $21,960.00 No Construction
Item : Other (Explain)
Project Construction Management
QUANTITY UNIT OF UNIT PRICE TOTAL PRE- BUDGET
MEASURE AWARD CLASS
2 Each $5,500.00 $11,000.00 No Construction
Item : Other (Explain)
Program Administration
QUANTITY UNIT OF UNIT PRICE TOTAL PRE- BUDGET
MEASURE AWARD CLASS
1 Each $22,950.00 $22,950.00 No Construction
Item : Other (Explain)
Elevation -Construction
QUANTITY UNIT OF UNIT PRICE TOTAL PRE- BUDGET
MEASURE AWARD CLASS
1 Each $443,850.00 $443,850.00 No Construction
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
09/17/2021
13:16:01
FEDERAL EMERGENCY MANAGEMENT AGENCY
RECORD OF ENVIRONMENTAL CONSIDERATION (REC)
Project EMT -2020 -FM -007-0005
Title: FY2020 Flood Mitigation Assistance -City of Pearland
REC-01
NEPA DETERMINATION
Non Compliant Flag: No EA Draft Date: EA Final Date:
EA Public Notice Date: EA Fonsi Level: CATEX
EIS Notice of Intent EIS ROD Date:
Comment The City of Pearland (Harris County) TX proposes to elevate two severe repetitive loss residential
private structures. Elevations will be conducted to raise structures 1.5-3' above the proposed Base
Flood Elevation (BFE). The City's ordinance requires the finish floor elevation to be minimum 12" above
the 100 -year water surface elevation or 12" above adjacent street if the project is located outside of 100 -
year floodplain.
CATEX CATEGORIES
Catex Category Code
*n7
EXTRAORDINARY
'. 6022 Josephine Street, Pearland, TX 77854 (29.557721, -95.31325). Built 1970
*. 5604 Colmesneil Dr., Pearland, TX 77584 (29.552652; -95.305155). Built 1972
This project has been determined to be Categorically Excluded from the need to prepare either an
Environmental Impact Statement or Environmental Assessment in accordance with FEMA Instruction
108-1-1 and DHS Instruction 023-01-001-01; CATEX N7. Particular attention should be given to the
project conditions before and during project implementation. Failure to comply with these conditions
may jeopardize federal assistance including funding.
- dcook125 - 08/26/2021 21:45:15 GMT
Description Selected
("n7) Federal Assistance for Structure and Facility Upgrades. Federal assistance Yes
for the reconstruction, elevation, retrofitting, upgrading to current codes and
standards, and improvements of pre-existing facilities in existing developed
areas with substantially completed infrastructure, when the immediate project
area has already been disturbed, and when those actions do not alter basic
functions, do not exceed capacity of other system components, or modify
intended land use. This category does not include actions within or affecting
streams or stream banks or actions seaward of the limit of moderate wave
action (or V zone when the limit of moderate wave action has not been
identified).
Extraordinary Circumstance Code Description Selected ?
No Extraordinary Circumstances were selected
ENVIRONMENTAL LAW / EXECUTIVE ORDER
Environmental Law/
Executive Order
Clean Air Act (CAA)
Status Description Comment
Completed Project will not result in permanent air
emissions - Review concluded
NOTE: All times are GMT using a 24 -hour clock. Page 1 of 4
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
09/17/2021
13:16:01
FEDERAL EMERGENCY MANAGEMENT AGENCY
RECORD OF ENVIRONMENTAL CONSIDERATION (REC)
Project EMT -2020 -FM -007-0005
Title: FY2020 Flood Mitigation Assistance -City of Pearland
REC-01
Environmental Law/
Executive Order
Coastal Barrier Resources Act
(CBRA)
Clean Water Act (CWA)
Coastal Zone Management Act
(CZMA)
Executive Order 11988 -
Floodplains
Executive Order 11990 -
Wetlands
Executive Order 12898 -
Environmental Justice for Low
Income and Minority Populations
Status
Description
Completed Project is not on or connected to CBRA Unit
or otherwise protected area - Review
concluded
Completed Project would not affect any water of the U.S.
- Review concluded
Completed Project is not located in a coastal zone area
and does not affect a coastal zone area -
Review concluded
Completed Located in floodplain or effects on
floodplain/flood levels
Completed Possible adverse effects associated with
investment in floodplain, occupancy or
modification of floodplain environment
Completed 8 Step Process Complete - documentation
attached - Review concluded
Completed No effects on wetlands and project outside
wetlands - Review concluded
Completed Low income or minority population in or near
project area
Completed No disproportionately high and adverse
impact on low income or minority population -
Review concluded
Endangered Species Act (ESA) Completed Listed species and/or designated critical
habitat present in areas affected directly or
indirectly by the federal action
Comment
Portions of the project are located within an AE
zone of 100 -year flooding, per Flood Insurance
Rate Map (FIRM) panels 48039C0040K and
48039C0041 K, dated 12/30/2020. The proposed
action is not likely to result in any potential direct
impacts that will adversely affect the natural
values and function of floodplains nor is it likely
to increase the risk of flood loss. 8 step checklist
is attached. - dcook125 - 08/26/2021 21:47:48
GMT
A review of the National Wetland Inventory
(NWI) online mapper, accessed on 8/26/21, for
the site indicates that the area is not located
within nor does it affect a designated wetland. -
dcook125 - 08/26/2021 21:49:52 GMT
NOTE: All times are GMT using a 24 -hour clock. Page 2 of 4
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
09/17/2021
13:16:01
FEDERAL EMERGENCY MANAGEMENT AGENCY
RECORD OF ENVIRONMENTAL CONSIDERATION (REC)
Project EMT -2020 -FM -007-0005
Title: FY2020 Flood Mitigation Assistance -City of Pearland
REC-01
Environmental Law/
Executive Order
Status Description Comment
Completed No effect to species or designated critical
habitat (See comments for justification) -
Review concluded
Farmland Protection Policy Act Completed Project does not affect designated prime or
(FPPA) unique farmland - Review concluded
Fish and Wildlife Coordination Completed Project does not affect, control, or modify a
Act (FWCA) waterway/body of water - Review concluded
Migratory Bird Treaty Act (MBTA) Completed Project located within a flyway zone
Magnuson -Stevens Fishery
Conservation and Management
Act (MSA)
Completed Project does not have potential to take
migratory birds - Review concluded
Completed Project not located in or near Essential Fish
Habitat - Review concluded
National Historic Preservation Act Completed Standard Section 106 review
(NHPA)
Resource Conservation and
Recovery Act, aka Solid Waste
Disposal Act (RCRA)
Completed Building or structure 50 years or older or
listed on the National Register in the project
area and activity not exempt from review
Completed Determination of No Historic Properties
Affected (FEMA finding/SHPO/THPO
concurrence attached) - Review concluded
Completed Project affects only previously disturbed
ground - Review concluded
Completed Review concluded
Wild and Scenic Rivers Act Completed Project is not along and does not affect Wild
(WSR) and Scenic River - Review concluded
FEMA has determined that there will be No
Historic Properties Affected. SHPO concurrence
with this determination was received, dated
January 20, 2021. The scope of work has been
reviewed and FEMA has determined, based on
Tribal preferences, that the project will not
require Tribal Consultation. - rscoggin -
08/26/2021 21:14:31 GMT
NOTE: All times are GMT using a 24 -hour clock. Page 3 of 4
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
09/17/2021
13:16:01
FEDERAL EMERGENCY MANAGEMENT AGENCY
RECORD OF ENVIRONMENTAL CONSIDERATION (REC)
Project EMT -2020 -FM -007-0005
Title: FY2020 Flood Mitigation Assistance -City of Pearland
REC-01
CONDITIONS
Special Conditions required on implementation of Projects:
For the structure at 5604 Colmesneil Dr, the applicant must coordinate with the local floodplain administrator, obtain required permits prior
to initiating work, and comply with any conditions of the permit to ensure harm to and from the floodplain is minimized. All coordination
pertaining to these activities should be retained as part of the project file in accordance with the respective grant program instructions.
Source of condition: Executive Order 11988 - Floodplains Monitoring Required: No
For actions located in the floodplain and/or wetlands, the applicant must issue a final public notice per 44 CFR Part 9.12(e) at least 15
days prior to the start of work. The final notice shall include the following: (1) A statement of why the proposed action must be located in
an area affecting or affected by a floodplain or a wetland; (2) A description of all significant facts considered in making this determination;
(3) A list of the alternatives considered; (4) A statement indicating whether the action conforms to applicable state and local floodplain
protection standards; (5) A statement indicating how the action affects or is affected by the floodplain and/or wetland, and how mitigation
is to be achieved; (6) Identification of the responsible official or organization for implementation and monitoring of the proposed action,
and from whom further information can be obtained; and (7) A map of the area or a statement that such map is available for public
inspection, including the location at which such map may be inspected and a telephone number to call for information
Source of condition: Executive Order 11988 - Floodplains Monitoring Required: No
If any asbestos containing materials, lead based paint and/or other hazardous materials are found during remediation or repair activities,
the applicant must comply with all federal, state and local abatement and disposal requirements under the National Emissions Standards
for Hazardous Air Pollutants (NESHAP).
Source of condition: Clean Air Act (CAA) Monitoring Required: No
Unusable equipment, debris and material shall be disposed of in an approved manner and location. In the event significant items (or
evidence thereof) are discovered during implementation of the project, applicant shall handle, manage, and dispose of petroleum
products, hazardous materials and toxic waste in accordance to the requirements and to the satisfaction of the governing local, state and
federal agencies.
Source of condition: Resource Conservation and Recovery Act, aka Solid Waste Monitoring Required: No
Disposal Act (RCRA)
Standard Conditions:
Any change to the approved scope of work will require re-evaluation for compliance with NEPA and other Laws and Executive Orders.
This review does not address all federal, state and local requirements. Acceptance of federal funding requires recipient to comply with all
federal, state and local laws. Failure to obtain all appropriate federal, state and local environmental permits and clearances may
jeopardize federal funding.
If ground disturbing activities occur during construction, applicant will monitor ground disturbance and if any potential archeological
resources are discovered, will immediately cease construction in that area and notify the State and FEMA.
NOTE: All times are GMT using a 24 -hour clock. Page 4 of 4
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
The Department of Homeland Security (DHS)
Notice of Funding Opportunity (NOFO)
FY 2020 Flood Mitigation Assistance
NOTE: If you are going to apply for this funding opportunity and have not obtained a
Data Universal Numbering System (DUNS) number and/or are not currently registered in
the System for Award Management (SAM), please take immediate action to obtain a DUNS
Number, if applicable, and then to register immediately in SAM. It may take 4 weeks or
more after you submit your SAM registration before your registration is active in SAM,
then an additional 24 hours for Grants.gov to recognize your information. Information on
obtaining a DUNS number and registering in SAM is available from Grants.gov at:
http://www.grants.gov/web/grants/register.html. Detailed information regarding DUNS and
SAM is also provided in Section D of this NOFO, subsection, Content and Form of Application
Submission.
A. Program Description
1. Issued By
U.S. Department of Homeland Security (DHS), Federal Emergency Management Agency
(FEMA), Federal Insurance and Mitigation Administration (FIMA), Mitigation
Directorate, Hazard Mitigation Assistance Division (HMA)
2. Assistance Listings (formerly Catalog of Federal Domestic Assistance (CFDA)
Number)
97.029
3. Assistance Listings Title (formerly CFDA Title)
Flood Mitigation Assistance
4. Funding Opportunity Title
FY 2020 Flood Mitigation Assistance
5. Funding Opportunity Number
DHS-20-MT-029-000-99
6. Authorizing Authority for Program
Section 1366 of The National Flood Insurance Act of 1968, as amended (Pub. L. No. 90-
448) (42 U.S.C. § 4104c)
7. Appropriation Authority for Program
Department of Homeland Security Appropriations Act, 2020 (Pub. L. No. 116-93,
Division D)
8. Announcement Type
Page 1 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Initial
9. Program Overview, Objectives, and Priorities
The Flood Mitigation Assistance (FMA) program makes federal funds available to states,
U.S. territories, Indian tribal governments, and local communities to reduce or eliminate
the risk of repetitive flood damage to buildings and structures insured under the National
Flood Insurance Program (NFIP). The FMA program addresses Presidential Policy
Directive 21, Critical Infrastructure Security and Resilience, and supports the mitigation
mission area through Strategic Goal #1 Building a Culture of Preparedness, Objectives
1.1, 1.2, 1.3, and 1.4 of the 2018 - 2022 FEMA Strategic Plan.
FEMA will distribute the available FY 20 FMA funding amount as follows:
1. Project Scoping (previously Advance Assistance): Project Scoping to develop
community flood mitigation projects and/or individual flood mitigation projects
that will subsequently reduce flood claims against the NFIP. FEMA will select up
to $4 million of Project Scoping subapplications.
2. Community Flood Mitigation Projects: FEMA will select up to $70 million of
projects that address community flood risk for the purpose of reducing NFIP flood
claim payments.
3. Technical Assistance: Technical Assistance to maintain a viable FMA program
over time. To be eligible to apply, the Applicant must have received an FY 19
FMA Award of at least $1 million federal share.
4. Flood Hazard Mitigation Planning: Planning subapplications for the flood
hazard component of State, Local, Territory, and Tribal (SLTT) Hazard
Mitigation Plans and plan updates.
5. Individual Flood Mitigation Projects: Projects that mitigate the risk of flooding
to individual NFIP insured structures.
For more information on FY 20 FMA funding priorities and eligible activities, see
Section E, Application Review Information, Review, and Selection Process.
10. Performance Metrics
Benefit -Cost Analysis (BCA) is the method by which the future benefits of a hazard
mitigation project are determined and compared to its costs. The end result is a BCR,
which is calculated by a project's total benefits divided by its total costs. The BCR is a
numerical expression of the "cost-effectiveness" of a project. A project is considered to
be cost effective when the BCR is 1.0 or greater, indicating FEMA expects the benefits of
a prospective hazard mitigation project are sufficient to justify the costs.
B. Federal Award Information
Page 2 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
1. Available Funding for the NOFO: $160,000,000
2. Period of Performance: 36 months or 48 months
(Period of Performance for community flood mitigation projects will be 48 months)
The Period of Performance (POP) is 36 months, starting on the date of the Recipient's
federal Award (see Section D, Application and Submission Information). Given the
complexity of the community flood mitigation projects, the POP for community flood
mitigation projects is 48 months, starting on the date of the Recipient's federal Award
(see Section D, Application and Submission Information). Any subsequent amendments
to the federal Award will not extend the POP unless explicitly stated.
Extensions to the Period of Performance are allowed. For additional information on
Period of Performance extensions, please refer to Section H, Additional Information,
Period of Performance Extensions.
3. Projected Period of Performance Start Date(s): Will vary by Award
4. Projected Period of Performance End Date(s): 48 months for community
flood mitigation projects and 36 months for all other projects from date of Award
5. Funding Instrument Type: Grant
C. Eligibility Information
1. Eligible Applicants
• States
• District of Columbia
• U.S. territories
• Indian tribal governments (federally recognized)
Each state, territory, the District of Columbia, and Indian tribal government (federally
recognized) shall designate one agency to serve as the Applicant for FMA funding. Each
Applicant's designated agency may submit only one FMA grant Application to FEMA.
Applications under which two or more entities would carry out the Award are eligible,
such as a multi -state or multi -tribal initiative; however, only one entity may be the
Applicant with primary responsibility for carrying out the Award.
2. Eligible Subapplicants
Local governments, including cities, townships, counties, special district governments,
and Indian tribal governments (including federally recognized tribes who choose to apply
as subapplicants), are considered subapplicants and must submit subapplications to their
state/territory/tribal Applicant agency. Certain political subdivisions (i.e., regional flood
control districts or county governments) may apply and act as subapplicants if they are
part of a community that is participating in the National Flood Insurance Program (NFIP)
where the political subdivision provides zoning and building code enforcement or
planning and community development professional services for that community. Contact
Page 3 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
information for the State Hazard Mitigation Officers (SHMOs) is provided on the FEMA
website at https://www.fema.gov/state-hazard-mitigation-officers.
• All subapplicants must be participating in the NFIP, and not be withdrawn, on
probation, or suspended. Structures identified in the subapplication must have an
NFIP policy in effect at the FMA application start date and must maintain it through
completion of the mitigation activity and for the life of the structure. NFIP
community status can be verified at
https://www.fema. gov/national-flood-insurance-program-community-status-book.
3. Hazard Mitigation Planning
• Hazard Mitigation Plan Requirement
Applicants must have a FEMA-approved State or Tribal Hazard Mitigation Plan
in accordance with Title 44 of the Code of Federal Regulations (C.F.R.) Part 201
by the Application deadline and at the time of obligation of grant funds for
project, Project Scoping, and Technical Assistance subapplications. More detailed
information is provided in Part III, E.5, Hazard Mitigation Plan Requirement, of
the HMA Guidance, available on the FEMA website at
https://www.fema. gov/media-library/assets/documents/103279.
Subapplicants must have a FEMA-approved Local or Tribal Hazard Mitigation
Plan in accordance with 44 C.F.R. Part 201 by the Application deadline and at
the time of obligation of grant funds for project, Project Scoping, and Technical
Assistance subapplications.
• Mitigation Plan Integration Encouraged
In addition, communities are encouraged, but not required, to pursue Plan
Integration, which is a process where communities look critically at their existing
planning framework and align efforts. Integration of hazard mitigation principles
into other local planning mechanisms (comprehensive plans, transportation plans,
floodplain ordinances, etc.) and vice versa is vital to build a safer, more resilient
community. This two-way exchange of information supports community -wide
risk reduction, both before and after disasters occur. Not only will the
community's planning efforts be better integrated, but by going through this
process there is a higher level of interagency coordination, which is just as
important as the planning mechanisms themselves. Additional information on
Plan Integration can be found at
https://www.fema.gov/media-library/assets/documents/108893.
4. Application Submission in FEMA's Grant System
To be considered for funding, all Applicants must submit their FY 2020 FMA grant
Application to FEMA via FEMA's grant application system (see Section D, Application
and Submission Information).
Page 4 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
5. Other Eligibility Criteria
All subapplications submitted under the Project Scoping priority (see Section E,
Application Review Information) must demonstrate that future projects submitted would
benefit NFIP insured properties by submitting a map and associated geospatial file(s)
(e.g., Shapefile, KML/KMZ, Geodatabase, or other GIS enabled document) delineating
the proposed project's benefitting area.
All subapplications submitted under the community flood mitigation project priority (see
Section E, Application Review Information, of this NOFO) must demonstrate that the
proposed project benefits NFIP insured properties by submitting a map and associated
geospatial file(s) (e.g., Shapefile, KML/KMZ, Geodatabase, or other GIS enabled
document) delineating: the proposed project footprint boundary, the area benefitting from
project, and active NFIP policies (if this data is available).
All Project Scoping, community flood mitigation project, individual flood mitigation
project, and Technical Assistance subapplications submitted as part of an FMA grant
Application must be consistent with the goals and objectives identified in: the current,
FEMA-approved State or Tribal (Standard or Enhanced) Mitigation Plan, and the local
mitigation plan for the jurisdiction in which the project is located. Hazard Mitigation
Plans should reflect state-wide mitigation priorities, across all potential federal and non-
federal mitigation funding sources. Current mitigation plans are not required for
Applicants and subapplicants submitting planning subapplications to develop a new flood
mitigation plan or to update the flood portion of a mitigation plan.
6. Cost Share or Match
Cost share is required for all subapplications funded under this program. Federal funding
is available for up to 75 percent of eligible costs in most cases. The remaining 25 percent
of eligible costs must be derived from non-federal sources and applied in accordance with
2 C.F.R. § 200.306. For example, if the total cost is $400,000 and the non-federal cost
share is 25 percent, then the non-federal contribution is $100,000: 25 percent of $400,000
is $100,000. FEMA may consider the non-federal cost share based on availability of
remaining federal funds, as noted in Section E, Application Review Information.
• FEMA may contribute up to 100 percent federal cost share for severe repetitive loss
(SRL) properties. An SRL property as defined under 42 U.S.C. 4104c(h)(3) is a
structure that:
(a) Is covered under a contract for flood insurance made available under the
NFIP; and
(b) Has incurred flood -related damage
i. For which four or more separate claims payments (includes building
and contents) have been made under flood insurance coverage with the
amount of each such claim exceeding $5,000, and with the cumulative
amount of such claims payments exceeding $20,000, or
Page 5 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
ii. For which at least two separate claims payments (includes only
building) have been made under such coverage, with the cumulative
amount of such claims exceeding the market value of the insured
structure.
• FEMA may contribute up to 90 percent federal cost share for repetitive loss (RL)
properties. An RL property as defined under 42 U.S.C. 4121 is a structure covered by
a contract for flood insurance made available under the NFIP that:
(a) Has incurred flood -related damage on two occasions, in which the cost of the
repair, on the average, equaled or exceeded 25 percent of the market value of
the structure at the time of each such flood event; and
(b) At the time of the second incidence of flood -related damage, the contract for
flood insurance contains Increased Cost of Compliance (ICC) coverage.
To receive an increased federal cost share, properties must meet one of the definitions for
SRL or RL properties. Applicants and subapplicants that are requesting an increased
federal cost share must submit documentation with their Application or subapplication
demonstrating that properties meet these definitions. If documentation is not submitted
with the Application or subapplication to support a reduced non-federal cost share,
FEMA will provide no more than 75 percent federal cost share of the total eligible costs.
The remaining 25 percent of eligible activity costs are derived from non-federal sources.
Structures with different federal cost -share requirements can be submitted in a single
project subapplication. The overall project federal cost share documented in the Cost
Share Section of the project subapplication should reflect the combined federal cost
shares of the structures. For example, a project with $100,000 costs for one SRL structure
funded at 100 percent federal cost share plus $100,000 costs for one RL structure funded
at 90 percent federal cost share will have an overall project federal cost share of 95
percent, or $190,000, of the $200,000 total cost for both structures.
For insular areas, including American Samoa, Guam, the Northern Mariana Islands, and
the U.S. Virgin Islands, FEMA automatically waives the non-federal cost share for the
Recipient when the non-federal cost share for the entire Award is under $200,000. If the
non-federal cost share for the entire Award is $200,000 or greater, FEMA may waive all
or part of the non-federal cost share at the request of the Recipient. The Recipient may
request 100 percent cost -share in its application.
The non-federal cost share may consist of cash, donated or third -party in -kind services,
materials, or any combination thereof. Cash and third -party in -kind matches must consist
of eligible costs (i.e., same eligibility as the federal share). Applicants cannot apply other
federal Award funds toward the non-federal cost share unless the other federal statutory
authority allows the funds to be used to meet cost -share requirements. Likewise, third -
party in -kind matches used to meet the matching requirement may not be used to meet
matching requirements for any other federal grant program. FEMA encourages
Page 6 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
innovative use of public and private -sector partnerships to meet the non-federal cost
share.
Ultimately, the Recipient is responsible for ensuring that it contributes the proper cost
share to its actual project costs. If actual total project costs exceed the projected total
project costs stated in the federal Award, and the additional costs are not approved
by FEMA, the Recipient will be responsible for contributing additional funds above
the required cost match. If actual total project costs are less than the projected total
project costs stated in the federal Award, the Recipient will be responsible for
contributing a cost match calculated as a percentage of those actual project costs.
More detailed information is provided in Part III, C, and Cost Sharing, of the HMA
Guidance, available on the FEMA website at
https://www.fema.gov/media-library/assets/documents/103279.
D. Application and Submission Information
1. Key Dates and Times
a. Application Start Date:
b. Application Submission Deadline:
09/30/2020
01/29/2021 at 3:00 PM
[Eastern Time]
All Applications must be received by 3:00 PM Eastern Time on January 29, 2021.
FEMA's Grants Outcomes System (FEMA GO) automatically records proof of timely
submission and the system generates an electronic date/time stamp when FEMA GO
successfully receives the Application. The individual with the Authorized Organization
Representative (AOR) role that submitted the Application will also receive the official
date/time stamp and a FEMA GO tracking number in an email serving as proof of their
timely submission on the date and time that FEMA GO received the Application.
Applications received by FEMA GO after the established due date for Applications will
be considered late and will not be considered for funding.
DHS/FEMA will not review Applications that are received after the deadline or
consider these late Applications for funding. DHS/FEMA may, however, extend the
Application deadline on request for any Applicant who can demonstrate that good cause
exists to justify extending the deadline. Good cause for an extension may include
technical problems outside of the Applicant's control that prevent submission of the
Application by the deadline, other exigent or emergency circumstances, or statutory
requirements for DHS/FEMA to make an Award.
Applicants experiencing technical problems outside of their control must notify
FEMA as soon as possible and prior to the Application deadline. Failure to timely
notify FEMA of the issue that prevented the filing of the Application within the required
timeframe may preclude consideration of the Award. "Timely notification" of FEMA
means the following: prior to the Application deadline and within 48 hours after the
Applicant became aware of the issue.
Page 7 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
A list of FEMA contacts can be found in Section G, "DHS Awarding Agency Contact
Information." For technical assistance with the FEMA GO system, please contact the
FEMA GO Helpdesk at femago@fema.dhs.gov or (877) 611-4700. For programmatic or
grants management questions, please contact your Program Analyst or Grants
Management Specialist. If Applicants do not know who to contact or if there are
programmatic questions or concerns, please contact the Centralized Scheduling and
Information Desk (CSID) by phone at (800) 368-6498 or by e-mail at
askcsid@fema.dhs.gov, Monday through Friday, 9:00 AM - 5:00 PM ET.
c. Other Key Dates
Event
Suggested Deadline for Completion
Obtaining DUNS Number
Four weeks before actual submission deadline
Obtaining a valid EIN
Four weeks before actual submission deadline
Create account with login.gov
One week before actual submission deadline
Registering in SAM or updating SAM
registration
Four weeks before actual submission deadline
Registering with FEMA GO
One week before actual submission deadline
Submitting final Application in FEMA
GO
By submission deadline
All complete Applications must be received by the established deadline.
2. Agreeing to Terms and Conditions of the Award
By submitting an Application, Applicants agree to comply with the requirements of this
NOFO and the terms and conditions of the Award, should they receive an Award.
3. Address to Request Application Package
Applications are processed through the FEMA GO system. To access the system, go to
http s: //go. fema. gov/.
Hard copies of the NOFO can be downloaded at Grants.gov or obtained via email from
the Awarding Office points of contact listed in Section G, "DHS Awarding Agency
Contact Information."
For a hard copy of the full NOFO, please write a request to:
Kayed Lakhia
Director, Hazard Mitigation Assistance Division, Mitigation Directorate
Federal Insurance and Mitigation Administration
Federal Emergency Management Agency
400 C Street, SW
Washington, DC 20472
Page 8 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
In addition, the following Telephone Device for the Deaf (TDD) and/or Federal
Information Relay Service (FIRS) number available for this Notice is: 1-800-462-7585.
4. Steps Required to Submit an Application, Unique Entity Identifier, and System for
Award Management (SAM)
To apply for an Award under this program, all Applicants must:
a. Apply for, update, or verify their Data Universal Numbering System (DUNS)
Number from Dun & Bradstreet and Employer Identification Number (EIN) from
the Internal Revenue Service;
b. In the Application, provide a valid DUNS number, which is currently the unique
entity identifier;
c. Have an account with login.gov;
d. Register for, update, or verify their SAM account and ensure the account is active
before submitting the Application;
e. Register in FEMA GO and add their organization to the system. The
organization's electronic business point of contact (EBIZ POC) from the SAM
registration may need to be involved in this step. For step-by-step instructions, see
https://www.fema.gov/media-library/assets/documents/181607;
f. Submit the complete Application in FEMA GO; and
g. Continue to maintain an active SAM registration with current information at all
times during which it has an active federal Award or an Application or plan under
consideration by a federal awarding agency.
Applicants are advised that DHS/FEMA may not make a federal Award until the
Applicant has complied with all applicable DUNS and SAM requirements. Therefore, an
Applicant's SAM registration must be active not only at the time of Application, but also
during the Application review period and when DHS/FMA is ready to make a federal
Award. Further, as noted above, an Applicant's or Recipient's SAM registration must
remain active for the duration of an active federal Award. If an Applicant's SAM
registration is expired at the time of Application, expires during Application review, or
expires any other time before Award, DHS/FEMA may determine that the Applicant is
not qualified to receive a federal Award and use that determination as a basis for making
a federal Award to another Applicant.
5. Electronic Delivery
DHS is participating in the Grants.gov initiative to provide the grant community with a
single site to find and apply for grant funding opportunities. DHS encourages or requires
Applicants to submit their Applications online through Grants.gov, depending on the
funding opportunity. For this funding opportunity, FEMA requires Applicants to submit
their Application through FEMA GO.
6. How to Register to Apply
a. Instructions:
Registering and applying for an Award under this program is a multi -step process and
requires time to complete. Read the instructions below about registering to apply for
Page 9 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
DHS/FEMA funds. Applicants should read the registration instructions carefully and
prepare the information requested before beginning the registration process.
Reviewing and assembling the required information before beginning the registration
process will alleviate last-minute searches for required information.
The registration process can take up to four weeks to complete. To ensure an
Application meets the deadline, Applicants are advised to start the required steps well
in advance of their submission.
Applicants must have a Data Universal Numbering System (DUNS) Number and an
active System for Award Management (SAM) registration.
1) Obtain a DUNS Number: All entities applying for funding, including renewal
funding, must have a Data Universal Numbering System (DUNS) number from
Dun & Bradstreet (D&B). Applicants must enter the DUNS number in the data
entry field labeled "Organizational DUNS" on the SF -424 form.
For more detailed instructions for obtaining a DUNS number, refer to:
https ://www. grants. gov/web/grants/applicants/organization-registration/step- l -
obtain-duns-number.html
2) Obtain Employer Identification Number: In addition to having a DUNS number,
all entities applying for funding must provide an employer Identification Number
(EIN). The EIN can be obtained from the IRS by visiting:
http s: //www. irs. gov/businesses/small-businesses-self-employed/apply-for-an-
employer-identification-number-ein-online.
3) Create a login.gov account: Applicants must have a login.gov account in order to
register with SAM or update their SAM registration. Applicants can create a
login.gov account here:
https: //secure.login. gov/sign_up/enter_email?request_id=34f 19fa8-14a2-43 8c-
8323-a62b99571fd3.
Applicants only have to create a login.gov account once. For Applicants that are
existing SAM users, use the same email address for the login.gov account as with
SAM.gov so that the two accounts can be linked.
For more information on the login.gov requirements for SAM registration, refer
to: https://www.sam.gov/SAM/pages/public/loginFAQ.jsf.
4) Register with SAM: In addition to having a DUNS number, all Applicants
applying online through Grants.gov must register with the System for Award
Management (SAM). Failure to register with SAM will prevent your organization
from applying through Grants.gov. SAM registration must be renewed annually.
Page 10 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
For more detailed instructions for registering with SAM, refer to:
https://www. grants. gov/web/grants/applicants/organization-registration/step-2-
register-with-sam.html.
5) Register in FEMA GO, add the organization to the system, and establish the AOR:
Register in FEMA GO and add their organization to the system. The
organization's electronic business point of contact (EBIZ POC) from the SAM
registration may need to be involved in this step. For step-by-step instructions, see
https://www.fema. gov/media-library/assets/documents/181607.
7. Submitting the Application in FEMA GO
After submitting the final Application, FEMA GO will provide either an error message or
a successfully received transmission in the form of an email sent to the AOR that
submitted the Application. Applicants using slow internet connections, such as dial -up
connections, should be aware that transmission can take some time before FEMA GO
receives their Application.
8. Timely Receipt Requirements and Proof of Timely Submission
All Applications must be completed in FEMA GO by the Application deadline. Proof of
timely submission is automatically recorded by FEMA GO. An electronic date/time
stamp is generated within the system when the Application is successfully submitted to
FEMA in FEMA GO. Additionally, the Applicant will receive a system -generated email
to confirm submission.
FEMA will address any system -related issues Applicants and subapplicants are
experiencing until 3:00 PM Eastern Time on 01/27/2021, two days before the
application deadline. No new system -related issues will be addressed after this
deadline. Applications not received by the Application submission deadline will not be
accepted.
9. Content and Form of Application Submission
Application for Federal Assistance and Assurances and Certifications Forms
The following forms or information are required to be submitted via FEMA GO. The
Standard Forms (SF) are also available at
https://www.grants.gov/web/grants/forms/sf-424-family.html.
• SF -424, Application for Federal Assistance
• Certification Regarding Lobbying
• SF -424A, Budget Information (Non -Construction)
• For construction under an Award, submit SF -424C, Budget Information
(Construction), in addition to or instead of SF -424A
• SF -424B, Standard Assurances (Non -Construction)
• For construction under an Award, submit SF -424D, Standard Assurances
(Construction), in addition to or instead of SF -424B
• SF-LLL, Disclosure of Lobbying Activities
Page 11 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
■ Indirect Cost Rate Agreement or Proposal if the budget includes indirect costs
and the Applicant is required to have an indirect cost rate agreement or proposal.
See further information below regarding allowability of indirect costs and
documentation requirements, including if the Applicant does not have or is not
required to have an indirect cost rate agreement or proposal, or contact the
relevant DHS/FEMA staff identified in Section G, "DHS Awarding Agency
Contact Information" for further instructions.
The SF -424 family of forms is available on the Grants.gov website at
http://www.grants.gov/web/grants/forms/sf-424-family.html. The FEMA Form FF 20-
16C, Certifications Regarding Lobbying, Debarment, Suspension and Other
Responsibility Matters; and Drug -Free Workplace Requirements is available from the
FEMA library online at https://www.fema.gov/media-library/assets/documents/9754.
Applicants may require their subapplicants to complete and attach the grant Application
and/or Assurance and Certifications forms to their planning, Project Scoping, community
flood mitigation project, Technical Assistance, and individual flood mitigation project
subapplications in FEMA's grant application system.
Subapplicants should contact their Applicant agency for information specific to their
state/territory/Indian tribal government's (federally recognized) application process.
Contact information for the SHMOs is provided on the FEMA website at
https://www.fema. gov/state-hazard-mitigation-officers.
All Applicants must submit an FMA grant Application via FEMA's grant application
system by the Application deadline to be considered for funding. The required format for
Applications and subapplications is built into FEMA's grant application system:
■ FMA Applications, including Applicant -approved planning, Project Scoping,
community flood mitigation project, Technical Assistance, individual flood
mitigation project, and management costs subapplications must be submitted in an
FY 2020 FMA Application.
■ Flood hazard mitigation planning activities must be submitted in a planning
subapplication;
■ Project Scoping activities must be submitted in a Project Scoping subapplication;
■ Community flood mitigation projects and individual flood mitigation projects
must be submitted in a project subapplication;
■ Applicant management costs (for Applicants only) must be submitted in a
management costs subapplication;
■ Technical Assistance costs (for Recipients to which FEMA obligated an FY 2019
FMA Award of at least $1 million federal share) must be submitted in a Technical
Assistance subapplication.
Management Costs
Applicant requests for management costs must be submitted in a separate management
costs subapplication in FEMA's grant application system. Applicants may apply for
Page 12 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Applicant management costs of up to 10 percent of the total FMA grant application for
management of the Award and all selected subawards.
Subapplicants may include subapplicant management costs of up to 5 percent of the total
cost of their planning, Project Scoping, or mitigation project subapplication to manage
the proposed subaward activities. Subapplicant management cost activities must be added
to the Scope of Work section and identified as a line item in the Cost Estimate section of
subapplications in FEMA's grant application system.
For additional information, please refer to Section D.13.b Management Costs.
10. Other Submission Requirements
This section sets forth documentation which must be provided to document specific
eligibility criteria set forth in Section C, Eligibility Information, Other Eligibility Criteria.
Benefit -Cost Analysis for Mitigation Projects
Applicants and subapplicants applying for mitigation projects (community flood
mitigation projects or individual flood mitigation projects) must provide a Benefit -Cost
Analysis (BCA) or other documentation that validates cost-effectiveness. BCA is the
method of estimating the future benefits of a project compared to its cost. The end result
is a benefit -cost ratio (BCR), which is derived from a project's total net benefits divided
by its total project cost. The total benefits and costs must be entered in the Cost -
Effectiveness section of the project subapplication and a FEMA-approved BCA must be
attached as documentation, as applicable. Planning, Project Scoping, Technical
Assistance, and management costs subapplications do not require a BCA.
FEMA has created software to ensure that the BCR is calculated in accordance with
FEMA's standardized methodologies and OMB Circular A-94, Guidelines and Discount
Rates for Benefit -Cost Analysis of Federal Programs, available on the Internet at
https://www.whitehouse. gov/sites/whitehouse. gov/files/omb/circulars/A94/a094.pdf
FEMA's Benefit Cost Toolkit is available on the FEMA website at
https://www.fema.gov/benefit-cost-analysis Version 6.0 or newer are the only versions
FEMA will accept as documentation for demonstrating cost effectiveness. A non-FEMA
BCA methodology may only be used if pre -approved by FEMA in writing.
More detailed information is available in Part IV, I, Cost Effectiveness, of the HMA
Guidance, available on the FEMA website at https://www.fema.gov/media-
library/assets/documents/103279.
Acquisition Project Requirements
The subrecipient must provide FEMA with a signed copy of the Statement of Voluntary
Participation for each property post- award. The Statement of Voluntary Participation
formally documents the Notice of Voluntary Interest and information related to the
purchase offer. The Statement of Voluntary Participation is available on the FEMA
website at https://www.fema.gov/media-library/assets/documents/13708.
Page 13 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Subrecipients must apply deed -restriction language to all acquired properties to ensure
that the property is maintained in perpetuity as open space consistent with the
conservation of natural floodplain functions, as agreed to by accepting FEMA mitigation
award funding. Deed -restriction language is applied to acquired properties by recording
the open space and deed restrictions. The FEMA Model Deed Restriction is available on
the FEMA website at https://www.fema.gov/media-library/assets/documents/28496.
Subrecipients, as well as recipients and FEMA are responsible for enforcing compliance
with open space restrictions pursuant to 44 CFR Part 80 requirements.
National Environmental Policy Act Requirements for Mitigation Projects
Applicants and subapplicants applying for mitigation projects (community flood
mitigation projects or individual flood mitigation projects) must provide information
needed to comply with the National Environmental Policy Act (NEPA) (42 U.S.C. §§
4321-4370h) and the related DHS and FEMA instructions and directives (i.e., DHS
Directive 023-01, DHS Instruction Manual 023-01-001-01, FEMA Directive 108-1,
FEMA Instruction 108-1-1). The required information is included in the subapplication in
FEMA's grant application system. Environmental Planning and Historic Preservation
(EHP) Job Aids and Supplements are available on the FEMA website at
https://www.fema.gov/media-library/assets/documents/102051. The required information
is included in the subapplication in FEMA's grant application system.
11. Intergovernmental Review
An intergovernmental review may be required. Applicants must contact their state's
Single Point of Contact (SPOC) to comply with the state's process under Executive Order
12372 (See https://www.archives.gov/federal-register/codification/executive-
order/12372.html; https://www.whitehouse.gov/wp-content/uploads/2019/02/SPOC-
February-2019.pdf).
12. Funding Restrictions
All costs charged to awards covered by this NOFO must comply with the Uniform
Administrative Requirements, Cost Principles, and Audit Requirements at 2 C.F.R. Part
200, unless otherwise indicated in the NOFO or the terms and conditions of the Award.
Federal funds made available through an Award under this NOFO may only be used for
the purpose set forth in this NOFO and the terms and conditions of the Award and must
be consistent with the statutory and regulatory authority for the Award. Award funds may
not be used for matching funds for any other federal grants/cooperative agreements,
lobbying, or intervention in federal regulatory or adjudicatory proceedings. In addition,
federal funds may not be used to sue the federal government or any other government
entity.
The federal funding caps for FMA are as follows:
o $600,000 per Applicant for all Project Scoping subapplications;
o $30 million cap per community flood mitigation project subapplication;
Page 14 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
o $50,000 per Applicant for all Technical Assistance subapplications, for Recipients
to which FEMA obligated an FY 2019 FMA Award of at least $1 million federal
share;
o $100,000 per Applicant for flood hazard mitigation planning with maximums of:
• $50,000 for state flood hazard mitigation planning;
• $25,000 for local flood hazard mitigation planning;
o 10 percent of the total Application budget for Applicant management costs for
Applicants to administer and manage Award and subaward activities (see the
Management and Administration Costs subsection below);
o 5 percent of the total mitigation project, Project Scoping, and planning
subapplication budget for subapplicant management costs for subapplicants to
manage their subaward activities (see the Management and Administration Costs
subsection below).
Applicants should analyze the cost benefits of purchasing versus leasing equipment,
especially high -cost items and those subject to rapid technical advances. Large equipment
purchases must be identified and explained. For more information regarding property
management standards for equipment and federal procurement requirements, please
reference 2 C.F.R. Part 200, available at
https: //www. ecfr. gov/cgi-bin/text-idx?tp1=/ecfrbrowse/Title02/2cfr200_main_02.tpl
More detailed information is available in Part III, E.1, Eligible Activities, of the HMA
Guidance, available on the FEMA website at
https://www.fema.gov/media-library/assets/documents/103279.
13. Allowable Costs
a. Pre -Award Costs
Pre -award costs directly related to developing the FMA grant Application or
subapplication that are incurred prior to the date of the grant award are allowed
subject to FEMA approval at time of award. Such costs may have been incurred prior
to Application submission, for example gathering NEPA data or developing a BCA
(see Section D, Application and Submission Information), preparing design
specifications, or conducting workshops or meetings related to development and
submission of subapplications. To be eligible for FMA funding, pre -award costs must
be identified as separate line items in the cost estimate of the subapplication.
Pre -award costs may be cost shared or Applicants and subapplicants may identify
them as their non-federal cost share (see Section C, Eligibility Information, Cost
Share or Match).
Costs associated with implementation of proposed projects in the submitted grant
Application or subapplication that are incurred prior to the date of the grant Award
are not allowed. Activities initiated or completed prior to the date of the grant Award
are generally not eligible.
Page 15 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Applicants and subapplicants who are not awarded Awards or subawards will not
receive reimbursement for the corresponding pre -award costs. More detailed
information is provided in Part IV, F.2, Pre -Award Costs, of the HMA Guidance,
available on the FEMA website at
https://www.fema. gov/media-library/assets/documents/103279.
b. Management Costs
Management costs are any indirect costs, any direct administrative costs, and other
administrative expenses that are reasonably incurred in administering an Award or
subaward.
Applicant and subapplicant management cost activities including the implementation
of the FMA program, such as subapplication development, geocoding mitigation
projects, delivery of Technical Assistance, managing Awards and staff salary costs
are eligible for FMA funding in accordance with the HMA Guidance, available on the
FEMA website at https://www.fema.gov/media-library/assets/documents/103279.
Applicants may apply for Applicant management costs of up to 10 percent of the total
FMA grant Application for management of the Award and all selected subawards.
Applicant requests for management costs must be submitted in a separate
management costs subapplication in FEMA's grant application system (see Section
D, Application and Submission Information, Content and Form of Application
Submission).
Subapplicants may include subapplicant management costs of up to 5 percent of the
total cost of their planning, Project Scoping, or mitigation project subapplication to
manage the proposed subaward activities. Subapplicant management cost activities
must be added to the Scope of Work section and identified in the Cost Estimate
section of subapplications in FEMA's grant application system.
Indirect Cost Rates
As part of management costs, Applicants and subapplicants may charge indirect costs
as described in 2 C.F.R. Part 200, including 2 C.F.R. § 200.414. Applicants with a
negotiated indirect cost rate agreement that desire to charge indirect costs to an award
must provide a copy of their negotiated indirect cost rate agreement at the time of
application. Applicants that are not required by 2 C.F.R. Part 200 to have a negotiated
indirect cost rate agreement but are required by 2 C.F.R. Part 200 to develop an
indirect cost rate proposal must provide a copy of their proposal at the time of
application. Subapplicants are not required to submit negotiated indirect cost rate
agreements or proposals directly to FEMA, but they may need to submit them to the
applicable Applicants per 2 C.F.R. § 200.331.
Applicants and subapplicants that are required to have either a negotiated indirect cost
rate agreement or proposal may use their applicable indirect cost rate to charge
indirect costs, but they may only charge an amount up to the applicable dollar cap set
Page 16 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
above for all management costs. If Applicants or subapplicants are not required to
have a negotiated indirect cost rate agreement or proposal, the Applicants should
reach out on behalf of themselves or on behalf of subapplicants to the applicable
contacts listed in Section G, DHS Awarding Agency Contact Information for further
instructions.
E. Application Review Information
1. Application Evaluation Criteria
a. Programmatic Criteria
FEMA will review subapplications submitted by each Applicant to ensure compliance
with applicable regulations at 44 C.F.R. Parts 79, 80, and 201, and the HMA
Guidance, including:
• Eligibility of the Applicant and subapplicant;
• Eligibility of proposed activities and costs;
• Completeness of the subapplication;
• Cost-effectiveness and engineering feasibility of mitigation projects; and
• Eligibility and availability of non-federal cost share.
For more detailed information, see Part VI, Application Review Information, of the
HMA Guidance, available on the FEMA website at
https://www.fema.gov/media-library/assets/documents/103279.
b. Financial Integrity Criteria
Prior to making a federal Award, the DHS FEMA is required by 31 U.S.C. § 3321
note, 41 U.S.C. § 2313, and 2 C.F.R. § 200.205 to review information available
through any OMB -designated repositories of government wide eligibility
qualification or financial integrity information. Therefore, Application evaluation
criteria may include the following risk -based considerations of the Applicant:
1) Financial stability.
2) Quality of management systems and ability to meet management standards.
3) History of performance in managing federal Award.
4) Reports and findings from audits.
5) Ability to effectively implement statutory, regulatory, or other requirements.
c. Supplemental Financial Integrity Criteria and Review
Prior to making a federal Award where the anticipated total federal share will be
greater than the simplified acquisition threshold, currently $250,000 (see Section 805
of the National Defense Authorization Act for Fiscal Year 2018, Pub. L. No. 115-91,
OMB Memorandum M-18-18 at
https ://www.whitehouse. gov/wp-content/uploads/2018/06/M-18-18.pdf):
1) DHS/FEMA is required to review and consider any information about the
Applicant that is in the designated integrity and performance system
Page 17 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
accessible through SAM, which is currently the Federal Awardee
Performance and Integrity Information System (FAPIIS) and is accessible
through the SAM website.
2) An Applicant, at its option, may review information in FAPIIS and
comment on any information about itself that a federal awarding agency
previously entered.
3) DHS FEMA will consider any comments by the Applicant, in addition to
the other information in FAPIIS, in making a judgment about the
Applicant's integrity, business ethics, and record of performance under
federal awards when completing the review of risk posed by Applicants as
described in 2 C.F.R. § 200.205.
2. Review and Selection Process
a. Review Process
FEMA will select subapplications up to the available funding amount of $160 million
in the following order.
1. Project Scoping — up to $4 million
FEMA will select the highest ranked eligible subapplication(s) for Project
Scoping from each Applicant not to exceed $600,000 total federal cost share.
Project Scoping can be used to obtain data and to prioritize, select, and develop
community flood mitigation projects and/or individual flood mitigation projects
for future funding based on current FEMA-approved mitigation plans. In
accordance with 44 C.F.R. Part 79 and HMA Guidance, Project Scoping
subapplications will be evaluated to ensure that the end result will lead to an
eligible project subapplication that will provide benefits to the NFIP.
Consideration of Project Scoping early in the decision -making process can help
facilitate the development of a viable project, as well as project implementation.
FY 2020 Project Scoping projects are not eligible for FY 2020 community flood
mitigation project or traditional flood mitigation project funding. There is no
guarantee for future HMA project funding if Project Scoping is awarded.
All Project Scoping subapplications must include the following elements:
• Use the Project Scoping application type within FEMA's grant
application system to be considered,
• Be designated as a Project Scoping project in the subapplication title
"Project Scoping for X", and
• Prove that the proposed project benefits NFIP insured properties by
submitting a map and associated geospatial file(s) (e.g., Shapefile,
KML/KMZ, Geodatabase, or other GIS enabled document) delineating:
o Estimated area benefitting from the project
Page 18 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Eligible Project Scoping activities must benefit NFIP insured properties.
Examples include, but are not limited to:
• Conducting meetings, outreach and coordination with subapplicants and
community residents
• Developing or conducting engineering, environmental feasibility and/or
benefit -cost analyses
• Undertaking activities that lead to development of project applications
• Evaluating facilities to identify mitigation actions
• Using staff or resources to develop cost share strategies
2. Community Flood Mitigation Projects — up to $70 million
FEMA will then select the highest scored eligible community flood mitigation
project subapplication(s) based on the FEMA scoring criteria (see below). Each
subapplication shall not exceed $30 million federal cost share. In accordance with
44 C.F.R. Part 79 and HMA Guidance, projects will be evaluated to ensure they
will provide benefits to the NFIP.
All community flood mitigation project subapplications must include the
following elements:
• Use the Community Flood Control code/activity type within FEMA's
grant application system to be considered,
• Be designated as community flood mitigation project in the subapplication
title "Community Flood Mitigation Project", and
• Prove that the proposed project benefits NFIP insured properties by
submitting a map and associated geospatial file(s) (e.g., Shapefile,
KML/KMZ, Geodatabase, or other GIS enabled document) delineating:
o The proposed project footprint boundary,
o Area benefitting from project, and
o Active NFIP policies (if data available).
Eligible activities must benefit NFIP insured properties. Examples include, but are
not limited to:
• Localized flood control
• Floodwater storage and diversion
• Floodplain and stream restoration
• Stormwater management
• Wetland restoration/creation
Subapplications submitted for either the Project Scoping funding or community
flood mitigation project funding will be scored and selected based on the priorities
in the following table, as needed:
Page 19 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Final Priority Scoring Criteria for Community Flood Mitigation Projects &
Project Scoping
Priority
Description
Total Points
NFIP Insured
Multiple Loss
Communities
Communities with 50 or more Repetitive Loss (RL) or Severe
Repetitive Loss (SRL) structures and have received NFIP
claims in a county that has received an Individual Assistance
declaration for flood in the past 10 years.
Up to 200
NFIP Policy
Holder
Points will be assessed for every NFIP policy that is active as
of the FMA application start date (Section D, Application and
Submission Information, Key Dates and Times) and is verified
within the benefitting area of the project.
(5 per NFIP Policy).
5 x Each NFIP
Policy
Severe Repetitive
Loss (SRL) and
Repetitive Loss
(RL) Properties
Points will be assessed for SRL or RL structure that is verified
within the benefitting area of the project (5 per RL and 10 per
SRL property).
5 x each RL
10 x each SRL
Private-
Partnership Cost
Share
Cost share taken on by private organizations/businesses
emphasizing community participation, collaboration, and
investment. Points will be assigned based on percentage of
private cost share invested.
150
Community Rating
System (CRS)
Participation
The CRS recognizes and encourages community floodplain-
management activities that exceed the minimum National
Flood Insurance Program standards. Depending on the level of
participation, flood insurance premium rates for policyholders
can be reduced up to 45%. Highest weight will be assigned to
class 1 and descending through lower classes. (Graded Scale: 1
— 100,2-90,3-80,4-70,5-60,5-50,6-40,7-30,8
= 20, 9 = 10)
10-100
Advance
Assistance
Generated Project
(Projects Only)
Application generated from a previous FEMA HMA Advance
Assistance Award.
20
Cooperating
Technical Partners
Program (CTP)
Participation
The CTP is a qualified partnership program in which
communities commit to collaborate in maintaining up-to-date
flood hazard maps and other flood hazard information. Points
will be assigned to CTP participating communities.
30
In the event of a tie between two or more community flood mitigation
subapplications, FEMA will use the highest Benefit -Cost Ratio (BCR) as a
tiebreaker for projects.
After meeting the $70 million available for community flood mitigation or when
all eligible community flood mitigation project subapplications have been
Page 20 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
selected, FEMA will select eligible subapplications for the remaining funds in the
following order:
3. Technical Assistance
FEMA will select eligible Technical Assistance subapplications up to $50,000
federal cost share for Recipients to which FEMA obligated an FY 2019 FMA
Award of at least $1 million federal share.
4. Flood Hazard Mitigation Planning
FEMA will select eligible planning subapplications up to $100,000 federal cost
share per Applicant with a maximum of $50,000 federal cost share for the flood
only portion of state mitigation plan updates and a maximum of $25,000 federal
cost share for the flood only portion of local mitigation plans. FEMA may reduce
the federal cost share of any planning subapplication that exceeds the statutory
maximums.
5. Individual Flood Mitigation Projects
FEMA will select eligible individual flood mitigation project subapplications on a
competitive basis in the following prioritized order:
a. Projects that will mitigate flood damage to at least 50 percent of structures
included in the subapplication that meet the definition in 42 U.S.C. §
4104c(h)(3)(B)(ii) of an SRL property: At least two separate NFIP claim
payments have been made with the cumulative amount of such claims
exceeding the market value of the insured structure.
b. Projects that will mitigate flood damage to at least 50 percent of structures
included in the subapplication that meet the definition of a RL property: have
incurred flood -related damage on two occasions, in which the cost of the
repair, on the average, equaled or exceeded 25 percent of the market value of
the structure at the time of each such flood event.
c. Projects that will mitigate flood damage to at least 50 percent of structures
included in the subapplication that meet the definition in 42 U.S.C. §
4104c(h)(3)(B)(i) of an SRL property: four or more separate NFIP claims
payments have been made with the amount of each claim exceeding $5,000,
and with the cumulative amount of claims payments exceeding $20,000.
FEMA may rank subapplications higher in each of the above priorities where the
average elevation federal cost share is less than $250,000 for all single dwelling
units and the average acquisition federal cost share is less than $750,000 for all
single dwelling units.
6. FEMA will select remaining eligible subapplications once all above priorities
are met based on benefits to the NFIP.
Applicants must ensure that accurate NFIP policy numbers and RL numbers are
included in all subapplications to be eligible to be selected for the above priorities.
Page 21 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
For project subapplications in priority categories 5(a) through 5(c) above, FEMA
will prioritize projects as follows:
a. The highest percentage of structures included in the subapplication that meet
the definition from 100 to 50 percent;
b. The largest number of structures included in the subapplication that meet the
definition;
c. The highest percentage of structures included in the subapplication that were
determined Substantially Damaged by the community within two (2) years of
the Application Submission Deadline and a verification letter is attached to
the Application;
d. The lowest percentage of structures included in the subapplication that are
Secondary Dwelling Units pursuant to the active NFIP Policy; and
e. The projects with the highest FEMA-validated BCR.
FEMA may rank subapplications higher in each of the above priorities where the
average elevation federal cost share is less than $250,000 for all single dwelling
units and the average acquisition federal cost share is less than $750,000 for all
single dwelling units.
If a project subapplication includes structures that meet the definition in more
than one of the priority categories, then the project will be considered under each
of those priority categories, and the structures that meet the definition of each
priority category will be counted for that category.
• For example, a project with structures that meet the definition in priority
category (a) is not selected for priority (a) because less than 50 percent of the
structures included in the subapplication meet that definition. However, the
project also contains structures that meet the definition in priority category
(b). So the project is considered for priority (b), and the percentage of
structures included in the subapplication that meet the definition in priority
category (b) is used to determine whether it is selected.
FEMA may select a subapplication out of priority order based on one or more of
the following factors:
• Availability of funding
• Duplication of subapplications
• Program priorities and policy factors
• Other pertinent information
b. Selection Status
After the review has been completed as described in Section E, Application Review
Information, FEMA will designate the selected planning, project, Project Scoping,
and Technical Assistance subapplications as one of the following three statuses:
Page 22 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
1. Identified for Further Review (IFFR) — Applicants with planning, project,
Project Scoping and/or Technical Assistance subapplication(s) that are Identified
for Further Review that submitted a management costs subapplication in their
FMA grant Application (see Section D, Application and Submission Information,
Content and Form of Application Submission) are eligible to receive Applicant
management costs not to exceed 10 percent of the selected planning and project
subapplications.
2. Not Selected — This means the subapplication is eligible but was not selected
due to a lack of available funding under the applicable subtotals.
3. Does Not Meet HMA Requirements — This means the subapplication does not
satisfy the eligibility and completeness requirements.
c. Request for Reconsideration
At its discretion, and at the request of the Applicant or subapplicant (through the
Applicant), FEMA may reconsider a decision regarding a planning, project, or
Technical Assistance subapplication that is Not Selected or Does Not Meet HMA
Requirements only where there is an indication of substantive technical or procedural
error that may have influenced FEMA's decision. There will be no reconsideration
regarding the amount of planning subapplications, Applicant management costs, or
Technical Assistance costs. Applicants must send requests for reconsideration based
on technical or procedural error to their FEMA Regional Office within 60 days of the
posting of subapplication status. Subapplicants should contact their Applicant agency
regarding reconsideration requests, so that the Applicant may submit it to FEMA on
their behalf. Contact information for each SHMO is provided at
https://www.fema.gov/state-hazard-mitigation-officers.
The FEMA Regional Office will review reconsideration requests received from
Applicants and submit the Regional recommendation to FEMA Headquarters. FEMA
Headquarters will make a final determination to overturn or uphold the original
decision and send the response to the Applicant.
Prior to making an Award, FEMA will evaluate Applicants to determine the level of
risk when there is a history of failure to comply with general or specific terms and
conditions of a federal Award or failure to meet the expected performance goals. If
FEMA determines that a federal Award will be made, special conditions that
correspond to the degree of risk assessed may be applied to the Award, as specified in
Part VI, B, Risk Assessment Prior to FMA Award, of the HMA Guidance, available
on the FEMA website at https://www.fema.gov/media-
library/assets/documents/103279.
F. Federal Award Administration Information
1. Notice of Award
Page 23 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Before accepting the Award, the AOR and Recipient should carefully read the Award
package. The Award package includes instructions on administering the grant Award and
the terms and conditions associated with responsibilities under federal Awards. Award
package must be accepted within 30 days of receipt. Recipients must accept all
conditions in this NOFO as well as any special terms and conditions in the Notice of
Award to receive an Award under this program.
FEMA will provide the federal Award package to the Applicant electronically via
FEMA's grant application system. Award packages include an Award letter, Obligating
Document for Awards/Amendments, and Articles of Agreement, including EHP review
and/or other conditions. An email notification of the Award package will be sent through
FEMA's grant application system to the Applicant POC(s) designated in the FMA grant
application. See 2 C.F.R. § 200.210, Information contained in a federal Award at
http ://www. gpo. gov/fdsys/granule/CFR-2014-title2-vol 1 /CFR-2014-title2-vol l -sec200-
210.
When FEMA obligates funds for a grant to an Applicant, the Applicant and subapplicant
are denoted as Recipient and subrecipient, respectively. The Recipient and subrecipient
agree to abide by the grant Award terms and conditions as set forth in the Articles of
Agreement provided in the Award package. Recipients must accept all conditions in this
NOFO as well as any Special Terms and Conditions. For detailed information, see Part
VI, A, Notice of Award, of the HMA Guidance, available on the FEMA website at
https://www.fema.gov/media-library/assets/documents/103279.
FEMA or the Department of Homeland Security may initiate a formal evaluation of
programs, projects or activities supported by this grant. By accepting grant funds,
Recipients agree to participate in the evaluation, which may include analysis of
individuals who benefit from the grant (such as property owners), and providing access to
program operating personnel and participants, as specified by the evaluator(s) including
after the period of performance.
2. Administrative and National Policy Requirements
All successful Applicants for DHS grant and cooperative agreements are required to
comply with DHS Standard Terms and Conditions, which are available online at: DHS
Standard Terms and Conditions.
The applicable DHS Standard Terms and Conditions will be those in effect at the time the
Award was made. Terms and conditions for each Award will be clearly stated in the
Award package at the time of Award.
Construction Project Requirements
Acceptance of federal funding requires FEMA, the Recipient, and any subrecipients to
comply with all federal, state, and local laws prior to the start of any construction activity.
Failure to obtain all appropriate federal, state, and local environmental permits and
clearances may jeopardize federal funding. Also:
Page 24 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
• Any change to the approved scope of work will require re-evaluation by FEMA
for Recipient and subrecipient compliance with the NEPA and other laws and
Executive Orders.
• If ground -disturbing activities occur during construction, the Recipient and any
subrecipients must ensure monitoring of ground disturbance, and if any potential
archaeological resources are discovered, the subrecipient will immediately cease
construction in that area and notify the Recipient and FEMA.
• All mitigation projects must be in in conformance with flood insurance
requirements. This means that if the project is located in a Special Flood Hazard
Area (SFHA): (a) the project must be in a jurisdiction participating in the National
Flood Insurance Program (NFIP); and (b) the property owner(s) must obtain and
maintain flood insurance for the life of the structure, regardless of transfer of
ownership, in an amount at least equal to the project cost or to the maximum limit
of coverage made available with respect to the mitigated property, whichever is
less.
Environmental Planning and Historic Preservation (EHP) Compliance
Applicants and subapplicants proposing projects that have the potential to affect the
environment, including but not limited to modification or renovation of existing
buildings, structures and facilities, or new construction, including replacement of
facilities, must participate in the FEMA EHP review process. See FEMA Directive 108-
1: Environmental Planning and Historic Preservation Responsibilities and Program
Requirements (October 10, 2018); FEMA Instruction 108-1-1: Instruction on
Implementation of the Environmental Planning and Historic Preservation
Responsibilities and Program Requirements (October 10, 2018), accessible at
https://www.fema.gov/media-library/assets/documents/118323.
The EHP review process involves the submission of a detailed project description that
explains the goals and objectives of the proposed project along with supporting
documentation so that FEMA may determine whether the proposed project has the
potential to adversely affect environmental resources and/or historic properties. EHP Job
Aids and Supplements are available on the FEMA website at
https://www.fem a. gov/m edia-library/assets/documents/ 102051.
3. Reporting
Recipients are required to submit quarterly financial and performance reports to FEMA
as a condition of their Award acceptance throughout the period of performance, even for
periods where no grant Award activity occurs. Future Awards and fund drawdowns may
be withheld if these reports are delinquent, demonstrate a lack of progress, or are
insufficient in detail.
The following reporting periods and due dates apply:
Page 25 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Reporting Period
Report Due Date
October 1 — December 31
January 30
January 1 — March 31
April 30
April 1 — June 30
July 30
July 1 — September 30
October 30
a. Federal Financial Reporting Requirements
The Federal Financial Report (FFR) form is available online at:
SF -425 OMB #4040-0014
Recipients must report obligations and expenditures on a quarterly basis through the
FFR to DHS/FEMA. Recipients must file the FFR electronically using FEMA GO.
Recipients must submit an FFR quarterly throughout the period of performance,
including partial calendar quarters, as well as for periods where no grant Award
activity occurs. FEMA may withhold future Awards and fund drawdowns if these
reports are delinquent, demonstrate lack of progress, or are insufficient in detail.
b. Programmatic Performance Reporting Requirements
In addition to the FFR reports, Recipients must report on the progress of the grant on
a quarterly basis to DHS/FEMA using the Quarterly Performance Report in FEMA's
grant application system. The Quarterly Performance Reports must be submitted
electronically in FEMA's grant application system throughout the period of
performance, even for periods where no grant Award activity occurs. Reports are due
within 30 days from the end of the first federal quarter following the initial grant
Award and within 30 days after every subsequent quarter until the grant ends.
c. Closeout Reporting Requirements
Within 90 days after the end of the period of performance, or after an amendment has
been issued to close out a grant, Recipients must submit the following:
1) The final request for payment, if applicable;
2) The final FFR (SF -425);
3) The final progress report detailing all accomplishments;
4) A qualitative narrative summary of the impact of those accomplishments
throughout the period of performance; and
5) Other documents required by this NOFO, terms and conditions of the Award, or
other DHS FEMA guidance.
If applicable, an inventory of all construction projects that used funds from this
program must be reported with the final progress report.
After these reports have been reviewed and approved by DHS FEMA, a closeout
notice will be completed to close out the grant. The notice will indicate the period of
performance as closed, list any remaining funds that will be deobligated, and address
the requirement of maintaining the grant records for three years from the date of the
final FFR, unless a longer period applies, such as due to an audit or litigation, for
Page 26 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
equipment or real property used beyond the period of performance, or due to other
circumstances outlined in 2 C.F.R. § 200.333.
In addition, any Recipient that issues subawards to any subrecipient is responsible
for closing out those subawards as described in 2 C.F.R. § 200.343. Recipients
acting as pass -through entities must ensure that they complete the closeout of their
subawards in time to submit all necessary documentation and information to DHS
FEMA during the closeout of their prime grant Award.
The Recipient is responsible for returning any funds that have been drawn down but
remain as unliquidated on Recipient financial records.
d. Disclosing Information per 2 C.F.R. § 180.335
This reporting requirement pertains to disclosing information related to
government -wide suspension and debarment requirements. Before a Recipient
enters into a grant Award with DHS FEMA the Recipient must notify DHS FEMA
if it knows if it or any of the Recipient's principals under the Award fall under one
or more of the four criteria listed at 2 C.F.R. § 180.335:
1) Are presently excluded or disqualified;
2) Have been convicted within the preceding three years of any of the offenses listed
in 2 C.F.R. § 180.800(a) or had a civil judgment rendered against it or any of the
Recipient's principals for one of those offenses within that time period;
3) Are presently indicted for or otherwise criminally or civilly charged by a
governmental entity (federal, state or local) with commission of any of the
offenses listed in 2 C.F.R. § 180.800(a); or
4) Have had one or more public transactions (federal, state, or local) terminated
within the preceding three years for cause or default.
At any time after accepting the Award, if the Recipient learns that it or any of its
principals falls under one or more of the criteria listed at 2 C.F.R. § 180.335, the
Recipient must provide immediate written notice to DHS FEMA in accordance
with 2 C.F.R. § 180.350.
e. Reporting of Matters Related to Recipient Integrity and Performance
Per 2 C.F.R. Part 200, Appendix I § F.3, the additional post -award reporting
requirements in 2 C.F.R. Part 200, Appendix XII may apply to Applicants who, if
upon becoming Recipients, have a total value of currently active grants, cooperative
agreements, and procurement contracts from all federal awarding agencies that
exceeds $10,000,000 for any period of time during the period of performance of an
Award under this funding opportunity. Recipients that meet these criteria must
maintain current information reported in FAPIIS about civil, criminal, or
administrative proceedings described in paragraph 2 of Appendix XII at the reporting
frequency described in paragraph 4 of Appendix XII.
4. Monitoring
Page 27 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Per 2 C.F.R. § 200.336, DHS FEMA, through its authorized representatives, has the right,
at all reasonable times, to make site visits to review project accomplishments and
management control systems to review project accomplishments and to provide any
required technical assistance. During site visits, DHS FEMA will review grant
Recipients' files related to the grant Award. As part of any monitoring and program
evaluation activities, grant Recipients must permit DHS FEMA upon reasonable notice,
to review grant -related records and to interview the organization's staff and contractors
regarding the program. Recipients must respond in a timely and accurate manner to DHS
FEMA requests for information relating to the grant program.
G. DHS Awarding Agency Contact Information
1. Contact and Resource Information
Program/Financial and Administrative Questions
General questions about the FMA program can be directed to the appropriate FEMA
Regional Office or SHMO. Contact information for FEMA Regional Offices is provided
at https://www.fema.gov/about-agency. Contact information for the SHMOs is provided
at https://www.fema.gov/state-hazard-mitigation-officers.
The HMA Helpline is available by telephone 1-866-222-3580 or email
HMAGrantsHelpline@fema.dhs.gov.
For questions about cost-effectiveness and FEMA's BCA software, contact the BC
Helpline by telephone 1-855-540-6744 or email BCHelpline@fema.dhs.gov.
The Feasibility and Effectiveness Helpline is available for guidance on FEMA Building
Science publications by email FEMA-BuildingScienceHelp@fema.dhs.gov.
A Helpline for guidance on FEMA Safe Room publications is available by email
Saferoom@fema.dhs.gov.
For questions about NEPA or EHP requirements, the EHP Helpline is available by
telephone 1-866-222-3580 or email ehhelpline@fema.dhs.gov.
Resources and job aids intended to help prepare Applications and subapplications are
available on FEMA's Hazard Mitigation Assistance webpage at
https://www.fema.gov/application-development-1.
FEMA publications that specify the documentation and information necessary for FEMA
to review project subapplications for feasibility and effectiveness, cost-effectiveness, and
potential impacts on environmental and cultural resources are available on the FEMA
website at https://www.fema.gov/hazard-mitigation-assistance-publications.
2. Systems Information
Page 28 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Information, training, and resources on FEMA's grant outcomes system for Applicant
and subapplicant users are available at https://go.fema.gov.
H. Additional Information
1. Procurement Integrity
Through audits conducted by the DHS Office of Inspector General (OIG) and FEMA
grant monitoring, findings have shown that some FEMA Recipients have not fully
adhered to proper procurement requirements when spending grant funds. Anything less
than full compliance with federal procurement requirements jeopardizes the integrity of
the grant as well as the grant program.
The below highlights the Federal procurement requirements for FEMA Recipients when
procuring goods and services with federal grant funds. FEMA will include a review of
Recipients' procurement practices as part of the normal monitoring activities. All
procurement activity must be conducted in accordance with Federal Procurement
Standards at 2 C.F.R. §§ 200.317 — 200.326. Select requirements under these standards
are listed below. The Recipient and any of its subrecipients must comply with all
requirements, even if they are not listed below.
Under 2 C.F.R. § 200.317, when procuring property and services under a federal Award,
states must follow the same policies and procedures they use for procurements from their
non-federal funds; additionally, states must follow 2 C.F.R. § 200.322 regarding
procurement of recovered materials, and 2 C.F.R. § 200.326 regarding required contract
provisions.
All other non-federal entities, including tribal governments, must use their own
documented procurement procedures that reflect applicable SLTT laws and regulations,
provided that the procurements conform to applicable federal law and the standards
identified in 2 C.F.R. Part 200. These standards include, but are not limited to, providing
for full and open competition consistent with the standards of 2 C.F.R. § 200.319.
a. Competition and Conflicts of Interest
Among the requirements of 2 C.F.R. § 200.319(a) applicable to all non-federal
entities other than states, in order to ensure objective contractor performance and
eliminate unfair competitive advantage, contractors that develop or draft
specifications, requirements, statements of work, or invitations for bids or requests for
proposals must be excluded from competing for such procurements. FEMA considers
these actions to be an organizational conflict of interest and interprets this restriction
as applying to contractors that help a non-federal entity develop its grant application,
project plans, or project budget. This prohibition also applies to the use of former
employees to manage the grant or carry out a contract when those former employees
worked on such activities while they were employees of the non-federal entity.
Under this prohibition, unless the non-federal entity solicits for and awards a contract
covering both development and execution of specifications (or similar elements as
Page 29 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
described above), and this contract was procured in compliance with 2 C.F.R. §§
200.317 - 200.326, federal funds cannot be used to pay a contractor to carry out the
work if that contractor also worked on the development of those specifications. This
rule applies to all contracts funded with federal grant funds, including pre -award
costs, such as grant writer fees, as well as post -award costs, such as grant
management fees.
Additionally, some of the situations considered to be restrictive of competition
include, but are not limited to:
• Placing unreasonable requirements on firms in order for them to qualify to do
business;
• Requiring unnecessary experience and excessive bonding;
• Noncompetitive pricing practices between firms or between affiliated
companies;
• Noncompetitive contracts to consultants that are on retainer contracts;
• Organizational conflicts of interest;
• Specifying only a "brand name" product instead of allowing "an equal"
product to be offered and describing the performance or other relevant
requirements of the procurement; and
• Any arbitrary action in the procurement process.
Per 2 C.F.R. § 200.319(b), non-federal entities other than states must conduct
procurements in a manner that prohibits the use of statutorily or administratively
imposed SLTT geographical preferences in the evaluation of bids or proposals, except
in those cases where applicable federal statutes expressly mandate or encourage
geographic preference. Nothing in this section preempts state licensing laws. When
contracting for architectural and engineering services, geographic location may be a
selection criterion provided its application leaves an appropriate number of qualified
firms, given the nature and size of the project, to compete for the contract.
Under 2 C.F.R. § 200.318(c)(1), non-federal entities other than states are required to
maintain written standards of conduct covering conflicts of interest and governing the
actions of their employees engaged in the selection, award, and administration of
contracts. No employee, officer, or agent may participate in the selection, award,
or administration of a contract supported by a federal award if he or she has a
real or apparent conflict of interest. Such conflicts of interest would arise when the
employee, officer or agent, any member of his or her immediate family, his or her
partner, or an organization which employs or is about to employ any of the parties
indicated herein, has a financial or other interest in or a tangible personal benefit from
a firm considered for a contract.
The officers, employees, and agents of the non-federal entity may neither solicit nor
accept gratuities, favors, or anything of monetary value from contractors or parties to
subcontracts. However, non-federal entities may set standards for situations in which
the financial interest is not substantial, or the gift is an unsolicited item of nominal
Page 30 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
value. The standards of conduct must provide for disciplinary actions to be applied
for violations of such standards by officers, employees, or agents of the non-federal
entity. If the recipient or subrecipient (other than states) has a parent, affiliate, or
subsidiary organization that is not a state, local government, territory, or Indian tribe,
the non-federal entity must also maintain written standards of conduct covering
organizational conflicts of interest. In this context, organizational conflict of interest
means that because of a relationship with a parent company, affiliate, or subsidiary
organization, the non-federal entity is unable or appears to be unable to be impartial
in conducting a procurement action involving a related organization. The non-federal
entity must disclose in writing any potential conflicts of interest to FEMA or the pass -
through entity in accordance with applicable FEMA policy.
b. Supply Schedules and Purchasing Programs
Generally, a non-federal entity may seek to procure goods or services from a federal
supply schedule, state supply schedule, or group purchasing agreement.
i. General Services Administration Schedules
States, tribes, and local governments, and any instrumentality thereof (such as
local education agencies or institutions of higher education) may procure goods
and services from a General Services Administration (GSA) schedule. GSA offers
multiple efficient and effective procurement programs for state, tribal, and local
governments, and instrumentalities thereof, to purchase products and services
directly from pre -vetted contractors. The GSA Schedules (also referred to as the
Multiple Award Schedules and the Federal Supply Schedules) are long-term
government -wide contracts with commercial firms that provide access to millions
of commercial products and services at volume discount pricing.
Information about GSA programs for states, tribes, and local governments, and
instrumentalities thereof, can be found at https://www.gsa.gov/resources-
for/programs-for-State-and-local-governments and https://www.gsa.gov/buying-
selling/purchasing-programs/gsa-schedules/schedule-buyers/state-and-local-
governments.
For tribes, local governments, and their instrumentalities that purchase off of a
GSA schedule, this will satisfy the federal requirements for full and open
competition provided that the recipient follows the GSA ordering procedures;
however, tribes, local governments, and their instrumentalities will still need to
follow the other rules under 2 C.F.R. §§ 200.317 — 200.326, such as contract cost
and price (§ 200.323) and solicitation of minority, women -owned, or small
businesses (§ 200.321).
ii. Other Supply Schedules and Programs
For non-federal entities other than states, such as tribes, that want to procure
goods or services from a state supply schedule, cooperative purchasing program,
or other similar program, in order for such procurements to be permissible under
federal requirements, the following must be true:
Page 31 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
• The procurement of the original contract or purchasing schedule and its
use by the non-federal entity complies with state and local law,
regulations, and written procurement procedures;
• The state or other entity that originally procured the original contract or
purchasing schedule entered into the contract or schedule with the express
purpose of making it available to the non-federal entity and other similar
types of entities;
• The contract or purchasing schedule specifically allows for such use, and
the work to be performed for the non-federal entity falls within the scope
of work under the contract as to type, amount, and geography;
• The procurement of the original contract or purchasing schedule complied
with all of the procurement standards applicable to a non-federal entity
other than states under at 2 C.F.R. §§ 200.317 - 200.326; and
• With respect to the use of a purchasing schedule, the non-federal entity
must follow ordering procedures that adhere to applicable state, tribal, and
local laws and regulations and the minimum requirements of full and open
competition under 2 C.F.R. Part 200.
If a non-federal entity other than a state seeks to use a state supply schedule,
cooperative purchasing program, or other similar type of arrangement, FEMA
recommends the Recipient discuss the procurement plans with the applicable
Program Analyst or Grants Management Specialist.
c. Procurement Documentation
Per 2 C.F.R. § 200.318(i), non-federal entities other than states and territories are
required to maintain and retain records sufficient to detail the history of procurement
covering at least the rationale for the procurement method, contract type, contractor
selection or rejection, and the basis for the contract price. States and territories are
encouraged to keep maintain this information as well and are reminded that in order
for any cost to be allowable, it must be adequately documented per 2 C.F.R. §
200.403(g).
Examples of the types of documents that would cover this information include but are
not limited to:
• Solicitation documentation, such as requests for quotes, invitations for
bids, or requests for proposals;
• Responses to solicitations, such as quotes, bids, or proposals;
• Pre -solicitation independent cost estimates and post -solicitation cost/price
analyses on file for review by federal personnel, if applicable;
• Contract documents and amendments, including required contract
provisions; and
• Other documents required by federal regulations applicable at the time a
grant is awarded to a recipient.
Page 32 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
2. Period of Performance Extensions
Extensions to the period of performance under this program are allowed (per Part VI,
D.4.1, Extensions, of the HMA Guidance, available on the FEMA website at
https://www.fema.gov/media-library/assets/documents/103279).
Recipients must submit proposed extension requests to FEMA for review and approval at
least 60 days prior to the expiration of the grant period of performance.
Extensions to the initial period of performance identified in the Award will be considered
only through formal, written requests to the Recipient's respective Region and must
contain specific and compelling justification as to why an extension is required.
Recipients are advised to coordinate with the Region as needed when preparing an
extension.
All extension requests must address the following:
1. Grant Program, Fiscal Year, and Award number;
2. Verification that progress has been made as described in quarterly reports;
3. Reason for delay — this must include details of the legal, policy, or operational
challenges being experienced that prevent the final outlay of Awarded funds by
the applicable deadline;
4. Current status of the activity/activities;
5. Approved period of performance termination date and new project completion
date;
6. Amount of funds drawn down to date;
7. Remaining available funds, both federal and non-federal;
8. Budget outlining how remaining federal and non-federal funds will be expended;
9. Plan for completion including milestones and timeframes for achieving each
milestone and the position/person responsible for implementing the plan for
completion; and
10. Certification that the activity/activities will be completed within the extended
period of performance without any modification to the original Statement of
Work approved by FEMA.
FEMA will evaluate requests for extensions to a grant period of performance. Based on
sufficiency of justification, the FEMA Regional Administrator can issue up to two
extensions of the period of performance for up to 12 months each.
3. Payment
FMA payment/drawdown requests are generated using FEMA GO and are governed by
applicable federal regulations, including 2 C.F.R. § 200.305.
Recipients should not expend funds or request drawdowns until all special conditions
listed on the grant Award document are met and FEMA has approved the request for
payment in FEMA GO.
Page 33 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Recipients should draw down funds based upon immediate disbursement requirements;
however, FEMA strongly encourages Recipients to draw down funds as close to
disbursement or expenditure as possible to avoid accruing interest.
FEMA uses the Direct Deposit/Electronic Funds Transfer (DD/EFT) method of payment
to Recipients. To enroll in the DD/EFT, the Recipient must complete a SF -1199A, Direct
Deposit Form.
4. Conflicts of Interest in the Administration of Federal Awards or Subawards
To eliminate and reduce the impact of conflicts of interest in the subaward process,
Recipients must follow their own policies and procedures regarding the elimination or
reduction of conflicts of interest when making subawards. Recipients are also required to
follow any applicable state, local, or tribal statutes or regulations governing conflicts of
interest in the making of subawards.
The Recipient must disclose to FEMA, in writing, any real or potential conflict of interest
as defined by the federal, state, local, or tribal statutes or regulations or their own existing
policies that may arise during the administration of the federal Award. Recipients must
disclose any real or potential conflicts to the FEMA Program Analyst within 15 days of
learning of the conflict of interest, per Part III, D.2, Conflict of Interest, of the HMA
Guidance, available on the FEMA website at
https://www.fema.gov/media-library/assets/documents/103279. Similarly, subrecipients
must disclose any real or potential conflict of interest to the Recipient as required by the
Recipient's conflict of interest policies, or any applicable state, local, or tribal statutes or
regulations.
Conflicts of interest may arise during the process of FEMA making a federal Award in
situations where a FEMA employee, officer, or agent, any members of his or her
immediate family, or his or her partner has a close personal relationship, a business
relationship, or a professional relationship, with an Applicant, subapplicant, Recipient,
subrecipient, or FEMA employee.
5. Encouraged Use of Certain Products Produced in the United States
Pursuant to Executive Order 13858, "Strengthening Buy -American Preferences for
Infrastructure Projects," FEMA encourages Recipients to use, to the greatest extent
practicable and consistent with the law, iron and aluminum as well as steel, cement, and
other manufactured products produced in the United States, in projects funded by an
Award under this programs affecting surface transportation, including roadways, bridges,
railroads, and transit; aviation; ports, including navigational channels; water resources
projects; energy production, generation, and storage, including from fossil -fuels,
renewable, nuclear, and hydroelectric sources; electricity transmission; gas, oil, and
propane storage and transmission; electric, oil, natural gas, and propane distribution
systems; broadband internet; pipelines; stormwater and sewer infrastructure; drinking
water infrastructure; and cybersecurity.
Page 34 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Notwithstanding this encouragement, non -Federal entities must ensure that all costs,
procurements and contract actions are consistent with the law, this NOFO, program
regulations and guidance, and the costs and federal procurement standards at 2 C.F.R.
Part 200.
6. Record Retention
a. Record Retention Period
Financial records, supporting documents, statistical records, and all other non-federal
entity records pertinent to a federal award generally must be maintained for at least
three years from the date the final FFR is submitted. See 2 C.F.R. § 200.333. Further,
if the recipient does not submit a final FFR and the award is administratively closed,
FEMA uses the date of administrative closeout as the start of the general record
retention period.
The record retention period may be longer than three years or have a different
start date in certain cases. These include:
• Records for real property and equipment acquired with Federal funds must be
retained for 3 years after final disposition of the property. See 2 C.F.R. §
200.333(c).
• If any litigation, claim, or audit is started before the expiration of the 3 -year
period, the records must be retained until all litigation, claims, or audit
findings involving the records have been resolved and final action taken.
See 2 C.F.R. § 200.333(a).
• The record retention period will be extended if the recipient is notified in
writing of the extension by DHS/FEMA, the cognizant or oversight agency
for audit, or the cognizant agency for indirect costs. See 2 C.F.R. §
200.333(b).
• Where DHS/FEMA requires recipients to report program income after the
period of performance ends, the program income record retention period
begins at the end of the recipient's fiscal year in which program income is
earned. See 2 C.F.R. § 200.333(e).
• For indirect cost rate proposals, cost allocation plans, or other rate
computations records, the start of the record retention period depends on
whether the indirect cost rate documents were submitted for negotiation. If the
indirect cost rate documents were submitted for negotiation, the record
retention period begins from the date those documents were submitted for
negotiation. If indirect cost rate documents were not submitted for
negotiation, the record retention period begins at the end of the
recipient's fiscal year or other accounting period covered by that indirect
cost rate. See 2 C.F.R. § 200.333(f).
b. Types of Records to Retain
FEMA requires that non-federal entities maintain the following documentation for
federally funded purchases:
• Specifications
• Solicitations
Page 35 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
• Competitive quotes or proposals
• Basis for selection decisions
• Purchase orders
• Contracts
• Invoices
• Cancelled checks
Non-federal entities should keep detailed records of all transactions involving the
grant. FEMA may at any time request copies of any relevant documentation and
records, including purchasing documentation along with copies of cancelled checks
for verification. See, e.g., 2 C.F.R. §§ 200.318(i), 200.333, 200.336.
In order for any cost to be allowable, it must be adequately documented per 2 C.F.R.
§ 200.403(g). Non-federal entities who fail to fully document all purchases may find
their expenditures questioned and subsequently disallowed.
Page 36 of 36
FY 2020 FMA NOFO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Subapplicant information
Name of federal agency FEMA
Type of submission Application
PEARLAND, CITY OF
3519 LIBERTY DR STE 201
PEARLAND, TX 77581 United States
State
DUNS # EIN #
TX
020796397 746028909
Subapplicant type Local Government
Is the subapplicant subject to review by Executive Order 12372 No - Not covered
Process?
Is the subapplicant delinquent on any federal debt? No
Contact information
Subrecipient Authorized Representative (SAR)
Joel Hardy
jhardy-@pearlandtx.gov
Primary phone Mailing address
2816521795
Work
Robert Upton
rupton@pearlandtx.gov
Primary phone Mailing address
Point(s) of contact
DR Rasika Perera Primary phone Additional phones Mailing address
Assistant City Engineer 2819974268 2817405268 3519 Liberty Dr
Work Mobile Pearland TX 77581
Fax
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
rperera@pearlandtx.gov
MR Rajendra Shrestha Primary phone Additional phones Mailing address
Assistant Director of 2816521649 2816357081 3519 Liberty Dr
Engineer Work Mobile Pearland TX 77581
rshrestha@pearlandtx.gov
Community
Fax
Please provide the following information. If the Congressional district number for your community does not display correctly, please
contact your State NFIP coordinator.
Add Communities
Please find the community(ies) that will benefit from this mitigation activity by clicking on the Find communities button. If needed,
modify the Congressional District number for each community by entering the updated number under the U.S. Congressional District
column for that community. When finished, click the Continue button. NOTE: You should also notify your State NFIP coordinator so that
the updated U.S. Congressional District number can be updated in the Community Information System (CIS) database.
U.S.
Community name County code CID number CRS community CRS rating Congressional
District
PEARLAND, CITY OF 039,157,201 480077 Y 6 22
Please provide any additional comments below (optional).
Attachments
Date
Filename Uploaded by Label Description Action
uploaded
Signed documents-Pearland FMA 12/09/2020 rperera@pearlandtx.gov Community Refer to
2020.pdf Attachments updated
documents
attached
Clay Pearson Authorization to Submit - 12/11/2020 jhardy@pearlandtx.gov Community Not required as
Joel Hardy.pdf Attachments Robert is
submitting the
application.
Pearland System for Award 12/09/2020 rperera@pearlandtx.gov Community No description
Management-FMA 2020.pdf Attachments given.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Date
Filename Uploaded by Label Description Action
uploaded
R2020-190 2020-09-28.pdf 12/04/2020 rperera@pearlandtx.gov Community Resolution
Attachments R2020-190
2020-09-28
Resolution of
the City council
authorizing the
Mayor, and/or
the City
Manager or his
designee as
having signature
authority for
executing
applications for
federal, state,
and/ or interlocal
public
assistance,
disaster
recovery, and/ or
hazard
mitigation
assistance in
the form of
grants.
SF -424D Signed-Pearland FMA 01/13/2021 rperera@pearlandtx.gov Community SF -424D signed
2020.pdf Attachments
SF-LLL Signed-Pearland FMA 2020.pdf 01/13/2021 rperera@pearlandtx.gov Community SF-LLL signed
Attachments
Signature Authority from Clay to 12/09/2020 rperera@pearlandtx.gov Community Signature
Robert.pdf Attachments authority from
City Manager to
Director of
Engineering.
Form 20-16- Signed-Pearland FMA 01/13/2021 rperera@pearlandtx.gov Community Form 20-16
2020.pdf Attachments read and signed
SF -424 Signed -Pearland FMA 2020.pdf 01/14/2021 rperera@pearlandtx.gov Community SF -424 Signed
Attachments
SF424C 2 0-V2.0-Pearland FMA 2020 01/14/2021 rperera@pearlandtx.gov Community SF -424C
Application-rev.pdf Attachments updated
Mitigation plan
Please provide your plan information below.
Is the entity that will benefit from the proposed activity covered Yes
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
by the current FEMA approved multi -hazard mitigation plan in
compliance with 44 CFR Part 201?
Please provide plan detail
Plan name Plan type Plan approval date
City of Pearland - Hazard Local Multi -Hazard Mitigation 02/25/2019
Mitigation Plan 2019 Plan
Proposed activity description
Mitigation - Elevation of Repetitive Loss Flood -Damaged Residential Properties (2)
Please provide any additional comments below (optional).
Attachments
Filename
City of Pearland - Hazard Mitigation Plan 2019 was adopted
by the City Council in February 25, 2019 and submitted to
FEMA. In addition, the City updated its 2019 approved HMP
to include Elevation Program in August 2019 and
submitted to TDEM and FEMA. Expiration date -March 17,
2024. The HMP 2019 attached below reflects the latest
update. The City's HMP 2019 mentions SRL and RL
properties and recommends appropriate mitigation
projects to reduce the flood risk. Two of the homes
included in the FMA 2020 elevation application are
considered to be SRL per FEMA definition.
Date
Uploaded by Label Description Action
uploaded
City of Pearland 2019 HMP Approval 01/11/2021 rperera@pearlandtx.gov Mitigation Plan Expiration
Letter.pdf Attachments date -March
17, 2024.
HazardMitigationPlanUpdate2019 12/03/2020 rperera@pearlandtx.gov Mitigation Plan City of
Aug,pdf Attachments Pearland,
Texas Hazard
Mitigation
Plan 2019
Update of the
Approved
2012 HMP
Adopted by
the City -
Expiration
date -March
17,
2024.Council
February 25,
2019
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Filename
Date
Uploaded by Label Description Action
uploaded
HMP update cover letter signed.pdf 01/11/2021 rperera@pearlandtx.gov Mitigation Plan
Attachments
HMP update
cover letter to
Texas
Division of
Emergency
Management -
dated
08/14/2019
Scope of work
The project Scope of Work (SOW) identifies the eligible activity, describes what will be accomplished and explains how the mitigation
activity will be implemented. The mitigation activity must be described in sufficient detail to verify the cost estimate. All activities for
which funding is requested must be identified in the SOW prior to the close of the application period. FEMA has different requirements
for project, planning and management cost SOWs.
Subapplication title (include type of activity and location) FY2020 Flood Mitigation Assistance -City of Pearland
Activities
Primary activity type
Secondary activity type (Optional)
Geographic areas description
Community lifelines
Primary community lifeline
Primary sub -community lifeline
Secondary community lifeline (optional)
Elevation
The Project associated with the City's scope of work is to
elevate residential private structures are all located within the
boundaries of the City of Pearland. The addresses for each
property are provided below, geographic location/ID
information is provided in the Properties section of this
application, and a map is attached that provides project
location in proximity to floodplains, community boundaries,
waterways, and the general topography of the area. The
addresses are as follows: 6022 Josephine St., Pearland, TX
77854 and 5604 Colmesneil St., Pearland, TX 77584. FIRMS
for each property can be found with the property information
package in the properties section.
Safety and security
Community safety
Hazard sources
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Primary hazard source
Secondary hazard source (optional)
Tertiary hazard source (optional)
Is this a phased project?
Are you doing construction in this project?
Population affected
Detail/description of stated percentage
Provide a clear and detailed description of your proposed activity
How will the mitigation activity be implemented?
Flooding
Severe storm
No
Yes
1
While there are approximately 625 homes and businesses
within the Corrigan and Ruch communities, 42 affected by
the severe repetitive losses, repetitive losses and/or Harvey -
affected losses. Of those 2 property owners have met all of
the FEMA requirements to be included in an application.
The proposed project is for the elevation of two flood prone
properties considered SRL properties and located in the City
of Pearland. Elevations will be conducted to raise structures
1.5-3' above the proposed Base Flood Elevation (BFE).
Projects will be designed in compliance with NFIP standards
in 44 CFR Part 60. One of the proposed home elevation
projects are located outside of the FEMA mapped 100 -year
floodplain but consistently get flooded as shown in flood
insurance claims including storm BETA in 2020. The other
property is in 100 -year floodplain with the structure finished
flood elevation below the 100 -year floodplain and does not
meet the FEMA guidelines. The flooding of the properties is
localized in nature and drainage improvement project
requires the drainage improvement for about a mile of
drainage system which will not be financially viable. The
City's ordinance requires the finish floor elevation to be
minimum 12" above the 100 -year water surface elevation or
12" above adjacent street if the project is located outside of
100 -year floodplain. It is possible to elevate the structure that
meets elevation requirement based on 100 -year elevation yet
not meet elevation requirement with respect to street. So, 1.5'
to 3.0' above 100 -year floodplain elevation is used so that the
proposed finished floor elevation of the home is on
conservative side as well as be consistent with what was
used and approved by FEMA in previous application.
The applicant intends to utilize the flood mitigation resources
requested herein to facilitate a subgrant delivery model for
disbursing the necessary construction activities to elevate
two homes. The program will be administered by the City,
where all procurement, regulatory compliance, construction
monitoring, permitting and inspections, financial
management, and code enforcement will reside.
Subawardees will not receive actual grant funds but will be
allowed to apply for participation in the program, resulting in
the ability to select from a pre -approved, competitively
solicited group of qualified specialists in home elevation, to
complete the scope of work necessary to raise slab -on -grade
properties to a reasonable level above the base flood
elevation.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Describe how the project is technically feasible and will be
effective in reducing the risk by reducing or eliminating damage to
property and/or loss of life in the project area. Please include
engineering design parameters and references to the following:
preliminary schematic or engineering drawings/design; applicable
building codes; engineering practices and/or best practices; level
of protection (e.g., life safety, 100-yr flood protection with
freeboard, 100-yr wind design, etc.):
Who will manage and complete the mitigation activity?
Will the project address the hazards identified and what risks will
remain from all hazards after project implementation (residual
risk)?
When will the mitigation activity take place?
Explain why this project is the best alternative. What alternatives
were considered to address the risk and why was the proposed
activity considered the best alternative?
Please identify the entity that will perform any long-term
maintenance and provide a maintenance, schedule and cost
information. The subapplicant or owner of the area to be mitigated
is responsible for maintenance (including costs of long-term care)
after the project is completed?
One way to combat flood losses is by elevating a home
higher than where flood waters are estimated to reach in a
major flood. The applicant has included the costs of
engineering design parameters and other architectural work
in the proposed scope of work and budget.
The applicant, City of Pearland, will complete the mitigation
activity with the use of qualified, competitively -solicited
contractors.
The projects will address the hazards of floods by elevating
homes 1.5'-3' above the BFE. This will result in reduced flood
losses to structures and contents. Flood risks will remain,
however elevating homes above the proposed BFE will
greatly reduce this risk However, while the intrusion of flood
water into these structures will be reduced or eliminated,
these projects are not designed to prevent flooding of other
portions of the properties subject to this application. Their
driveways, yards, parking lots or other non -livable areas will
not be mitigated. Therefore, an event such as a major
disaster may still result in the need for emergency protective
measures to be provided to these property owners, including
but not limited to rescues, sheltering or other emergency
services.
Implementation of the mitigation activity will begin
immediately after notification of the award.
This project is the best alternative because the properties are
relatively disconnected in terms of their proximity to one
another. Elevating these homes is better than conducting a
buyout -acquisition, as the alternative would produce a
"checkerboard" style of mitigation, and would leave the
respective neighborhoods without the aesthetic
characteristics they once had, and would not necessarily
improve drainage in an impactful way. The property owners
impacted by severe or repetitive loss, as well as those
recently impacted by Hurricane Harvey, are not interested in
moving and losing their homesteads. Their commitment to
the community, their residential property, and their livelihood
in the City are compelling towards their choice to remain in
their current homes. The other alternative of doing nothing
will not address any of the issues these homes face when it
floods.
Homeowners will assume the role of long-term maintenance
on the properties. The city will ensure that new construction
or renovations to the structure meet the proper requirements
of the flood plain ordinance and NFIP standards. The City
operates and administers a number of housing and
community development activities, primarily via its
Entitlement Jurisdiction status as a recipient of Community
Development Block Grant funds from the U.S. Department of
Housing & Urban Development (HUD). Similar to how the City
provides long-term maintenance of investments made in low -
moderate income homes subject to local housing
rehabilitation program activities, Pearland will administer a
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
program that includes monitoring of depreciable value of
improvements, maintenance requirements for
subapplicants/subgrantees, and compliance with federal
retention and reversion of asset rules. Currently, the City
places depreciating liens on homes that have been
repaired/improved with federal funding, and has successfully
recaptured those made in homes that were subsequently
sold or reverted. The application process will partially be
used to track these investments, and the City's enterprise
management system has a fixed asset management
component that keeps track of these items, even though they
are now wholly owned or operated by the City. Staff will
utilize this same system to periodically monitor homeowner
compliance with the program asset -inventory requirements,
and the documentation of annual inspections will be
maintained in our files.
Additional comments (optional)
Attachments
Date
Filename Uploaded by Label Description Action
uploaded
Geo EnabledProperties.pdf 12/07/2020 rperera@pearlandtx.gov Scope of Work No description
Attachments given.
Geo Enabled 100yrEffectiveDec2020.pdf 12/07/2020 rperera@pearlandtx.gov Scope of Work No description
Attachments given.
FEMA FIRM Location- 5604 Colmesneil 01/13/2021 rperera@pearlandtx.gov Scope of Work Location of the
St..pdf Attachments property -5604
Colmesneil St.
on FEMA
Effective FIRM
(2020) and
1999 maps.
Geo Enabled 100yrEffective.pdf 12/07/2020 rperera@pearlandtx.gov Scope of Work No description
Attachments given.
Geo Enabled 500yrEffectiveDec2020.pdf 12/07/2020 rperera@pearlandtx.gov Scope of Work No description
Attachments given.
Letter to SHPO-2020.pdf 12/09/2020 rperera@pearlandtx.gov Scope of Work No description
Attachments given.
Project Implementation Plan-FMA 2020 01/14/2021 rperera@pearlandtx.gov Scope of Work Project
City of Pearland.docx Attachments implementation
Plan
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Filename
GeoEnabled.zip
Date
Uploaded by Label Description Action
uploaded
12/07/2020 rperera@pearlandtx.gov Scope of Work
Attachments
This file
includes Geo-
enabled
Project Areas,
Project
Properties and
Residential
Addresses
FY2020 FMA Pearland Properties - 12/10/2020 rperera@pearlandtx.gov Scope of Work This include
Elevation application.xlsx Attachments property
inventory list
and all the
calculations,
budget, etc. for
BCA
FEMA FIRM Location- 6022 01/13/2021 rperera@pearlandtx.gov Scope of Work Location of the
Josephine.pdf Attachments property -6022
Josephine St.
on FEMA
Effective FIRM
(2020) and
1999 maps.
FY2020 FMA Pearland Properties - 01/14/2021 rperera@pearlandtx.gov Scope of Work This include
Elevation application-rev.xlsx Attachments property
inventory list
and all the
calculations,
budget, etc.
(Revised)
Schedule
Specify the work schedule for the mitigation activities.
Add tasks to the schedule
Please include all tasks necessary to implement this mitigation activity; include descriptions and estimated time frames.
Task Name
Procurement for
Program/Construction
Management
Start Month
1
Task Duration (in
Months)
3 months
Task Description
Procurement for Program/Construction Management. (Work performed by City
staff)
Task Name Start Month
Pre -bid with homeowner and 3
Prospective Elevation
Task Duration (in
Months)
4 months
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Contractors
Task Description
Homeowner and Prospective Elevation Contractor Meeting to discuss process
with City. (Work performed by- City staff and PM)
Task Name
Bidding and Contractor
Selection
ME
Task Name
Permitting
Start Month
5
Task Duration (in
Months)
1 months
Task Description
Elevation contractors selected and bidding process to homeowner begins
(Work performed by -Homeowner, PM, City, Elevation Contractors)
Start Month
6
Task Duration (in
Months)
3 months
Task Description
Architectural review, permits pulled and utilities turned off . (work performed by -
Elevation Contractor)
Task Name
Elevation Construction
Task Name
Close out of grant
Task Name
Environmental Review and
Clearance
Task Name
Pre -Award Preliminary
Environmental Review
Start Month
11
Task Duration (in
Months)
12 months
Task Description
Elevation construction (Work performed by- Elevation Contractor)
Start Month
23
Task Duration (in
Months)
1 months
Task Description
Close out of grant. (Work performed by -City staff)
Start Month
1
Task Duration (in
Months)
3 months
Task Description
Environmental Review and Clearance
Start Month
1
Task Duration (in
Months)
2 months
Task Description
Preliminary review of environmental conditions in preparation for a full
assessment of any need to conduct environmental review and clearance for the
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
projects. The timeline information is pre -award, so does not count towards the
overall FMA-funded project timeline.
Task Name Start Month
Award Acceptance by 1
Governing Body
Task Duration (in
Months)
1 months
Task Description
Council action to accept award.
Task Name
Construction Monitoring
Start Month
11
Task Duration (in
Months)
12 months
Task Description
Staff and/or consultant monitoring of construction progress and compliance with
federal, State and local rules/regulations, as well as timeliness and financial
management of the project.
Task Name
General Inspections
Task Name
Final Inspections
Start Month
12
Task Duration (in
Months)
11 months
Task Description
Periodic building, health and safety inspections conducted by City staff from
Planning -Community Development and Fire - Health Inspections divisions, for
compliance with local codes. Also includes any applicable labor compliance
(Davis -Bacon Act, Contract Work Hrs Safety Standards Act, etc...) conducted
by project staff and/or consultants.
Start Month
23
Task Duration (in
Months)
1 months
Task Description
Final building code, health and safety, and labor compliance inspections for the
project.
Task Name Start Month
Construction — Substantial 23
Completion
Task Duration (in
Months)
1 months
Task Description
Inspections for substantial completion of the elevation project (Performed by
City staff and PM).
Estimate the total duration of your proposed activities (in months). 24
Proposed project start and end dates
Start Date 2022-07-01
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
End Date 2024-06-30
Budget
Budget cost estimate should directly link to your scope of work and work schedule. You must add at least one item(s) greater than 0 for
your cost estimate. As necessary, please adjust your federal/non-federal cost shares, and add the non-federal funding source(s) you
are planning to use this project. Once you have completed this section, please click the Continue button at the bottom of this page to
navigate to the next section.
Add budget cost types and item(s)
First, click the Add cost type button below to add cost type cost estimate and then click the Add item(s) button to add the item(s) for the
cost estimate.
Grand total: $499,760.00
Budget type: Construction
Cost type: Cost estimate $499,760.00
Program income (optional)
Cost share
Cost share or matching means the portion of project costs not paid by federal funds.
Proposed federal vs. non-federal funding shares
Hazard Mitigation Assistance (HMA) funds may be used to pay up to 75% federal share of the eligible activity costs. For Building
Resilient Infrastructure and communities (BRIC), small impoverished communities may be eligible for up to 90% federal share. For
Flood Mitigation Assistance (FMA), and severe repetitive loss (SRL) properties may be eligible for up to 100% federal share. Repetitive
loss (RL) properties may be eligible for up to 90% federal share. Flood Mitigation Assistance (FMA) and severe repetitive loss (SRL)
properties may be eligible for up to 100% federal share. Repetitive loss (RL) properties may be eligible for up to 90% federal share.
% Percentage $ Dollar amount
Proposed federal 100.00 499760.00
share
Is this a small impoverished community?
O
This determines your federal/non-
federal share ratio.
No
Proposed non-
federal share
0.00 0.00
Based on total
budget cost:
$499,760.00
Please provide justification for exceeding the allowable
federal share here.
The two properties are SRL, therefore FEMA guidance
suggests there is 100% federal share and 0% local share. If
there are any local costs, it will be borne by the homeowner.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Non-federal funding sources here
That portion of the total costs of the program provided by the non-federal entity in the form of in -kind donations or cash match received
from third parties or contributed by the agency. In -kind contributions must be provided and cash expended during the project period
along with federal funds to satisfy the matching requirements.
Funding source Funding amount
% Non-federal
share by source
Please provide any additional comments below (optional).
Attachments
Date
Filename Uploaded by Label Description Action
uploaded
Breakdown of Subapplicant fee- 12/08/2020 rperera@pearlandtx.gov Budget Attachments Refer to
Pearland FMA 2020.xlsx updated
program Mgt
Fee Breakdown-
FMA 2020 -City
of Pearland
excel
R2020-190 2020-09-28.pdf 12/09/2020 rperera@pearlandtx.gov Budget Attachments Resolution of
the City council
authorizing the
Mayor, and/or
the City
Manager or his
designee as
having signature
authority for
executing
applications for
federal, state,
and/ or interlocal
public
assistance,
disaster
recovery, and/ or
hazard
mitigation
assistance in
the form of
grants.
Fund Commitment-FMA 2020 pearland - 01/14/2021 rperera@pearlandtx.gov Budget Attachments Fund
Signed by Robert.pdf Commitment
Letter -Signed by
Robert
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Filename
Date
Uploaded by
uploaded
Label
Description Action
SF424C 2 0-V2.0-Pearland FMA 2020 12/09/2020 rperera@pearlandtx.gov Budget Attachments
Application -filled pdf.pdf
Updated in the
latest
attachment
Program Mgt Fee breakdown-FMA 2020 01/14/2021 rperera@pearlandtx.gov Budget Attachments
-City of Pearland.xlsx
Breakdown for
program
management
fee
Signature Authority from Clay to
Robert.pdf
12/09/2020 rperera@pearlandtx.gov Budget Attachments
Signature
authority from
City Manager to
Director of
Engineering.
FY2020 FMA Pearland Properties -
Elevation application.xlsx
12/10/2020 rperera@pearlandtx.gov Budget Attachments
Refer to
updated excel
file. This file
include budget
with task
breakdown,
property
inventory list
Funds Commitment-2020.pdf
12/08/2020 rperera@pearlandtx.gov Budget Attachments
Signature
updated in
revised doc.
Rationale for Cost Estimate.docx
12/08/2020 rperera@pearlandtx.gov Budget Attachments
Refer to
updated in
Budget
Narrative
Budget Narrative- FMA 2020 -City of 01/13/2021 rperera@pearlandtx.gov
Pearland.docx
SF424C 2 0-V2.0-Pearland FMA 2020 01/14/2021 rperera@pearlandtx.gov
Application-rev.pdf
FY2020 FMA Pearland Properties - 01/14/2021 rperera@pearlandtx.gov
Elevation application-rev.xlsx
Budget Attachments
Budget Attachments
Budget Attachments
Budget
Narrative
SF 424C
updated
This include
property
inventory list
and all the
calculations,
budget, etc.
Cost-effectiveness
How was cost-effectiveness determined for this project?
d BCA completed in FEMA's BCA toolkit
Subapplicant must attach supporting documentation.
Pre -calculated benefits
Substantial damage in special flood hazard area
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Other BCA methodology approved by FEMA in writing
Not applicable
Not applicable
What are the total project benefits? ($)
What are the total project cost? ($)
What is the benefit -cost ratio (BCR) for the entire project?
Was sea level rise incorporated into the flood elevations in the
BCA?
Were environmental benefits added to the project benefits?
Were social benefits added to the project benefits?
515198
476810.00
1.08
No
No
Yes
Does the mitigation measure incorporate nature -based solutions? No
Please provide any additional comments below (optional).
Attachments
Filename
Date
Uploaded by
uploaded
Label
Description Action
fema bca toolkit-6.0.xlsx 12/08/2020 rperera@pearlandtx.gov
Cost Effectiveness FEMA BCA
Attachments template
BCA Summary Report -Pearland- 12/08/2020 rperera@pearlandtx.gov
FMA 2020.xlsx
Cost Effectiveness Updated in
Attachments revised file
BCA Technical MEMO -Pearland FMA 01/14/2021 rperera@pearlandtx.gov
2020.docx
Cost Effectiveness BCA Technical
Attachments memo
BCA Report -6022 Josephine-Pearland 12/11/2020 rperera@pearlandtx.gov
FMA2020.pdf
Cost Effectiveness
Attachments
FEMA BCA
report for 6022
Josephine -
Updated in
revised file
BCA report-Pearland FMA 2020.pdf
01/13/2021 rperera@pearlandtx.gov Cost Effectiveness
Attachments
Updated BCA
report for the
project
Shortening Analysis Period Justification- 12/10/2020 rperera@pearlandtx.gov Cost Effectiveness
Pearland FMA 2020.pdf Attachments
Document for
justification of
the analysis
period.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Filename
Date
Uploaded by
uploaded
Label
Description Action
6022 Josephine St- Proof of loss -BETA 12/08/2020 rperera@pearlandtx.gov Cost Effectiveness
.(2020).pdf Attachments
Storm BETA
2020 -losses for
6022 Josephine
St. which has
not been
considered for
BCR calculation
(Claimed
amount
$51,990.29).
BCA Report -5604 Colmesneil-Pearland 12/11/2020 rperera@pearlandtx.gov Cost Effectiveness
FMA2020.pdf Attachments
Updated in new
version-FEMA
BCA report for
5604
Colmesneil-
BCA Report-Pearland FMA 2020
Project.pdf
12/08/2020 rperera@pearlandtx.gov Cost Effectiveness
Attachments
Updated in
revised file.-
FEMA BCA
report for the
project -Updated
in revised file.
fema bca toolkit release-notes-july-
2020.pdf
12/08/2020 rperera@pearlandtx.gov
Cost Effectiveness No description
Attachments given.
BCA Pearland-FMA 2020.xlsx
12/08/2020 rperera@pearlandtx.gov
Cost Effectiveness
Attachments
Updated in
revised file. -File
with BCA
calculations
using FEMA
BCA tool-
BCA report -6022 Josephine St. -
Pearland FMA 2020.pdf
01/13/2021 rperera@pearlandtx.gov Cost Effectiveness
Attachments
Updated BCA
report for 6022
Josephine St.
BCA Pearland-FMA 2020.xlsx
01/13/2021 rperera@pearlandtx.gov Cost Effectiveness
Attachments
Updated BCA
calculation excel
(executable)
BCA report -5604 Colmesneil St. -
Pearland FMA 2020.pdf
01/13/2021 rperera@pearlandtx.gov Cost Effectiveness
Attachments
Updated BCA
report for the
5604
Colmesneil St.
BCA Summary Report -Pearland-
FMA 2020-rev.xlsx
01/14/2021 rperera@pearlandtx.gov Cost Effectiveness
Attachments
Updated BCA
summary report -
Excel
FY2020 FMA Pearland Properties - 01/14/2021 rperera@pearlandtx.gov Cost Effectiveness
Elevation application-rev.xlsx Attachments
Updated
Includes the
project inventory
list, loss data,
budget break
down
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Environmental/Historic Preservation (EHP) Review Information
Introduction
An environmental/historic preservation review is required for all activities for which FEMA funds are being requested. FEMA will
complete this review with the assistance of both the state or tribal government and the local applicant. It is important that you provide
accurate information. If you are having problems completing this section, please contact your application point of contact.
A. National Historic Preservation Act - Historic Buildings and Structures
1. Does your project affect or is it in close proximity to any Yes
buildings or structures 50 years or more in age?
Please confirm that you have provided the information listed below by selecting each check box. (If you have not
provided these documents in any other section of the application, please attach the required documents below.)
V The property address and original date of construction for each property affected (unless this information is already noted in
the Properties section).
V A minimum of two color photographs showing at least three sides of each structure (Please label the photos accordingly).
V A diagram or USGS 1:24,000 scale quadrangle map displaying the relationship of the property (s) to the project area.
To help FEMA evaluate the impact of the project, please indicate below any other information you are providing.
(optional)
V Information gathered about potential historic properties in the project area, including any evidence indicating the age of the
building or structure and presence of buildings or structures that are listed or eligible for listing on the National Register of
Historic Places or within or near a National Register listed or eligible historic district. Sources for this information may include
the State Historic Preservation Officer, and/or the Tribal Historic Preservation Officer (SHPO/THPO), your local planning
office, historic preservation organization, or historical society.
V Consideration of how the project design will minimize adverse effects on known or potential historic buildings or structures,
and any alternatives considered or implemented to avoid or minimize effects on historic buildings or structures. Please
address and note associated costs in your project budget.
V For acquisition/demolition projects affecting historic buildings or structures, any data regarding the consideration and
feasibility of elevation, relocation, or flood proofing as alternatives to demolition.
V Attached materials or additional comments.
Please provide an explanation and any information about this
project that could assist FEMA in its review. (optional)
The residential properties being elevated/mitigated with the
proposed funds are, in some cases, older than 50 years.
However, these are not historic structures.
Please provide an explanation and any information about this project that could assist FEMA in its review.
Attachments
Filename
Date
Uploaded by
uploaded
Label Description Action
SHPO 01/20/2021 niamh.gray@twdb.texas.gov closeProximityTo50YearOldBuilding.attachmentlds No
response 5604 description
Colesmeneil.pdf given.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Filename
Date
Uploaded by
uploaded
Label Description Action
SHPO 01/20/2021 niamh.gray@twdb.texas.gov closeProximityTo50YearOldBuilding.attachmentlds No
response 6022 description
Josephine.pdf given.
Letter to TCEQ- 12/08/2020 rperera@pearlandtx.gov closeProximityTo50YearOldBuilding.attachmentlds No
2020.pdf description
given.
Letter to SHPO- 12/08/2020 rperera@pearlandtx.gov closeProximityTo50YearOldBuilding.attachmentlds No
2020.pdf description
given.
Letter to 12/08/2020 rperera@pearlandtx.gov closeProximityTo50YearOldBuilding.attachmentlds No
TxDOT- description
2020.pdf given.
Letter to 12/08/2020 rperera@pearlandtx.gov closeProximityTo50YearOldBuilding.attachmentlds No
USACE description
Galveston given.
District-
2020.pdf
B. National Historic Preservation Act - Archeological Resources
Does your project involve disturbance of ground? Yes
Please confirm that you have provided the information listed below by selecting each check box. (If you have not
provided these documents in any other section of the application, please attach the required documents below.)
V A description of the ground disturbance by giving the dimensions (area, volume, depth, etc.) and location.
V The past use of the area to be disturbed, noting the extent of previously disturbed ground.
V A USGS 1:24,000 scale or other site map showing the location and extent of ground disturbance.
To help FEMA evaluate the impact of the project, please indicate below any other information you are providing.
(optional)
V Any information about potential historic properties, including archeological sites, in the project area. Sources of this
information may include SHPO/THPO, and/or the Tribe's cultural resources contact if no THPO is designated. Include, if
possible, a map showing the relation of any identified historic properties to the project area.
V Attached materials or additional comments.
Please provide an explanation and any information about this
project that could assist FEMA in its review. (optional)
The elevation of residential structures will require the ground
immediately below and surrounding the footprint of the
properties to be disturbed. However each was previously
disturbed when constructed.
Please provide an explanation and any information about this project that could assist FEMA in its review.
Attachments
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Filename
Date uploaded Uploaded by Label Description Action
C. Endangered Species Act and Fish and Wildlife Coordination Act
1. Are federally listed threatened or endangered species or their No
critical habitat present in the area affected by the project?
Please confirm that you have provided the information listed below by selecting each check box. (If you have not
provided these documents in any other section of the application, please provide the required documents either through
attachment and/or comment box below.)
./ Information you obtained to identify species in or near the project area. Provide the source and date of the information cited.
To help FEMA evaluate the impact of the project, please indicate below any other information you are providing.
(optional)
Any request for information and associated response from the USFWS, the National Marine Fisheries Service (NMFS) (for
affected ocean-going fish), or your State Wildlife Agency, regarding potential listed species present and potential of the project
to impact those species.
Attached materials or additional comments.
Please provide an explanation and any information about this project that could assist FEMA in its review. (optional)
Please provide an explanation and any information about this project that could assist FEMA in its review.
2. Does your project remove or affect vegetation? No
Please confirm that you have provided the information listed below by selecting each check box. (If you have not
provided these documents in any other section of the application, please provide the required documents either through
attachment and/or comment box below.)
Description of the amount (area) and type of vegetation to be removed or affected.
A site map showing the project area and the extent of vegetation affected.
Photographs or digital images that show both the vegetation affected and the vegetation in context of its surroundings.
To help FEMA evaluate the impact of the project, please indicate below any other information you are providing.
(optional)
Attached materials or additional comments.
Please provide an explanation and any information about this project that could assist FEMA in its review. (optional)
Please provide an explanation and any information about this project that could assist FEMA in its review.
3. Is your project in, near (within 200 feet), or likely to affect any No
type of waterway or body of water?
If Yes, and project is not within an existing building, you must confirm that you have provided the following: (If you have
not provided these documents in any other section of the application, please attach the required documents below.)
A USGS 1:24,000 scale quadrangle map showing the project activities in relation to all nearby water bodies (within 200 feet).
Any information about the type of water body nearby including: its dimensions, the proximity of the project activity to the water
body, and the expected and possible changes to the water body, if any. Identify all water bodies regardless whether you think
there may be an effect.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
A photograph or digital image of the site showing both the body of water and the project area.
To help FEMA evaluate the impact of the project, please indicate below any other information you are providing.
(optional)
Evidence of any discussions with the US Fish and Wildlife Service (USFWS), and/or your State Wildlife Agency concerning
any potential impacts if there is the potential for the project to affect any water body.
Please provide an explanation and any information about this project that could assist FEMA in its review. (optional)
D. Clean Water Act, Rivers and Harbors Act, and Executive Order 11990 (Protection of
Wetlands)
1. Will the project involve dredging or disposal of dredged
material, excavation, adding fill material or result in any
modification to water bodies or wetlands designated as 'waters of
the U.S' as identified by the US Army Corps of Engineers or on
the National Wetland Inventory?
No
E. Executive Order 11988 (Floodplain Management)
1. Does a Flood Insurance Rate Map (FIRM), Flood Hazard
Boundary Map (FHBM), hydrologic study, or some other source
indicate that the project is located in or will affect a 100 year
floodplain, a 500 year floodplain if a critical facility, an identified
regulatory floodway, or an area prone to flooding?
Please explain in the text box below and/or provide any
documentation to identify the means or the alternatives
considered to eliminate or minimize impacts to floodplains (See
the 8 step process found in 44 CFR Part 9.6.) to help FEMA
evaluate the impact of the project:
Yes
EHP guidance dictates that elevations in the floodplain will
require Pearland to notify the public under EO 11988. Upon
notification of award or intent to award, Pearland will notify
by the public by posting it in a public building and on its
website.
Please provide an explanation and any information about this project that could assist FEMA in its review. (optional)
2. Does the project alter a watercourse, water flow patterns, or a
drainage way, regardless of its floodplain designation?
Attachments
Filename Date uploaded Uploaded by
No
Label
Description Action
F. Coastal Zone Management Act
1. Is the project located in the state's designated coastal zone? No
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
G. Farmland Protection Policy Act
1. Will the project convert more than 5 acres of prime or unique No
farmland outside city limits to a non-agricultural use?
H. Resource Conservation and Recovery Act (RCRA) and Comprehensive
Environmental Response Compensation and Liability Act (CERCLA) (Hazardous and
Toxic Materials)
1. Is there a reason to suspect there are contaminants from a No
current or past use on the property associated with the proposed
project?
2. Are there any studies, investigations, or enforcement actions No
related to the property associated with the proposed project?
3. Does any project construction or operation activities involve the No
use of hazardous or toxic materials?
4. Do you know if any of the current or past land -uses of the No
property affected by the proposed project or of the adjacent
properties are associated with hazardous or toxic materials?
I. Executive Order 12898, Environmental Justice for Low Income and Minority
Populations
1. Are there low income or minority populations in the project's No
area of effect or adjacent to the project area?
J. Other Environmental/Historic Preservation Laws or Issues
1. Are there other environmental/historic preservation No
requirements associated with this project that you are aware of?
2. Are there controversial issues associated with this project? No
3. Have you conducted any public meeting or solicited public input No
or comments on your specific proposed mitigation project?
K. Summary and Cost of Potential Impacts
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Having answered the questions in parts A. through J., have you No
identified any aspects of your proposed project that have the
potential to impact environmental resources or historic properties?
Evaluation
Is the applicant participating in the Community Rating System Yes
.(CRS)?
Select rating. 6
Is the applicant a Cooperating Technical Partner (CTP)? No
Was this created from a previous FEMA HMA Advance assistance No
/ Project scoping award?
Has the applicant adopted building codes consistent with the Yes
international codes?
Year of building code
Please provide the building code.
Have the applicant's building codes been assessed on the
Building Code Effectiveness Grading Schedule (BCEGS)?
2018
2018 International Building Code (IBC 2018)
No
Describe involvement of partners to enhance the mitigation N/A
activity outcome.
Discuss how anticipated future conditions are addressed by this
project.
Additional comments (optional)
The properties described in this application are subject to
severe repetitive loss. The importance of the proposed
elevation of these properties is specifically to reduce or
eliminate the existing risk of flood damage as well as
unforeseen future condition extreme rainfall events to these
structures that are insured under the National Flood
Insurance Program (NFIP). Elevating the proposed structures
1.5' to 3' higher than their current first/finished floor elevation
will make the homes and the community more resilient to
potential flood damage. For the property owner, this may
reduce their NFIP premium levels, reduce or eliminate future
damage from floods, and have a safe home. At the same
time, local government emergency management team will be
able to reallocate the crucial time and resources to take care
of other emergencies. The project will help reduce or
eliminate NFIP losses for those properties.
The mitigation activity will directly benefit two homeowners.
It will also have an indirect financial and social benefit to
several others. The surrounding property owners will retain
their neighbors, the community itself will handle the matter of
avoiding repetitive flood loss much better, and the taxing
authorities will be able to retain these properties as part of its
property tax roll. The project BCA value of 1.08 reflects the
overall benefit of the proposed project. The mitigation
activity will benefit those properties that are considered
severe repetitive loss or repetitive loss. By elevating the
homes 1.5'-3' above the BFE, NFIP losses will greatly be
reduced. This will reduce financial losses to the property
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
owner and NFIP. Elevation of these properties will continue to
benefit residents by reducing impacts of flood events and
benefit the community from less economic impacts. Also
elevated homes will produce less debris after a flood
disaster, resulting in recovery cost savings and less impact
on landfills.
Attachments
Filename Date uploaded
Uploaded by Label Description Action
Comments & attachments
► Community
► Mitigation plan
► Scope of work
► Budget
► Cost-effectiveness
► Evaluation
► Environmental/Historic Preservation (EHP)
► Location
Introduction
0 comment, 10 attachments
1 comment, 3 attachments
0 comment, 11 attachments
0 comment, 12 attachments
0 comment, 16 attachments
1 comment, 0 attachments
0 comment, 6 attachments
0 comment, 4 attachments
Project location
Provide a detailed description of the proposed project's location.
The Project location associated with the City's scope of work
is to elevate residential private structures are all located
within the boundaries of the City of Pearland. The addresses
for each property are provided below, geographic location/ID
information is provided in the Properties section of this
application, and a map is attached that provides project
location in proximity to floodplains, community boundaries,
waterways, and the general topography of the area. The
addresses are as follows: 6022 Josephine St., Pearland, TX
77854 and 5604 Colmesneil St., Pearland, TX 77584. FIRMS
for each property can be found with the property information
package in the properties section.
Latitude 29.555077
Longitude -95.308018
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Attachments
Filename
Date
Uploaded by
uploaded
Label
Description Action
Geo EnabledProperties.pdf
12/08/2020 rperera@pearlandtx.gov
Project Location
Attachments
No description
given.
5604 Colmesneil St. Application
Packet.pdf
12/09/2020 rperera@pearlandtx.gov
Project Location
Attachments
Revised in the
new document
6022 Josephine Application Packet.pdf 12/09/2020 rperera@pearlandtx.gov
Project Location
Attachments
Revised in the
new document
Brazoria CAD - Property Details -6022 12/10/2020 rperera@pearlandtx.gov
Josephine St.pdf
Project Location
Attachments
CAD
documentation -
6022
Josephine St
Geo Enabled 100yrEffectiveDec2020.pdf 12/09/2020 rperera@pearlandtx.gov
Project Location
Attachments
No description
given.
Geo Enabled 100yrEffective.pdf
12/09/2020 rperera@pearlandtx.gov
Project Location
Attachments
No description
given.
Geo Enabled 500yrEffectiveDec2020.pdf 12/09/2020 rperera@pearlandtx.gov
Project Location
Attachments
No description
given.
6022 Josephine Application Packet -
Rev. pdf
01/11/2021 rperera@pearlandtx.gov
Project Location
Attachments
Updated -
Include signed
documents
received from
residents for
6022
Josephine St.
(including
Tropical Storm
BETA claim,
BCAD, and
FFE
certification by
PE).
Brazoria CAD - Property Details -5604 12/10/2020 rperera@pearlandtx.gov Project Location
Colmesneil.pdf
Attachments
CAD
documentation -
5604
Colmesneil
Geo-Enabled Coordinates - rev.xlsx
01/14/2021 rperera@pearlandtx.gov
Project Location
Attachments
Updated
5604 Colmesneil St. Application Packet- 01/14/2021 rperera@pearlandtx.gov
Rev.pdf
Project Location
Attachments
Updated -
Include signed
documents
received from
residents for
5604
Colmesneil St.
(include BCAD)
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Date
Filename Uploaded by Label Description Action
uploaded
FY2020 FMA Pearland Properties - 01/14/2021 rperera@pearlandtx.gov Project Location Updated -This
Elevation application-rev.xlsx Attachments include
property
inventory list
Project benefiting area
Provide a detailed description of the proposed project's benefiting The Project benefiting area associated with the City's scope
area. of work is Ruch and Corrigan communities located within the
boundaries of the City of Pearland, Texas. While there are
approximately 625 lots in both communities, 42 homes and
businesses within the Corrigan and Ruch communities
affected by the severe repetitive losses, repetitive losses
and/or Harvey -affected losses. Of those 2 property owners
have met all of the FEMA requirements to be included in an
application. The addresses are as follows: 6022 Josephine
St., Pearland, TX 77854 and 5604 Colmesneil St., Pearland, TX
77584. Property location, FIRMS for each property can be
found in the attachments.
Attachments
Filename
Date
Uploaded by Label Description Action
uploaded
Project Location and FIRM-Pearland
FMA 2020.pdf
12/09/2020 rperera@pearlandtx.gov Location project Refer to new
benefiting area attachment -
Attachments Shows the
location of two
properties
related to
effective FEMA
floodplain.
Project Location and FIRM-Pearland
FMA 2020-rev.pdf
01/14/2021 rperera@pearlandtx.gov Location project Shows the
benefiting area location of two
Attachments properties
related to
effective FEMA
floodplain.-
Updated
document.
Geo EnabledProperties.pdf
12/11/2020 rperera@pearlandtx.gov Location project No description
benefiting area given.
Attachments
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Project impact area
Provide a detailed description of the proposed project's impact
area.
Attachments
Filename
The Project impact areas are the properties located in the
Ruch (6022 Josephine) and Corrigan (5604 Colmesneil)
communities located within the boundaries of the City of
Pearland, Texas.
Date
Uploaded by
uploaded
Label
Description Action
5604 Colmesneil Impact.PNG
12/11/2020 jhardy@pearlandtx.gov Location project
impact area
Attachments
Location of
physical impact of
the mitigation
activity - 5604
Colmesneil.
6022 Josephine Impact.PNG
12/11/2020 jhardy@pearlandtx.gov Location project
impact area
Attachments
Location of
physical impact of
the mitigation
activity - 6022
Josephine.
Project site inventory
Does this project subapplication propose to mitigate a
property/structure(s)? ( Examples: residential home, commercial
building, bridge, fire station, levee, pumping station, wastewater
treatment plant, telephone pole, electric line, etc.)
Yes
Please describe how the propert(ies) will be selected upon subgrant approval. (Example: Saferoom Lottery Project, Fix the Bricks
Project)
Please download the excel template, and then fill out the template with building or infrastructure data.
Enter the location of the property/structure.
List of location(s) (2 locations)
Status
Location
ID
Address
Inventory Structure Mitigation
type type action
Q 8482 6022 Josephine Street , Pearland, TX, Brazoria,
77584
Building Residential Elevation
Q 8556 5604 Colmesneil , Pearland, TX, Brazoria, 77584
Building Residential Elevation
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08O1C94EB63A
Assurances and certifications
OMB number: 4040-0009, Expiration date: 02/28/2022 View burden statement
SF -424D: Assurances - Construction Programs
Content:
OMB Number: 4040-0009
Expiration Date: 02/28/2022
Certain of these assurances may not be applicable to your project or program. If you have any 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 costs) 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, the right to
examine all records, books, papers, or documents related to the assistance; and will establish a proper accounting
system in accordance with generally accepted accounting standards or agency directives.
3. Will not dispose of, modify the use of, or change the terms of the real property title or other interest in the site and
facilities without permission and instructions from the awarding agency. Will record the Federal awarding agency
directives and will include a covenant in the title of real property acquired in whole or in part with Federal assistance
funds to assure nondiscrimination during the useful life of the project.
4. Will comply with the requirements of the assistance awarding agency with regard to the drafting, review and approval
of construction plans and specifications.
5. Will provide and maintain competent and adequate engineering supervision at the construction site to ensure that the
complete work conforms with the approved plans and specifications and will furnish progressive reports and such other
information as may be required by the assistance awarding agency or State.
6. Will initiate and complete the work within the applicable time frame after receipt of approval of the awarding agency.
7. 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.
8. Will comply with the Intergovernmental Personnel Act of 1970 (42 U.S.C. §§4728-4763) 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).
9. 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.
10. Will comply with all Federal statutes relating to nondiscrimination. These include but are not limited to: (a) Title 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)
Title IX of the Education Amendments of 1972, as amended (20 U.S.C.§§1681-1683, and 1685-1686), which prohibits
discrimination on the basis of sex; (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.§§6101-6107), 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, (j) the requirements of any other
nondiscrimination statute(s) which may apply to the application.
11. Will comply, or has already complied, with the requirements of Titles II and Ill 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
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
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.
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 Act (40 U.S.C. §§276a to 276a-7), the Copeland Act
(40 U.S.C. §276c and 18 U.S.C.§874), and the Contract Work Hours and Safety Standards Act (40 U.S.C. §§327-333),
regarding labor standards for federally -assisted construction 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 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.); (g) protection of
underground sources of drinking water under the Safe Drinking Water Act 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).
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 wild 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. §§469a--1 et seq.).
18. Will cause to be performed the required financial and compliance audits in accordance with the Single Audit Act
Amendments of 1996 and OMB Circular No. A-133, "Audits of States, Local Governments, and Non -Profit
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 (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 or subawards
under the award.
OMB number: 1660-0083, Expiration date: 10/31/2021 View burden statement
Certifications regarding lobbying; Debarment, Suspension and other
responsibility matters; and Drug -free workplace requirements
Content:
OMB Control Number: 1660-0083
Expiration: 10/31/2021
Applicants should refer to the regulations cited below to determine the certification to which they are required to attest.
Applicants should also review the instructions for certification included in the regulations before completing this form.
Signature of this form provides for compliance with certification requirements under 44 CFR Part 18, "New Restrictions on
Lobbying" and 28 CFR Part 17, "Government -wide Debarment and Suspension (Nonprocurement) and Government -wide
Requirements for Drug -Free Workplace (Grants)." The certifications shall be treated as a material representation of fact upon
which reliance will be placed when the Federal Emergency Management Agency (FEMA) determines to award the
transaction, grant, or cooperative agreement.
1. LOBBYING
As required by section 1352, Title 31 of the U.S. Code, and implemented at 44 CFR Part 18, for persons entering into a grant
or cooperating agreement over $ 100,000, as defined at 44 CFR Part 18, the applicant certifies that:
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
(a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with the making of any Federal grant, the entering into of
any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal grant or
cooperative agreement.
(b) If any other funds than Federal appropriated funds have been paid or will be paid to any other person for influencing or
attempting to influence an officer or employee of any agency, a member of Congress, an officer or an employee of Congress,
or employee of a member of Congress in connection with this Federal Grant or cooperative agreement, the undersigned shall
complete and submit Stand Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions.
(c)The undersigned shall require that the language of this certification be included in the award documents for all subawards
at all tiers (including subgrants, contracts under grants and cooperative agreements, and subcontracts) and that all
subrecipients shall certify and disclose accordingly.
Standard Form-LLL :'Disclosure of Lobbying Activities' attached (This form must be attached to certification if
nonappropriated funds are to be used to influence activities.)
2. DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS (DIRECT RECIPIENT)
As required by Executive Order 12549, Debarment and Suspension, and implemented at 44 CFR Part 67, for prospective
participants in primary covered transactions, as defined at 44 CFR Part 17, Section 17.510-A.
A. The applicant certifies that it and its principals:
a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, sentenced to a denial of
Federal benefits by a State or Federal court, or voluntarily excluded from covered transactions by any Federal
department or agency;
b. Have not within a three-year period preceding this application been convicted of a or had a civilian judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to
obtain, or perform a public a public (Federal ,State, or local) transaction or contract under a public transaction;
violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification
or destruction of records, making false statements, or receiving stolen property;
c. Are not presently indicted for otherwise criminally or civilly charged by a governmental entity (Federal, State, or
local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and
d. Have not within a three-year period preceding this application had one or more public transactions (Federal,
State, or local) terminated for cause of default; and
B. Where the applicant is unable to certify to any of the statements in this certification, he or she shall attach an
explanation to this application.
3. DRUG -FREE WORKPLACE (GRANTEE OTHER THAN INDIVIDUALS)
As required by the Drug -Free Workplace Act of 1988, and implemented at 44 CFR Part 17, Subpart F, for grantees, as
defined at 44 CFR Part 17.615 and 17.620-
A. The applicant certifies that it will continue to provide a drug -free workplace by;
a. Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession,
or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be
taken against employees for violation of such prohibition;
b. Establishing an on -going drug free awareness program to inform employees about -
1. The dangers of drug abuse in the workplace;
2. The grantee's policy of maintaining a drug -free workplace;
3. Any available drug counseling, rehabilitation, and employee assistance programs; and
4. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;
c. Making it a requirement that each employee to be engaged in the performance of the grant to be given a copy of
the statement required by paragraph (a);
d. Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the
grant, the employee will -
1. Abide by the term of the statement; and
2. Notify the employee in writing of his or her conviction for a violation of a criminal drug statute occurring ion
the workplace no later than five calendar days after such convictions;
e. Notifying the agency, in writing, within 10 calendar days after receiving notice under subparagraph (d)(2) from an
employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
provide notice, including position, title, to the applicable FEMA awarding office, i.e., regional office or FEMA
office.
f. Taking one of the following actions, within 30 calendar days of receiving notice under subparagraph (d)(2), with
respect to anyemployee who is convicted -
1. Taking appropriate personnel action against such an employee, up to and including termination,
consistent with the requirements of the Rehabilitation act of 1973, as amended; or
2. Requiring such an employee to participate satisfactorily in a drug abuse assistance or rehabilitation
program approved for such purposes by a Federal, State, or local health, law enforcement, or other
appropriate agency;
g. Making a good faith effort to continue to maintain a drug free workplace through implementation of paragraphs
(a), (b), (c), (d), (e) and (f).
B. The grantee may insert in the space provided below the site(s) for the performance of work done in connection with the
specific grant:
Place of Performance (Street address, City, County, State, Zip code)
3519 Liberty Drive Pearland TX 77581
There are workplaces on file that are not identified
Sections 17.630 of the regulations provide that a grantee that is a State may elect to make one certification in each Federal
fiscal year. A copy of which should be included with each application for FEMA funding. States and State agencies may elect
to use a state wide certification.
OMB number: 4040-0013, Expiration date: 02/28/2022 View burden statement
SF-LLL: Disclosure of Lobbying Activities
Content:
Complete this form to disclose lobbying activities pursuant to 31 U.S.C.1352
OMB Number: 4040-0013
Expiration Date: 02/28/2022
The applicant is not currently required to submit the SF-LLL.
1. Type of federal action:
2. Status of federal action:
3. Report type:
4. Name and address of reporting entity:
Name
Street 1
Street 2
City
State
Zip
Zip Ext
Congressional district, if known:
6. Federal department/agency:
7. Federal program name/description:
grant
bid/offer/application
initial filing
Prime
City of Pearland
3519 Liberty Drive
Pearland
TX
77581
TX -22
Federal Emergency Management Agency
The Flood Mitigation Assistance (FMA) grant program.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
CFDA number, if applicable:
8. Federal action number, if known:
9. Award amount, if known: $0.00
10a. Name and address of lobbying registrant:
Prefix
First name N/A
Middle name
Last name N/A
Suffix
Street 1 N/A
Street 2
City N/A
State
Zip
Zip Ext
10b. Individual performing services: (including address if different from No. 10a)
Prefix
First name N/A
Middle name
Last name N/A
Suffix
Street 1
Street 2
City
State
Zip
Zip Ext
11. Information requested through this form is authorized by title 31 U.S.C. section 1352. This disclosure of lobbying activities
is a material representation of fact upon which reliance was placed by the tier above when the transaction was made or
entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to the Congress semi-
annually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a
civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
� Cops
cent rall.red Accartingarki Pay*oII/Perwnel5ysten
Texas Water Development Board
Requisition
Page: 1 of 2
Run Date: 12/21/2022
Run Time: 11:19:58 AM
Report ID: TXCPO002X
Business 58000 Origin WSC Requestor Veronica Villalobos BCM Status Valid
Unit Pogue
Requisitio 0000000490 Status Approved Requestor Reg Approval 12/15/2022
n ID Phone Date
Requisitio 12/09/2022 Description FMA 2000012629 Pearland
n Date
HEADER COMMENTS:
contract attachments
Line
1
Vendor ID Vendor Loc
1746028909 002
Description
FMA 2000012629 Pearland
Vendor Name
CITY OF PEARLAND
Schedule 1 Schedule Amount 499,760.00
Dist
Ln
Account
Fund
Dept ID
Program
PCA
Appn.
Yr.
Agy CF1
Agy CF2
Amount
Location
1
7611
0001
C344
F06
21021
2022
7611
499,760.00
Texas Water
Development Board
UOM Qty Price Amount Line Status
LOT 1 499,760.00 499,760.00 Approved
Class Item Buyer
950 65 Sherry Jackson
Line Nbr
Comments
Total Requisition: $499,760.00
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
� Cops
cent rallied Accartingarki Pay*oII/Perwnel5ysten
Texas Water Development Board
Requisition
Page: 2 of 2
Run Date: 12/21/2022
Run Time: 11:19:58 AM
Report ID: TXCPO002X
Business 58000 Origin WSC Requestor Veronica Villalobos BCM Status Valid
Unit Pogue
Requisitio 0000000490 Status Approved Requestor Req Approval 12/15/2022
n ID Phone Date
Requisitio 12/09/2022 Description FMA 2000012629 Pearland
n Date
Stage ID Path ID Step ID Step Descr Status Approver Name Approved Date & Time
10 1 1 Level 1 - Div Dir/Mgr Approved Saul A Nuccitelli 2022-12-09T16:00:53-0600
10 1 1 Level 1 - Div Dir/Mgr Approved Kathy Carol Hopkins 2022-12-09T17:31:20-0600
10 1 10 Level 10 - GL Approved Antonio J Rodriguez 2022-12-15T06:54:17-0600
10 1 2 Level 2 - DEA and special Approved Marie C Hermitte 2022-12-12T21:48:10-0600
10 1 4 Level 4 - Budget Approved Glenn Gardner Jennings 2022-12-13T08:03:29-0600
10 1 6 Level 6 - Exec Admin Approved Jeffrey G Walker 2022-12-13T10:02:33-0600
10 1 9 Level 9 - Fin Ops Approved Eldrisha L Eubanks 2022-12-14T16:06:25-0600
Additional Approver
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
DYADDR.17460289097.
PAYEE NUMBER: 17460289097
OWNERSHIP TYPE: GOVERNMENTAL
ACTIVE MC CNT: 19
MAIL CODE: T26 SIC CODE: 9999
STATUS: A
NAME: CITY OF PEARLAND
ADDRESS: 3519 LIBERTY DR ATTN:
CITY: PEARLAND
MAIL CODE: T38 SIC CODE: 9905
STATUS: A
NAME: CITY OF PEARLAND
ADDRESS: 3519 LIBERTY DR ATTN:
CITY: PEARLAND
11/21/22
TAXPAYER NUMBER: 17460289097
ENTITY IAT IND:
1099 MC LOOKUP: PF12 NEXT AVAILABLE MC: 010
SECURITY TYPE: 1 SECURING SOURCE: 902
TELEPHONE:
ADDRESS IND:
FINANCE DEPT
STATE: TX ZIPCODE: 77581-5416 ZONE CODE: 020
SECURITY TYPE: 1 SECURING SOURCE: 902
TELEPHONE:
ADDRESS IND:
FINANCE DEPT
STATE: TX ZIPCODE: 77581-5416 ZONE CODE: 020
PYHOLD.I7460289097.
NO PAYEE HOLD INFORMATION EXISTS
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
LSAM,00v°
Hoene Search Data Bank Data Services Delp
Entity Registration
Core Data
Business Intonation
Entity Types
Financial Information
Points of Contact
Assertions
Reps and Ceits
Exclusions
Responsibility/ Quaiification
E Requests ti Notifimtions on Workspace i; Sign Out
Download lei--- Follow
PEARLAND, CITY OF
Unique Entity ID
HUBRXKNJG3C8
CAGE/NCAGE
5OFD6
Physical Address
3519 Liberty DR STE 201
Pearland, Texas
77581-5416, United States
Registration Status
• Active Registration
F,epirntian Date
Feb 6 2023
Purpose of Registration
Federal Assistance Awards Only
Mailing Address
3519 Liberty
Pearland, Texas
77551-5416, United States
Version
Current Record V
■ BUSINESSINFORMATI0N
Doing Business As.
(blank)
Division Payne
City Of Pearland
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
List of Companies that Boycott Israel
Pursuant to Texas Government Code Chapter 808
z
O
ce
W
D
VY
N
COMPANY NAME
ID000000002407715
ASN BANK NV
US0814651065
BEN & JERRY'S HOMEMADE, INC.
BETSAH INVEST SA
CACTUS SA
GBOOBFXWHQ29
IID000000002241186
CO-OPERATIVE GROUP LIMITED
NO0010161896
IID000000002246697
DNB BANK ASA
GULOGUZ DIS DEPOSU TICARET VE PAZARLAMA LTD
KARSTEN FARMS
KLP KAPITALFORVALTNING AS
XS1217882171
IID000000002228977
KOMMUNAL LANDSPENSJONSKASSE GJENSIDIG FORSIKRINGSSELSKAP
GB00B10RZP78
IID000000002137159
UNILEVER PLC
Updated September 2021
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
List prepared pursuant to chapter 2270 of the Texas Government Code
aJ
ca
C
4A
N
a7
13
(13
-c
H
C
0
4=
ea
ar
a
O
In
In
a)
c
,�
m
aJ
N
+' • O
3 •,
N N_
c C
'— as
LIQ bp
C a
,. ++
N 0
to 'i
C W L O
H L
a) a%
fa C
Q ,ao
E CU
L
O u.
Updated June 2022
Company Name
No companies identified
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
List prepared pursuant to chapter 2270 of the Texas Government Code
Designated Foreign Terrorist Organizations
Source - United States Department of State
https://state.gov/foreign-terrorist-organizations/
Updated June 2022
Organization Name
Abu Sayyaf Group (ASG)
HAMAS
Harakat ul-Mujahidin (HUM)
Hizballah
Kurdistan Workers Party (PKK, aka Kongra-Gel)
Liberation Tigers of Tamil Eelam (LTTE)
National Liberation Army (ELN)
Palestine Liberation Front (PLF)
Palestine Islamic Jihad (PIJ)
Popular Front for the Liberation of Palestine (PFLP)
PFLP-General Command (PFLP-GC)
Revolutionary People's Liberation Party/Front (DHKP/C)
Shining Path (SL)
al-Qa'ida (AQ)
Islamic Movement of Uzbekistan (IMU)
Real Irish Republican Army (RIRA)
Jaish-e-Mohammed (JEM)
Lashkar-e Tayyiba (LeT)
Al-Aqsa Martyrs Brigade (AAMB)
Asbat al-Ansar (AAA)
al-Qaida in the Islamic Maghreb (AQIM)
Communist Party of the Philippines/New People's Army (CPP/NPA)
Jemaah Islamiya (JI)
Lashkar I Jhangvi (U)
Ansar al -Islam (AAI)
Continuity Irish Republican Army (CIRA)
Islamic State of Iraq and the Levant (formerly al-Qa'ida in Iraq)
Islamic Jihad Union (IJU)
Harakat ul-Jihad-i-Islami/Bangladesh (HUJI-B)
al-Shabaab
Revolutionary Struggle (RS)
Kata'ib Hizballah (KH)
al-Qa'ida in the Arabian Peninsula (AQAP)
Harakat uI-Jihad-i-Islami (HUJI)
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Tehrik-e Taliban Pakistan (TTP)
Jaysh al-Adl (formerly Jundallah)
Army of Islam (AO')
Indian Mujahedeen (IM)
Jemaah Anshorut Tauhid (JAT)
Abdallah Azzam Brigades (AAB)
Haqqani Network (HQN)
Ansar al -Dine (AAD)
Boko Haram
Ansaru
al-Mulathamun Battalion (AMB)
Ansar al-Shari'a in Benghazi
Ansar al-Shari'a in Darnah
Ansar al-Shari'a in Tunisia
ISIL Sinai Province (formerly Ansar Bayt al-Maqdis)
al-Nusrah Front
Jaysh Rijal al-Tariq al Naqshabandi (JRTN)
Islamic State's Khorasan Province (ISIS -K)
Islamic State of Iraq and the Levant's Branch in Libya (ISIL-Libya)
AI-Qa'ida in the Indian Subcontinent
Hizbul Mujahideen (HM)
ISIS -Bangladesh
ISIS -Philippines
ISIS -West Africa
ISIS -Greater Sahara
al-Ashtar Brigades (AAB)
Jama'at Nusrat al -Islam wal-Muslimin (JNIM)
Islamic Revolutionary Guard Corps (IRGC)
Asa'ib Ahl al-Haq (AAH)
Harakat Sawa'd Misr (HASM)
ISIS-DRC
ISIS -Mozambique
Segunda Marquetalia
Revolutionary Armed Forces of Colombia — People's Army (FARC-EP)
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
List prepared pursuant to chapter 809 of the Texas Government Code
Financial Companies That Boycott Energy Companies
Updated August 2022
Listing in both Annex I and Annex II
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
FINANCIAL COMPANY
BLACKROCK, INC
BNP PARIBAS SA
CREDIT SUISSE GROUP AG
DANSKE BANK A/S
JUPITER FUND MANAGEMENT PLC
NORDEA BANK ABP
SCHRODERS PLC
SVENSKA HANDELSBANKEN AB
SWEDBANK AB
UBS GROUP AG
ISIN
US09247X1019
FR0000131104
CH0012138530
DK0010274414
G B00B53P2009
F14000297767
GB0002405495
5E0007100599
5E0000242455
CH0244767585
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
FINANCIAL COMPANY
1919 SOCIALLY RESPONSIVE BALANCED FUND
AB SUSTAINABLE GLOBAL THEMATIC FUND
AB SUSTAINABLE INTERNATIONAL THEMATIC FUND
AB SUSTAINABLE THEMATIC BALANCED PORTFOLIO
AB SUSTAINABLE THEMATIC CREDIT PORTFOLIO
AB SUSTAINABLE US THEMATIC PORTFOLIO
ABRDN DYNAMIC DIVIDEND FUND
ABRDN GLOBAL INFRASTRUCTURE FUND
ABRDN INTERNATIONAL REAL ESTATE EQUITY FUND
ABRDN INTERNATIONAL SMALL CAP FUND
ABRDN REALTY INCOME & GROWTH FUND
ABRDN UTRAL SHORT MUNICIPAL INCOME FUND
AGF GLOBAL SUSTAINABLE EQUITY FUND
ALGER RESPONSIBLE INVESTING FUND
ALGER WEATHERBIE ENDURING GROWTH FUND
ALPS/KOTAK INDIA ESG FUND
AMERICAN BEACON TWENTYFOUR STRATEGIC INCOME FUND
AMERICAN BEACON TWENTYFOUR SUSTAINABLE SHORT TERM BOND FUND
APPLESEED FUND
AQR SUSTAINABLE LONG -SHORT EQUITY CARBON AWARE FUND
ASHMORE EMERGING MARKETS CORPORATE INCOME ESG FUND
ASHMORE EMERGING MARKETS EQUITY ESG FUND
ASPIRATION REDWOOD FUND
AVANTIS RESPONSIBLE EMERGING MARKETS EQUITY ETF
AVANTIS RESPONSIBLE INTERNATIONAL EQUITY ETF
AVANTIS RESPONSIBLE U.S. EQUITY ETF
AXS SUSTAINABLE INCOME FUND
BLACKROCK ADVANTAGE ESG EMERGING MARKETS EQUITY FUND
BLACKROCK ESG CAPITAL ALLOCATION TRUST
BLACKROCK FUTURE CLIMATE AND SUSTAINABLE ECONOMY ETF
BLACKROCK GLOBAL IMPACT FUND
BLACKROCK INFRASTRUCTURE SUSTAINABLE OPPORTUNITIES FUND
BLACKROCK INTERNATIONAL IMPACT FUND
BLACKROCK LIFEPATH ESG INDEX 2025 FUND
BLACKROCK LIFEPATH ESG INDEX 2030 FUND
BLACKROCK LIFEPATH ESG INDEX 2035 FUND
BLACKROCK LIFEPATH ESG INDEX 2040 FUND
BLACKROCK LIFEPATH ESG INDEX 2045 FUND
BLACKROCK LIFEPATH ESG INDEX 2050 FUND
BLACKROCK LIFEPATH ESG INDEX 2055 FUND
BLACKROCK LIFEPATH ESG INDEX 2060 FUND
BLACKROCK LIFEPATH ESG INDEX 2065 FUND
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
BLACKROCK LIFEPATH ESG INDEX RETIREMENT FUND
BLACKROCK LIQUID ENVIRONMENTALLY AWARE FUND
BLACKROCK SUSTAINABLE ADVANTAGE COREALPHA BOND FUND
BLACKROCK SUSTAINABLE ADVANTAGE EMERGING MARKETS EQUITY FUND
BLACKROCK SUSTAINABLE ADVANTAGE INTERNATIONAL EQUITY FUND
BLACKROCK SUSTAINABLE ADVANTAGE LARGE CAP CORE FUND
BLACKROCK SUSTAINABLE BALANCED FUND
BLACKROCK SUSTAINABLE EMERGING MARKETS BOND FUND
BLACKROCK SUSTAINABLE EMERGING MARKETS EQUITY FUND
BLACKROCK SUSTAINABLE EMERGING MARKETS FLEXIBLE BOND FUND
BLACKROCK SUSTAINABLE HIGH YIELD BOND FUND
BLACKROCK SUSTAINABLE INTERNATIONAL EQUITY FUND
BLACKROCK SUSTAINABLE LOW DURATION BOND FUND
BLACKROCK SUSTAINABLE TOTAL RETURN FUND
BLACKROCK SUSTAINABLE U.S. GROWTH EQUITY FUND
BLACKROCK SUSTAINABLE U.S. VALUE EQUITY FUND
BLACKROCK TACTICAL OPPORTUNITIES FUND
BLACKROCK U.S. CARBON TRANSITION READINESS ETF
BLACKROCK U.S. IMPACT FUND
BLACKROCK UNCONSTRAINED EQUITY FUND
BLACKROCK US IMPACT FUND
BLACKROCK WEALTH LIQUID ENVIRONMENTALLY AWARE FUND
BLACKROCK WORLD EX U.S. CARBON TRANSITION READINESS ETF
BNY MELLON CONCENTRATED INTERNATIONAL ETF
BNY MELLON GLOBAL DYNAMIC BOND INCOME FUND
BNY MELLON GLOBAL EMERGING MARKETS FUND
BNY MELLON GLOBAL EQUITY INCOME FUND
BNY MELLON GLOBAL REAL RETURN FUND
BNY MELLON GLOBAL STOCK FUND
BNY MELLON GOVERNMENT MONEY MARKET FUND
BNY MELLON INTERNATIONAL EQUITY ETF
BNY MELLON INTERNATIONAL STOCK FUND
BNY MELLON NATIONAL MUNICIPAL MONEY MARKET FUND
BNY MELLON RESPONSIBLE HORIZONS CORPORATE BOND ETF
BNY MELLON SUSTAINABLE BALANCED FUND
BNY MELLON SUSTAINABLE GLOBAL EMERGING MARKETS ETF
BNY MELLON SUSTAINABLE INTERNATIONAL EQUITY ETF
BNY MELLON SUSTAINABLE U.S. EQUITY FUND
BNY MELLON SUSTAINABLE US EQUITY ETF
BNY MELLON SUSTAINABLE US EQUITY PORTFOLIO, INC.
BNY MELLON TAX -SENSITIVE LARGE CAP MULTI -STRATEGY FUND
BNY MELLON US EQUITY FUND
BOSTON COMMON ESG IMPACT EMERGING MARKETS FUND
BOSTON COMMON ESG IMPACT INTERNATIONAL FUND
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
BOSTON COMMON ESG IMPACT US EQUITY FUND
BOSTON TRUST WALDEN SMID CAP FUND
BROWN ADVISORY SUSTAINABLE GROWTH FUND
BROWN ADVISORY SUSTAINABLE SMALL -CAP CORE FUND
CALAMOS GLOBAL SUSTAINABLE EQUITIES FUND
CCM ALTERNATIVE INCOME FUND
CLEARBRIDGE SUSTAINABILITY LEADERS FUND
CREF SOCIAL CHOICE ACCOUNT
CROSSINGBRIDGE RESPONSIBLE CREDIT FUND
DFA EMERGING MARKETS SOCIAL CORE EQUITY PORTFOLIO
DFA EMERGING MARKETS SUSTAINABILITY CORE 1 PORTFOLIO
DFA SOCIAL FIXED INCOME PORTFOLIO
DFA US SOCIAL CORE EQUITY 2 PORTFOLIO
DFA US SUSTAINABILTIY TARGETED VALUE PORTFOLIO
DFA US SUSTAINTABILITY CORE 1 PORTFOLIO
DOMINI IMPACT BOND FUND
DOMINI IMPACT EQUITY FUND
DOMINI IMPACT INTERNATIONAL EQUITY FUND
DOMINI SUSTAINABLE SOLUTIONS FUND
DREYFUS CASH MANAGEMENT
DREYFUS GOVERNMENT CASH MANAGEMENT
DREYFUS INSTITUTIONAL PREFERRED GOVERNMENT MONEY MARKET FUND
DREYFUS INSTITUTIONAL PREFERRED GOVERNMENT PLUS MONEY MARKET FUND
DREYFUS INSTITUTIONAL PREFERRED TREASURY OBLIGATIONS FUND
DREYFUS MONEY MARKET FUND
DREYFUS NATIONAL MUNICIPAL MONEY MARKET FUND
DREYFUS NEW YORK MUNICIPAL MONEY MARKET FUND
DREYFUS TAX EXEMPT CASH MANAGEMENT
DREYFUS TREASURY AND AGENCY LIQUIDITY MONEY MARKET FUND
DREYFUS TREASURY OBLIGATIONS CASH MANAGEMENT
DWS ESG CORE EQUITY FUND
DWS ESG GLOBAL BOND FUND
DWS ESG INTERNATIONAL CORE EQUITY FUND
DWS ESG LIQUIDITY FUND
ETHO CLIMATE LEADERSHIP ETF
FIDELITY ADVISOR CLIMATE ACTION FUND
FIDELITY ADVISOR ENVIRONMENTAL BOND FUND
FIDELITY ADVISOR SUSTAINABLE CORE PLUS BOND FUND
FIDELITY ADVISOR SUSTAINABLE EMERGING MARKETS EQUITY FUND
FIDELITY ADVISOR SUSTAINABLE LOW DURATION BOND FUND
FIDELITY CLIMATE ACTION FUND
FIDELITY ENVIRONMENT AND ALTERNATIVE ENERGY FUND
FIDELITY ENVIRONMENTAL BOND FUND
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
FIDELITY INTERNATIONAL SUSTAINABILITY INDEX FUND
FIDELITY SAI SUSTAINABLE CONSERVATIVE INCOME MUNICIPAL BOND FUND
FIDELITY SAI SUSTAINABLE MUNICIPAL INCOME FUND
FIDELITY SAI SUSTAINABLE SECTOR FUND
FIDELITY SAI SUSTAINABLE U.S. EQUITY FUND
FIDELITY SUSTAINABILITY BOND INDEX FUND
FIDELITY SUSTAINABLE INTERNATIONAL EQUITY FUND
FIDELITY SUSTAINABLE MULTI -ASSET FUND
FIDELITY SUSTAINABLE US EQUITY FUND
FIDELITY US SUSTAINABILITY INDEX FUND
FIRST TRUST EIP CARBON IMPACT ETF
FIS KNIGHTS OF COLUMBUS GLOBAL BELIEF ETF
FLEXSHARES ESG & CLIMATE DEVELOPED MARKETS EX -US CORE INDEX FUND
FLEXSHARES ESG & CLIMATE EMERGING MARKETS CORE INDEX FUND
FLEXSHARES ESG & CLIMATE HIGH YIELD CORPORATE CORE
FLEXSHARES ESG & CLIMATE INVESTMENT GRADE CORPORATE CORE INDEX FUND ETF
FLEXSHARES ESG & CLIMATE US LARGE CAP CORE INDEX FUND
FLEXSHARES STOXX GLOBAL ESG SELECT INDEX FUND
FLEXSHARES STOXX US ESG SELECT INDEX FUND
FRONTIER MFG GLOBAL SUSTAINABLE FUND
GABELLI ESG FUND
GENESIS BALANCED PORTFOLIO
GENESIS CONSERVATIVE PORTFOLIO
GENESIS GROWTH PORTFOLIO
GLOBAL SOCIAL CORE EQUITY PORTFOLIO
GLOBAL SUSTAINABILITY FIXED INCOME PORTFOLIO
GLOBAL X GREEN BUILDING ETF
GOLDMAN SACHS ACTIVEBETA PARIS -ALIGNED CLIMATE US LARGE CAP EQUITY ETF
GOLDMAN SACHS BLOOMBERG CLEAN ENERGY EQUITY ETF
GREEN CALIFORNIA TAX-FREE INCOME FUND
GREEN CENTURY BALANCED FUND
GREEN CENTURY EQUITY FUND
GREEN CENTURY MSCI INTERNATIONAL INDEX FUND
GUINNESS ATKINSON ALTERNATIVE ENERGY FUND
HARTFOLD GLOBAL IMPACT FUND
HARTFORD CLIMATE OPPORTUNITIES FUND
HARTFORD SCHRODERS DIVERSIFIED EMERGING MARKETS FUND
HARTFORD SCHRODERS ESG US EQUITY ETF
HARTFORD SCHRODERS INTERNATIONAL MULTI -CAP VALUE FUND
HARTFORD SCHRODERS SUSTAINABLE CORE BOND FUND
HARTFORD SCHRODERS SUSTAINABLE INTERNATIONAL CORE FUND
HARTFORD SUSTAINABLE INCOME ETF
HSBC RADIANT ESG U.S. SMALLER COMPANIES FUND
HSBC US GOVERNMENT MONEY MARKET FUND
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
HSBC US TREASURY MONEY MARKET FUND
INTERNATIONAL SOCIAL CORE EQUITY PORTFOLIO
INTERNATIONAL SUSTAINABILITY CORE 1 PORTFOLIO
INVESCO ESG NADSAQ 100 ETF
INVESCO ESG NASDAQ NEXT GEN 100 ETF
INVESCO ESG S&P 500 EQUAL WEIGHT ETF
INVESCO FLOATING RATE ESG FUND
INVESCO GLOBAL CLEAN ENERGY ETF
INVESCO MSCI WORLD SRI INDEX FUND
INVESCO REAL ASSETS ESG ETF
INVESCO SOLAR ETF
INVESCO US LARGE CAP CORE ESG ETF
ISHARES ESG ADVANCED TOTAL USD BOND MARKET ETF
ISHARES ESG ADVANCED HIGH YIELD CORPORATE BOND ETF
ISHARES ESG ADVANCED INVESTMENT GRADE CORPORATE BOND ETF
ISHARES ESG ADVANCED MSCI EAFE ETF
ISHARES ESG ADVANCED MSCI EM ETF
ISHARES ESG ADVANCED MSCI USA ETF
ISHARES ESG AWARE 1-5 YEAR USD CORPORATE BOND ETF
ISHARES ESG AWARE AGGRESSIVE ALLOCATION ETF
ISHARES ESG AWARE CONSERVATIVE ALLOCATION ETF
ISHARES ESG AWARE GROWTH ALLOCATION ETF
ISHARES ESG AWARE MODERATE ALLOCATION ETF
ISHARES ESG AWARE MSCI EAFE ETF
ISHARES ESG AWARE MSCI EM ETF
ISHARES ESG AWARE MSCI USA ETF
ISHARES ESG AWARE MSCI USA SMALL -CAP ETF
ISHARES ESG AWARE US AGGREGATE BOND ETF
ISHARES ESG AWARE USD CORPORATE BOND ETF
ISHARES ESG MSCI EM LEADERS ETF
ISHARES ESG MSCI USA LEADERS ETF
ISHARES ESG MSCI USA MIN VOL FACTOR ETF
ISHARES ESG SCREENED S&P 500 ETF
ISHARES ESG SCREENED S&P MID -CAP ETF
ISHARES ESG SCREENED S&P SMALL -CAP ETF
ISHARES GLOBAL CLEAN ENERGY ETF
ISHARES MSCI ACWI LOW CARBON TARGET ETF
ISHARES MSCI GLOBAL SUSTAINABLE DEVELOPMENT GOALS ETF
ISHARES MSCI KLD 400 SOCIAL ETF
ISHARES MSCI USA ESG SELECT ETF
ISHARES PARIS -ALIGNED CLIMATE MSCI USA ETF
JANUS HENDERSON GLOBAL SUSTAINABLE EQUITY FUND
JANUS HENDERSON INTERNATIONAL SUSTAINABLE EQUITY ETF
JANUS HENDERSON NET ZERO TRANSITION RESOURCES ETF
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
JANUS HENDERSON SUSTAINABLE & IMPACT CORE BOND ETF
JANUS HENDERSON US SUSTAINABLE EQUITY ETF
JANUS HENERSON SUSTAINABLE CORPORATE BOND ETF
JOHN HANCOCK ESG LARGE CAP CORE FUND
JPMORGAN U.S. SUSTAINABLE LEADERS FUND
KARNER BLUE BIODIVERSITY IMPACT FUND BUTTERFLY CLASS
KAYNE ANDERSON RENEWABLE INFRASTRUCTURE FUND
KENNEDY CAPITAL ESG SMID CAP FUND
KNIGHTS OF COLUMBUS CORE BOND FUND
KNIGHTS OF COLUMBUS INTERNATIONAL EQUITY FUND
KNIGHTS OF COLUMBUS LARGE CAP GROWTH FUND
KNIGHTS OF COLUMBUS LARGE CAP VALUE FUND
KNIGHTS OF COLUMBUS LIMITED DURATION FUND
KNIGHTS OF COLUMBUS LONG/SHORT EQUITY FUND
KNIGHTS OF COLUMBUS REAL ESTATE FUND
KNIGHTS OF COLUMBUS SMALL CAP FUND
KNIGHTS OF COLUMBUS U.S. ALL CAP INDEX FUND I SHARES
LAZARD US SUSTAINABLE EQUITY PORTFOLIO
LORD ABBETT CLIMATE FOCUSED BOND FUND
MARTIN CURRIE INTERNATIONAL SUSTAINABLE EQUITY FUND
NATIONWIDE GLOBAL SUSTAINABLE EQUITY FUND
NEUBERGER BERMAN SUSTAINABLE EQUITY FUND
NEUBERGER BERMAN U.S. EQUITY IMPACT FUND
NEW ALTERNATIVES FUND
NINETY ONE GLOBAL ENVIRONMENT FUND I SHARES
NORTHERN GLOBAL SUSTAINABILITY INDEX FUND
NORTHERN US QUALITY ESG FUND
NUVEEN ESG DIVIDEND ETF
NUVEEN ESG EMERGING MARKETS EQUITY ETF
NUVEEN ESG HIGH YIELD CORPORATE BOND ETF
NUVEEN ESG INTERNATIONAL DEVELOPED MARKETS EQUITY ETF
NUVEEN ESG LARGE -CAP ETF
NUVEEN ESG LARGE -CAP GROWTH ETF
NUVEEN ESG LARGE -CAP VALUE ETF
NUVEEN ESG MID -CAP GROWTH ETF
NUVEEN ESG MID -CAP VALUE ETF
NUVEEN ESG SMALL -CAP ETF
NUVEEN ESG US AGGREGATE BOND ETF
NUVEEN WINSLOW LARGE -CAP GROWTH ESG ETF
NUVEEN WINSLOW LARGE -CAP GROWTH ESG FUND
PACIFIC FUNDS ESG CORE BOND
PARNASSUS CORE EQUITY FUND
PARNASSUS ENDEAVOR FUND
PARNASSUS FIXED INCOME FUND
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
PARNASSUS MID CAP FUND
PARNASSUS MID CAP GROWTH FUND
PAX CORE BOND FUND
PAX ELLEVATE GLOBAL WOMEN'S LEADERSHIP FUND
PAX GLOBAL ENVIRONMENTAL MARKETS FUND
PAX GLOBAL OPPORTUNITIES FUND
PAX GLOBAL SUSTAINABLE INFRASTRUCTURE FUND
PAX HIGH YIELD BOND FUND
PAX INTERNATIONAL SUSTAINABLE ECONOMY FUND
PAX LARGE CAP FUND
PAX SMALL CAP FUND
PAX SUSTAINABLE ALLOCATION FUND
PAX U.S. SUSTAINABLE ECONOMY
PEAR TREE ESSEX ENVIRONMENTAL OPPORTUNITIES FUND
PGIM ESG HIGH YIELD FUND
PGIM ESG SHORT DURATION MULTI -SECTOR BOND FUND
PGIM ESG TOTAL RETURN BOND FUND
PIMCO CLIMATE BOND FUND
PIMCO ENHANCED SHORT MATURITY ACTIVE ESG EXCHANGE -TRADED FUND
PIMCO ESG INCOME FUND
PIMCO LOW DURATION ESG FUND
PIMCO RAFI ESG U.S. EXCHANGE -TRADED FUND
PIMCO TOTAL RETURN ESG FUND
PRAXIS GROWTH INDEX FUND
PRAXIS IMPACT BOND FUND
PRAXIS INTERNATIONAL INDEX FUND
PRAXIS SMALL CAP INDEX FUND
PRAXIS VALUE INDEX FUND
RBC BLUEBAY CORE PLUS BOND FUND
RBC BLUEBAY HIGH YIELD BOND FUND
RBC BLUEBAY STRATEGIC INCOME FUND
REYNDERS MCVEIGH CORE EQUITY FUND
SHELTON GREEN ALPHA FUND
SPDR BLACKSTONE HIGH INCOME ETF
SPDR BLOOMBERG SASB CORPORATE BOND ESG SELECT ETF
SPDR BLOOMBERG SASB DEVELOPED MARKETS EX US ESG SELECT ETF
SPDR BLOOMBERG SASB EMERGING MARKETS ESG SELECT ETF
SPDR MSCI ACWI CLIMATE PARIS ALIGNED ETF
SPDR MSCI EMERGING MARKETS FOSSIL FUEL RESERVES FREE ETF
SPDR MSCI USA CLIMATE PARIS ALIGNED ETF
SPDR S&P 500 ESG ETF
SPDR S&P 500 FOSSIL FUEL RESERVES FREE ETF
SPDR S&P SMALLCAP 600 ESG ETF
SPHERE 500 FOSSIL FREE FUND
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
T. ROWE PRICE GLOBAL IMPACT EQUITY FUND
TEMPLETON INTERNATIONAL CLIMATE CHANGE FUND
TIAA-CREF CORE IMPACT BOND FUND
TIAA-CREF GREEN BOND FUND
TIAA-CREF SHORT DURATION IMPACT BOND FUND
TIAA-CREF SOCIAL CHOICE EQUITY FUND
TIAA-CREF SOCIAL CHOICE INTERNATIONAL EQUITY FUND
TIAA-CREF SOCIAL CHOICE LOW CARBON EQUITY FUND
TRILLIUM ESG GLOBAL EQUITY FUND
TRILLIUM ESG SMALL/MID CAP FUND INSTITUTIONAL
UBS ALL CHINA EQUITY FUND
UBS EMERGING MARKETS EQUITY OPPORTUNITY FUND
UBS ENGAGE FOR IMPACT FUND
UBS INTERNATIONAL SUSTAINABLE EQUITY FUND
UBS MULTI INCOME BOND FUND
UBS SELECT ESG PRIME INSTITUTIONAL FUND
UBS SELECT ESG PRIME INVESTOR FUND
UBS SELECT ESG PRIME PREFERRED FUND
UBS U.S. SMALL CAP GROWTH FUND
UBS ULTRA SHORT INCOME FUND
UBS US DIVIDEND RULER FUND
UBS US QUALITY GROWTH AT REASONABLE PRICE FUND
VANGUARD ESG INTERNATIONAL STOCK ETF
VANGUARD ESG US CORPORATE BOND ETF
VANGUARD ESG US STOCK ETF
VANGUARD FTSE SOCIAL INDEX FUND
VANGUARD GLOBAL ESG SELECT STOCK FUND
WISDOMTREE EMERGING MARKETS ESG FUND
WISDOMTREE EMERGING MARKETS EX -STATE-OWNED ENTERPRISES FUND
WISDOMTREE INDIA EX -STATE-OWNED ENTERPRISES FUND
WISDOMTREE INTERNATIONAL ESG FUND
WISDOMTREE TRUST CHINA EX STATE OWNED ENTERPRISES ETF
WISDOMTREE U.S. ESG FUND
XTRACKERS EMERGING MARKETS CARBON REDUCTION AND CLIMATE IMPROVERS ETF
XTRACKERS J.P. MORGAN ESG EMERGING MARKETS SOVEREIGN ETF
XTRACKERS J.P. MORGAN ESG USD HIGH YIELD CORPORATE BOND ETF
XTRACKERS MSCI EAFE ESG LEADERS EQUITY ETF
XTRACKERS MSCI EMERGING MARKETS ESG LEADERS EQUITY ETF
XTRACKERS MSCI USA ESG LEADERS EQUITY ETF
XTRACKERS S&P 500 ESG ETF
XTRACKERS S&P MIDCAP 400 ESG ETF
XTRACKERS S&P SMALLCAP 600 ESG ETF
ZEO SUSTAINABLE CREDIT FUND
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
TICKER
SSIAX, SESLX, LMRNX
ALTFX, ATEYX, ATECX, AGTIX, ATEKX, ATERX, ATEZX
AWPAX, AWPYX, AWPCX, AWPIX, AWPKX, AWPRX, AWPZX
ABPAX, ABPYX, ABPCX, APWIX, APWKX, APPRX, ABPZX
STHAX, STHYX
SUTAX, FFTYX, SUTCX, SUTZX
ADVDX, ADAVX
AIFRX
EGLRX
ABNIX
AIGYX
ATOIX
X
AGPIX, AGPRX
SPEGX, AGFCX, AGIFX, ALGZX
ALEAX, ALECX, ALEIX, ALEYX, ALEZX
INAAX, INFCX, INDIX, INDSX, INDAX
TFSAX, TFGCX, TFGYX, TFGIX, TFGPX
TFBAX, TFBCX, TFBYX, TFBRX
APPIX, APPLX
QNZIX, QNZNX, QNZRX
ECAEX, ECCEX, ECIEX
ESAGX, ESCGX, ESIGX
REDWX
AVSE
AVSD
AVSU
AXSKX
BLZAX, BLZIX, BLZKX
SCAT
BECO
BGAMX, BGIMX, BGKMX
BINFX
BIBGX, BIBHX, BIKMX
LEBIX
LENAX, LENIX, LENKX
LEJAX, LEJIX, LEJKX
LEKAX, LEKIX, LEKKX
LEHAX, LEHIX, LEHKX
LEBAX, LEGIX, LEPKX
LEVAX, LEEIX, LEVKX
LEZAX, LEZIX, LEZKX
LEWAX, LEWIX, LEWKX
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
LERAX, LERIX, LERKX
VSGXX, CCLXX, LEDXX, GPEXX, LEFXX, LEAXX, MFGXX, PSLXX
BIIIX, BIAAX, BIACX, BIAKX
BLZIX
BRZAX, BRZIX, BRZKX
BIRAX, BIRCX, BIRIX, BIRKX
MACPX
BEHIX
MAPCX
BEDIX
BSHAX, BSIHX, BSHKX
BSUIX
BSLIX
BISTX
BESGX
BSUVX
PBAIX
LCTU
BIBFX
MAEGX
BUAMX, BIBFX, BUKMX
PNIXX
LCTD
BKCI
DGDAX, DGDCX, DGDIX, DGDYX
DGEAX, DGECX, DGIEX, DGEYX
DEQAX, DEQCX, DQEIX, DEQYX
DRRAX, DRRCX, DRRIX, DRRYX
DGLAX, DGLCX, DGLRX
MLOXX, MLMXX
BKIE US
DISAX, DISCX, DISRX
MOMXX, MNTXX
RHCB
DRAKX, DRASX
BKES
BKIS
DTCAX, DTCCX, DRTCX, DTCYX, DRTHX
BKUS
DTCAX, DTCCX, DRTCX, DRTHX
MTSMX, MTSIX
DPUAX, DPUCX, DPUIX
BCEMX
BCAIX
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
BCAMX
WASMX
BAWAX, BAFWX, BIAWX
BAFYX, BIAYX
CGSIX, CAGSX, CGCSX, CGSOX
CCMNX
LCSTX, LCISX, LCILX, CBSLX, CLSUX, CAABX
QCSCIX
CBRDX
DFESX
DESIX
DEFIX
DFUEX
DAABX
DFSIX
DSBIX, DSBFX, DSBYX
DSEPX, DIEQX, DSEFX, DEFRX
DOMAX, DOMOX, DOMIX, DOMYX
LIFEX, CAREX
DACXX, DICXX, DVCXX, DCEXX
DAGXX, DBLXX, DGCXX, DGVXX, DPGXX, DGUXX, DGQXX
DSHXX, DSVXX
DPFXX
DHLXX, DNSXX
GMGXX, GMBXX, GMMXX
GMHXX, GBMXX, GTMXX
GNBXX, GNYXX, GNMXX
DEIXX
DTLXX
DTAXX, DTRXX, DTVXX, DTPXX, DTNXX, DTKXX
DESAX, DESCX, DESGX, DESRX, DESUX, DESSX
SZGAX, SZGCX, DGBIX, SSTGX
DURAX, DURCX, DURIX, DURSX
ESIXX, ESGXX, ESRXX
ETHO
FCAJX, FCALX, FCAUX, FCAOX, FCLZX
FEBBX, FEBDX, FEBFX, FEBEX, FEBGX
FIAIX, FIAJX, FIALX, FIAKX, FIAMX
FSWAX, FSZIX, FSZZX
FAMZX, FANDX, FAPDX, FAPBX, FAPEX
FCAEX
FSLEX
FFEBX
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
FNIDX
FASYX
FASWX
FIDJX
FIDEX
FNDSX
FSYRX, FSQAX, FSYCX, FSQIX, FSYMX, FSQIX
FYMRX, FYMAX, FYMCX, FYMIX, FYMMX
FSEBX
FITLX
ECLN
KOCG
FEDM
FEEM
FEHY
FEIG
FEUS
ESGG
ESG
FMSGX, FMSRX
ESGHX, ESGGX, ESGJX, ESGKX
MBAPX
MCONX
MGAFX
DGBEX
DGSFX
GRNR
GPAL
GCLN
CFNTX
GCBUX, GCBLX
GCEUX, GCEQX
GCIFX, GCINX
GAAEX
HGXAX, HGXCX, HGXIX, HGXRX, HGXSS, HGXTX, HGXVX, HGXYX, HGXFX
HEOMX, HEONX, HEOIX, HEORX, HEOSX, HEOTX, HEOVX, HEOYX, HEOFX
HSXAX, HSXCX, HSXIX, HSXYX, HSXFX, HSDEX
HEET
SIDVX, HFYCX, SIDNX, HFYRX, HFYSX, HFYTX, HFYYX, SIDRX
HSAEX, HSACX, HSSBX, HSADX, SCBIX, HSSFX, SCBRX
HSISX, HSIDX
HSUN
HSOAX, HOPCX, RESCX
FTRXX, HUMXX, HGDXX, HGIXX, RGYXX, HGFXX, HGGXX
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
HWAXX, HUCXX, HTDXX, HBIXX, HTYXX, HTFXX, HTGXX
DSCLX
DFSPX
OOMG
Q0J G
RSPE
AFRAX, AFRCX, AFRYX, AFRRX, AFRIX, AFRFX
PBD
VSQAX, VSQCX, VSQRX, VSQFX, VSQSX, VSQYX
IVRA
TAN
IVLC
EUSB
HYXF
E LQD
DMXF
EMXF
USXF
SUSB
EAOA
EAOK
EAOR
EAOM
ESG D
ESGE
ESGU
ESML
EAGG
SUSC
LDEM
SUSL
ESMV
XVV
XJ R
Xi H
ICLN
CRBN
SDG
DSI
SUSA
PABU
JEASX, JECTX, JEDTX, JEUIX, JETNX, JEGRX, JEASX, JETTX
SXUS
JZRO
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
JIB
SSPX
SCRD
JHJAX, JHJCX, JHJIX, JHJRX
JICAX, JICCX, JIISX, JIIGX
KAIBX
KARIX, KARRX
KESGX
KCCIX, KCCSX
KCIIX, KCISX
KCGIX, KCGSX
KCVIX, KCVSX
KCLIX, KCLSX
KCEIX
KCRIX
KCSIX, KCSSX
KCXIX
SUSTX, SUSLX
CFBAX, CFBCX, CFLFX, CFLNX, CFLIX, CFLQX, CFBRX, CFBTX, CFBUX
LUFIX, LUEIX, LUISX
GGEAX, GGECX, GGESX, GGEIX
NRAAX, NRACX, NBSLX, NBSRX, NRARX, NRSRX, NBSTX
NEQAX, NEQCX, NEQIX
NALFX, NAEFX
ZGEIX
NBRIX, ,NBRKX
NUESX, NUEIX
NUDV
NUEM
NUHY
NUDM
NULC
NULG
NULV
NUMG
NUMV
NUSC
NUBD
NWLG
NWCAX, NWCCX, NVLIX, NWCFX
PLEDX, PLEBX
PRILX, PRBLX
PFPWX, PARWX
PFPLX, PRFIX
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
PFPMX, PARMX
PFPRX, PARNX
PAXBX, PXBIX
PXWIX, PXWEX
PXEAX, PGRNX, PGINX
PXGOX, PAXGX
PXDIX, PAXDX
PXHAX, PAXHX, PXHIX
PXNIX, PXINX
PAXLX, PXLIX
PXEAX, PXSCX, PXSIX
PAXIX, PAXWX
PXGAX, PWGIX, PXWGX
GEOSX, EEOFX, GEORX
PGANX, PGAUX, PGAQX, PGAVX
PGIGX, PGIJX, PGIPX, PGIKX
PAIWX, PAIYX, PAJBX, PAIZX
PCEBX, PCECX, PCEPX, PCEWX, PCEIX
EMNT
PEGAX, PEGBX, PEGPX, PEGQX, PEG IX
PLUPX, PLDIX
RAFE
PTGAX, PRFAX, PTGCX, PRAPX, PTSAX
MGNDX, MMDEX
MIIAX, MIIIX
MPLAX, MPLIX
MMSCX, MMSIX
MVIAX, MVIIX
RCPIX
RHYAX, RGHYX
RBSIX
ESGEX
N EXTX
HYBL
RBND
RDMX
REMG
NZAC
EEMX
NZUS
EFIV
SPYX
ESIX
SPFFX
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
TGBLX, TGPEX
TICGX
TSBRX
TGRKX, TGRNX, TGRLX, TGROX, TGRMX
TSDHX, TSDJX, TSDFX, TSDBX, TSDDX
TISCX, TRPSX, TICRX, ,TRSCX
TSONX, TSOPX, TSORX, TSOEX
TNWCX, TPWCX, TLWCX, TEWCX
PORIX, PORTX
TSMDX
UACPX, ACPTX
UEMPX, EMPTX
UEIPX, EIPTX
BNIEX, BNUEX, ESPTX
UTBAX, UTBPX
SGIXX
SEIXX
SSPXX
BNSCX, BISCX
USIAX, USDIX, USIPX
DVRUX
QGRPX
VSGX
VCEB
ESGV
VFTAX
VESGX, VEIGX
RESE
XSOE
IXSE
RESD
CXSE
RESP
EMCR
ESEB
ESITY
EASG
EMSG
USSG
SNPE
MIDE
SMLE
ZSRIX
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
2021 List of Companies Engaging in Scrutinized Business Operations in Iran
Chapter 2270 of the Texas Government Code
COMPANY NAME ISIN
AFRY AB F/K/A AF POYRY AB SE0005999836
BEIQI FOTON MOTOR CO, LIMITED CNE000000WC6
BHARAT PETROLEUM CORPORATION LIMITED INE029A01011
CHINA RAILWAY GROUP LIMITED CNE100000866
GLENCORE PLC JEOOB4T3BW64
HINDUSTAN PETROLEUM CORPORATION LIMITED INE094A01015
HYUNDAI MOTOR COMPANY KR7005380001
INDIAN OIL CORPORATION LIMITED INE242A01010
JINDAL STEEL & POWER LIMITED INE749A01030
LLOYDS BANKING GROUP PLC GB0008706128
MAN SE DE0005937007
MANGALORE REFINERY & PETROCHEMICALS LIMITED INE103A01014
NORINCO INTERNATIONAL COOPERATION LIMITED CNE000000VZ9
OIL & NATURAL GAS CORPORATION LIMITED INE213A01029
RENAULT SA FR0000131906
SINOPEC ENGINEERING (GROUP) CO, LTD CNE100001NV2
TELECOM ITALIA SPA IT0003497168
VODAFONE GROUP PLC GBOOBH4HKS39
ZHEJIANG SHIBAO CO., LTD. CNE100001MJ9
Updated November 2021
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
2021 List of Companies Engaging in Scrutinized Business Operations in Sudan
Chapter 2270 of the Texas Government Code
The United States government determination regarding Sudan as a State
Sponsor of Terrorism was rescinded, effective December 14, 2020.
Further, the United States government revoked the major components of
all economic sanctions against Sudan and the Government of Sudan,
effective October 12, 2017.
However, these changes do not authorize transactions that are
prohibited under the U.S. Darfur Sanctions Regulations or related
executive orders. Accordingly, the Comptroller's office will continue
monitoring for companies that meet the Texas statutory definition of a
scrutinized company in relation to Sudan.
Updated November 2021
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Stephen Ross
From: Joel Hardy <JHardy@pearlandtx.gov>
Sent: Tuesday, February 21, 2023 11:23 AM
To: Stephen Ross
Cc: Rajendra Shrestha; Veronica Villalobos-Pogue; Kathy Hopkins; Cody Ransone
Subject: RE: Reminder: ACTION REQUESTED: City of Pearland Contract 2000012629 (FY2020 FMA)
External: Beware of links/attachments.
tepperson@pearlandtx.gov
Joel Hardy
Grants/Special Projects Administrator I Administration
City of Pearland 13519 Liberty Drive I Pearland, TX 77581
P: 281.652.1795
pearlandtx.gov
TOP
WORK
PLACES
2023
How can we better serve you? Take our customer satisfaction survey. Service — The Pearland Way.
From: Stephen Ross <Stephen.Ross@twdb.texas.gov>
Sent: Tuesday, February 21, 2023 11:17 AM
To: Joel Hardy <JHardy@pearlandtx.gov>
Cc: Rajendra Shrestha <RShrestha@pearlandtx.gov>; Veronica Villalobos-Pogue <Veronica.Villalobos-
Pogue@twdb.texas.gov>; Kathy Hopkins <Kathy.Hopkins@twdb.texas.gov>; Cody Ransone
<Cody.Ransone@twdb.texas.gov>
Subject: RE: Reminder: ACTION REQUESTED: City of Pearland Contract 2000012629 (FY2020 FMA)
Good morning Joel,
Thank you for sending this over.
Can you provide an email address for Interim CM Trent Epperson to whom I can address the DocuSign envelop for
execution of this contract?
I've copied the program area staff for their reference.
Thank you,
Stephen
Stephen A. Ross — Contract Specialist
Texas Water Development Board
Stephen.ross@twdb.texas.gov
512-475-1513
Work Hours: Monday through Friday from 8:30 a.m. - 5:00 p.m.
1
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
From: Joel Hardy <JHardy@pearlandtx.gov>
Sent: Tuesday, February 21, 2023 11:08 AM
To: Stephen Ross <Stephen.Ross@twdb.texas.gov>
Cc: Rajendra Shrestha <RShrestha@pearlandtx.gov>
Subject: FW: Reminder: ACTION REQUESTED: City of Pearland Contract 2000012629 (FY2020 FMA)
External: Beware of links/attachments.
Stephen,
This needs to have our City Manager sign. Trent Epperson...per Jan 23 Council action.
RESOLUTION NO. 82023-28
A Resolution of The City Council of the City of Pearland, Texas,
designating Interim City Manager Trent Epperson, and/or his designee, to
accept the terms, conditions and award of funds from the Texas Water
Development Board Flood Mitigation Assistance Program, in the amount of
$499,760.00, for the elevation of two (2) severe repetitive loss, flood prone
properties located within the City limits.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That the City Council hereby designates Interim City Manager Trent
Epperson, and/or his designee, to accept the terms, conditions and award of funds from the
Texas Water Development Board Flood Mitigation Assistance Program, in the amount of
$499,760.00, for the elevation of two {2) severe repetitive loss, flood prone properties located
within the City limits_
PASSED, APPROVED and ADOPTED this the 23niday of January, A.D., 2023.
Joel Hardy
Grants/Special Projects Administrator I Administration
City of Pearland 13519 Liberty Drive I Pearland, TX 77581
P: 281.652.1795
pearlandtx.gov
IT�
WORK
PLACES
la;
How can we better serve you? Take our customer satisfaction survey. Service — The Pearland Way.
From: Rajendra Shrestha <RShrestha@pearlandtx.gov>
Sent: Tuesday, February 21, 2023 10:44 AM
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
To: Joel Hardy <JHardy@pearlandtx.gov>
Subject: FW: Reminder: ACTION REQUESTED: City of Pearland Contract 2000012629 (FY2020 FMA)
Joel,
Please see below. TWDB has my name on the contract matter for executing the contract. Looks like I can sign on the
docusign.
Thank you
Raj
Rajendra Shrestha, P.E.
City Engineer I Engineering & Public Works
2016 Old Alvin Rd I Pearland, TX 77581
P: 281.652.1649I M: 281.635.7081
TOP
WORK
Ii2 iij
PLACES
2023
From: Stephen Ross <Stephen.Ross@twdb.texas.gov>
Sent: Tuesday, February 21, 2023 10:41 AM
To: Rajendra Shrestha <RShrestha@pearlandtx.gov>
Cc: Veronica Villalobos-Pogue <Veronica.Villalobos-Pogue@twdb.texas.gov>; Kathy Hopkins
<Kathy.Hopkins@twdb.texas.gov>
Subject: FW: Reminder: ACTION REQUESTED: City of Pearland Contract 2000012629 (FY2020 FMA)
Good morning Rajendra,
I requested the signatory information from the Contract Manager and was provided your name as the most recent
signatory for Pearland.
Please advise if there is a new signatory for Pearland and we will are glad to correct as necessary.
3
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
For TWDB:
Contract Matters:
Texas Water Development Board
Attention: Contract Administration
P.O. Box 13231
Austin, Texas 78711-3231
Email: contracts@twdb.texas.gov
Payment Request Submission:
Texas Water Development Board
Attention: Accounts Payable
P.O. Box 13231
Austin, Texas 78711-3231
Email: invoice@twdb.texas.gov
Physical Address:
Stephen F. Austin State Office Building
1700 N. Congress Avenue
Austin, Texas 78701
For CONTRACTOR:
Contract Matters:
Rajendra Shrestha
3519 Liberty DR STE 201
Pearland, TX 77581
Email: rshrestha@pearlandtx.gov
Payment Request Submission:
Joel Hardy
3519 Liberty DR STE 201
Pearland, TX 77581
Email: JhardyPpearlandtx.gov
Physical Address:
3519 Liberty DR STE 201
Pearland, TX 77581
IN WITNESS WHEREOF, the PARTIES have caused this CONTRACT to be duly executed.
TEXAS WATER DEVELOPMENT BOARD
CITY OF PEARLAND
Jeff Walker Rajendra Shrestha
Executive Administrator City Engineer, City of Pearland
I have copied the Contract Manager and Program area for their reference.
Thank you and talk to you soon,
Stephen Ross
Stephen A. Ross — Contract Specialist
Texas Water Development Board
Stephen.ross@twdb.texas.gov
512-475-1513
Work Hours: Monday through Friday from 8:30 a.m. - 5:00 p.m.
From: Rajendra Shrestha <RShrestha@pearlandtx.gov>
Sent: Tuesday, February 21, 2023 9:38 AM
To: Stephen Ross <Stephen.Ross@twdb.texas.gov>
Subject: RE: Reminder: ACTION REQUESTED: City of Pearland Contract 2000012629 (FY2020 FMA)
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
External: Beware of links/attachments.
Stephen,
Who is required to sign this contract? Is there a name mentioned in the contract?
Thank you
Raj
Rajendra Shrestha, P.E.
City Engineer I Engineering & Public Works
City of Pearland 12016 Old Alvin Rd I Pearland, TX 77581
P: 281.652.1649
pearlandtx.gov
TOP
WORK
PLACES
2023
How can we better serve you? Take our customer satisfaction survey. Service — The Pearland Way.
From: DocuSign NA3 System <dse NA3@docusign.net>
Sent: Tuesday, February 21, 2023 1:25 AM
To: Rajendra Shrestha <RShrestha@pearlandtx.gov>
Subject: Reminder: ACTION REQUESTED: City of Pearland Contract 2000012629 (FY2020 FMA)
[EXTERNAL EMAIL] This email is from outside the COP organization. DO NOT CLICK links or OPEN attachments unless you recognize
the sender and know the content is safe.
Stephen Ross sent you a document to review and sign.
5
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Stephen Ross
Stephen.Ross@twdb.texas.gov
Attached please find for your review and approval Contract 2000012629 with the City
of Pearland. If you have any questions please contact Veronica Villalobos-Pogue at
512-383-6761.
Thank you,
Stephen Ross - TWDB Procurement & Contract Services
Powered by
Do Not Share This Email
This email contains a secure link to DocuSign. Please do not share this email, link, or access code
with others.
Alternate Signing Method
Visit DocuSign.com, click 'Access Documents', and enter the security code:
8275E4E006D34A81B3FF0C3584B106AA3
About DocuSign
Sign documents electronically in just minutes. It's safe, secure, and legally binding. Whether you're
in an office, at home, on -the -go -- or even across the globe -- DocuSign provides a professional
trusted solution for Digital Transaction ManagementTM
Questions about the Document?
If you need to modify the document or have questions about the details in the document, please
reach out to the sender by emailing them directly.
Stop receiving this email
Report this email or read more about Declining to sign and Managing notifications.
If you are having trouble signing the document, please visit the Help with Signing page on our
Support Center.
Download the DocuSign App
This message was sent to you by Stephen Ross who is using the DocuSign Electronic Signature Service. If you would rather not
receive email from this sender you may contact the sender with your request.
6
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
0 PAYABLE
CONTRACT AMOUNT $ 499,760.00
NEW CONTRACT
0 RECEIVABLE
BOARD APPROVAL DATE (IF APPLICABLE)
Contract No.
2000012629
CONTRACTOR
Pearland, City of
DATE
AND
INITIAL
Procurement & Contract Services
Stephen Ross
p Contract Specialist
0 Assign contract number; Enter contract information into
CAS and Worklog; Assignment Date 11 /03/22
11/04/22
sr
❑ Obtain Budget Coding from Budget Officer for CIF
0 Request TWDB Vendor Set -Up & Direct Deposit Form from
Contractor (need VID for CIF)
0 Prepare Draft contract, CIF, and Letter (if applicable)
PCS Approval
■ Cameron Turner • Sherry Jackson
Do FFATA, HB 1295 or IT Requirements apply? *Yes ❑ No
Manager/Director, Contracting and Purchasing reviews and
approves
ct
12/21/22
General Counsel
I 1 Kaye Schultz
Contract Attorney reviews and approves
Comments:
KS
11/28/
2022
Program Area
Veronica Villalobos-Pogue
Contract Manager reviews and approves
Provide contractor e-mail information for signatory and others
who require a copy of the executed contract
EMAIL ADDRESSES:
dcoker@pearlandtx.gov
vvp
12/15/22
CI Kathy Hopkins
Program Manager reviews and approves 12/22/20220
0 Glenn Jennings
❑ Shanna Packer
❑ Loren Sammon
❑
Budget Officer verifies Fund, Object of Expense, MOF,
Department Code, PCA, Work Number, and Fiscal Year
information
See CIF
gl
11-22-22
srey
11-22-22
Review Budget Entry
•
•
• April Weiss (Receivable)
Review and Comment if needed
EE
11/22/22
el Eldrisha Eubanks (Payable)
• Letty Molina
❑ Carla Guthrie
El Temple McKinnon
El Darrell Tompkins
0 Saul Nuccitelli
El Clay Schultz
❑ Mark Wyatt
El
Division Director reviews and approves
SN,
11/21/22
❑ Ashley Harden
El Edna Jackson
E John Dupnik
E Rebecca Trevino
E Richard Wade
E Jessica Pena
Deputy Executive Administrator/CFO reviews, approve a d
signs transmittal letter (if delegated; <$25,000) 1
PCS
Stephen Ross
0 Verify/Accept internal review comments
0 Upload executed contract into CAS
0 Update all pertinent fields in CAS
0 Update Worklog
0 Move files to Active Contracts Folder
Contract Specialist
By signing this form, you are certifying that this packet and its contents meet with your approval
Updated 8/24/2021
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
DocuSign
Certificate Of Completion
Envelope Id: DF8BDBF8C1AA4CC3AB572589660EF635
Subject: Contract 2000012629 - City of Pearland (FY2020 FMA)
Source Envelope:
Document Pages: 156
Certificate Pages: 7
AutoNav: Enabled
Envelopeld Stamping: Enabled
Time Zone: (UTC-06:00) Central Time (US & Canada)
Signatures: 8
Initials: 5
Status: Sent
Envelope Originator:
Stephen Ross
Stephen.Ross@twdb.texas.gov
IP Address: 208.87.239.180
Record Tracking
Status: Original
12/21/2022 3:52:13 PM
Security Appliance Status: Connected
Storage Appliance Status: Connected
Holder: Stephen Ross
Stephen. Ross@twdb.texas.gov
Pool: FedRamp
Pool: Texas Water Development Board
Location: DocuSign
Location: DocuSign
Signer Events
Signature
Timestamp
April Weiss
April.Weiss@twdb.texas.gov
TWDB
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
April Weiss
April.weiss@twdb.texas.gov
TWDB
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Cameron Turner
Cameron.Turner@twdb.texas.gov
Director
TWDB
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Glenn Jennings
Glenn.Jennings@twdb.texas.gov
Budget
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Signature Adoption: Pre -selected Style
Using IP Address: 208.87.239.180
Signature Adoption: Pre -selected Style
Using IP Address: 208.87.239.180
Signature Adoption: Drawn on Device
Using IP Address: 104.49.209.8
Signed using mobile
Signature Adoption: Pre -selected Style
Using IP Address: 208.87.239.180
Sent: 12/21/2022 4:44:33 PM
Viewed: 12/21/2022 5:14:48 PM
Signed: 12/21/2022 5:15:57 PM
Sent: 12/27/2022 12:41:54 PM
Viewed: 12/28/2022 5:40:31 PM
Signed: 12/28/2022 5:42:06 PM
Sent: 12/21/2022 4:44:32 PM
Viewed: 12/21/2022 5:03:03 PM
Signed: 12/21/2022 5:04:58 PM
Sent: 12/21/2022 4:44:32 PM
Viewed: 12/22/2022 7:17:46 AM
Signed: 12/22/2022 7:17:53 AM
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Signer Events
Signature Timestamp
K C Hopkins
Kathy.Hopkins@twdb.texas.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Accepted: 5/9/2021 12:23:55 PM
ID: 705b879c-7668-484a-9ce3-2838fa70c3b6
Kaye Schultz
kaye.schultz@twdb.texas.gov
Attorney
TWDB
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Veronica Villalobos-Pogue
Veronica.Villalobos-Pogue@twdb.texas.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Letty Molina
Letty.Molina@TWDB.texas.gov
Finance Manager
TWDB
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Saul Nuccitelli
Saul.Nuccitelli@twdb.texas.gov
Director
Water Science & Conservation
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Sergio Rey
Sergio.Rey@twdb.texas.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Signature Adoption: Pre -selected Style
Using IP Address: 70.122.18.242
z1t Sc s)
Signature Adoption: Pre -selected Style
Using IP Address: 208.87.239.180
Vt k V;ll4 oa-Po�.t
Signature Adoption: Pre -selected Style
Using IP Address: 208.87.239.180
Signature Adoption: Pre -selected Style
Using IP Address: 172.56.89.184
Signed using mobile
�AIA� iv%G(dit, ti
Signature Adoption: Pre -selected Style
Using IP Address: 208.87.239.180
Signature Adoption: Pre -selected Style
Using IP Address: 208.87.233.201
Sent: 12/21/2022 4:44:33 PM
Viewed: 12/22/2022 7:33:35 AM
Signed: 12/22/2022 7:33:52 AM
Sent: 12/21/2022 4:44:33 PM
Viewed: 1/2/2023 8:50:53 AM
Signed: 1/2/2023 8:51:11 AM
Sent: 12/21/2022 4:44:34 PM
Viewed: 12/29/2022 12:42:29 PM
Signed: 12/29/2022 12:42:41 PM
Sent: 1/2/2023 8:51:21 AM
Viewed: 1/3/2023 9:09:18 AM
Signed: 1/3/2023 9:10:03 AM
Sent: 1/2/2023 8:51:21 AM
Viewed: 1/2/2023 10:44:29 AM
Signed: 1/2/2023 10:44:49 AM
Sent: 1/2/2023 8:51:21 AM
Viewed: 1/2/2023 9:38:08 AM
Signed: 1/2/2023 9:38:16 AM
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Signer Events
Signature
Timestamp
John T. Dupnik
john.dupnik@twdb.texas.gov
Deputy Executive Administrator
TWDB
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Clay Pearson
cpearson@pearlandtx.gov
City Manager
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Amanda Lavin
Amanda.Lavin@twdb.texas.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Jeff Walker
Jeff.Walker@twdb.texas.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
f bU Vt I • ArAiL
Signature Adoption: Pre -selected Style
Using IP Address: 208.87.239.180
Sent: 1/3/2023 9:10:19 AM
Viewed: 1/3/2023 10:26:05 AM
Signed: 1/3/2023 10:26:16 AM
Sent: 1/3/2023 10:26:28 AM
In Person Signer Events
Signature
Timestamp
Editor Delivery Events
Status
Timestamp
Agent Delivery Events
Status
Timestamp
Intermediary Delivery Events
Status
Timestamp
Certified Delivery Events
Status
Timestamp
Carbon Copy Events
Status
Timestamp
Clay Pearson
cpearson@pearlandtx.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Joel Hardy
jhardy@pearlandtx.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
DocuSign Envelope ID: 0C328612-4DFF-46AE-801 F-08D1C94EB63A
Carbon Copy Events
Kathy Hopkins
Kathy.Hopkins@twdb.texas.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Accepted: 5/9/2021 12:23:55 PM
ID: 705b879c-7668-484a-9ce3-2838fa70c3b6
TWDB Contracts Inbox
contracts@twdb.texas.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Veronica Villalobos-Pogue
Veronica.Villalobos-Pogue@twdb.texas.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Darrin Coker
dcoker@pearlandtx.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
April Weiss
April.Weiss@twdb.texas.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Eldrisha Eubanks
Eldrisha.Eubanks@twdb.texas.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Rajendra Shrestha
rshrestha@pearlandtx.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Status Timestamp
Witness Events Signature
Notary Events Signature
Envelope Summary Events Status
Envelope Sent Hashed/Encrypted
Payment Events Status
Electronic Record and Signature Disclosure
Timestamp
Timestamp
Timestamps
12/21/2022 4:44:34 PM
Timestamps
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A PM
Parties agreed to: K C Hopkins, Kathy Hopkins
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
From time to time, Texas Water Development Board (we, us or Company) may be required by
law to provide to you certain written notices or disclosures. Described below are the terms and
conditions for providing to you such notices and disclosures electronically through the DocuSign
system. Please read the information below carefully and thoroughly, and if you can access this
information electronically to your satisfaction and agree to this Electronic Record and Signature
Disclosure (ERSD), please confirm your agreement by selecting the check -box next to 'I agree to
use electronic records and signatures' before clicking `CONTINUE' within the DocuSign
system.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available
electronically to you by us. You will have the ability to download and print documents we send
to you through the DocuSign system during and immediately after the signing session and, if you
elect to create a DocuSign account, you may access the documents for a limited period of time
(usually 30 days) after such documents are first sent to you. After such time, if you wish for us to
send you paper copies of any such documents from our office to you, you will be charged a
$0.00 per -page fee. You may request delivery of such paper copies from us by following the
procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time
change your mind and tell us that thereafter you want to receive required notices and disclosures
only in paper format. How you must inform us of your decision to receive future notices and
disclosure in paper format and withdraw your consent to receive notices and disclosures
electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed at which we can complete certain steps in transactions with you and delivering services to
you because we will need first to send the required notices or disclosures to you in paper format,
and then wait until we receive back from you your acknowledgment of your receipt of such
paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to
receive required notices and consents electronically from us or to sign electronically documents
from us.
All notices and disclosures will be sent to you electronically
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through the DocuSign system all required notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided or made
available to you during the course of our relationship with you. To reduce the chance of you
inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
How to contact Texas Water Development Board:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To contact us by email send messages to: darrell.tompkins@twdb.texas.gov
To advise Texas Water Development Board of your new email address
To let us know of a change in your email address where we should send notices and disclosures
electronically to you, you must send an email message to us at darrell.tompkins@twdb.texas.gov
and in the body of such request you must state: your previous email address, your new email
address. We do not require any other information from you to change your email address.
If you created a DocuSign account, you may update it with your new email address through your
account preferences.
To request paper copies from Texas Water Development Board
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an email to darrell.tompkins@twdb.texas.gov and
in the body of such request you must state your email address, full name, mailing address, and
telephone number. We will bill you for any fees at that time, if any.
To withdraw your consent with Texas Water Development Board
To inform us that you no longer wish to receive future notices and disclosures in electronic
format you may:
DocuSign Envelope ID: 0C328612-4DFF-46AE-801F-08D1C94EB63A
i. decline to sign a document from within your signing session, and on the subsequent page,
select the check -box indicating you wish to withdraw your consent, or you may;
ii. send us an email to darrell.tompkins@twdb.texas.gov and in the body of such request you
must state your email, full name, mailing address, and telephone number. We do not need any
other information from you to withdraw consent.. The consequences of your withdrawing
consent for online documents will be that transactions may take a longer time to process..
Required hardware and software
The minimum system requirements for using the DocuSign system may change over time. The
current system requirements are found here: https://support.docusign.com/guides/signer-guide-
signing-system-requirements.
Acknowledging your access and consent to receive and sign documents electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please confirm that you have
read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for
your future reference and access; or (ii) that you are able to email this ERSD to an email address
where you will be able to print on paper or save it for your future reference and access. Further,
if you consent to receiving notices and disclosures exclusively in electronic format as described
herein, then select the check -box next to 'I agree to use electronic records and signatures' before
clicking `CONTINUE' within the DocuSign system.
By selecting the check -box next to 'I agree to use electronic records and signatures', you confirm
that:
• You can access and read this Electronic Record and Signature Disclosure; and
• You can print on paper this Electronic Record and Signature Disclosure, or save or send
this Electronic Record and Disclosure to a location where you can print it, for future
reference and access; and
• Until or unless you notify Texas Water Development Board as described above, you
consent to receive exclusively through electronic means all notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided
or made available to you by Texas Water Development Board during the course of your
relationship with Texas Water Development Board.