Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Back-Up Documents
DocuSign Envelope ID: 43DF5D4E-90CA-4704-8B3E-58F3ADE34B63 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Fire -Rescue DEPT. CONTACT PERSON: Maria T. Martinez EXT. 1672 NAME OF OTHER CONTRACTUAL. PARTY/ENTITY: "State of Florida Division of Emergency management" IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES X NO TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? ❑ YES X NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT 0.. PROFESSIONAL SERVICES AGREEMENT IA GRANT AGKEEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT ❑ PUBLIC WORKS AGREEMENT IT MAINTENANCE AGREEMENT ENTER -LOCAL r-i u HV1<i1ElY1E1r 1 ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY PURPOSE OF ITEM (BRIEF SUMMARY): To extend UASI FY 2021 until July 31, 2024. COMMISSION APPROVAL DATE: 2/24/2022 FILE ID: 11336 ENACTMENT NO.: R-22-0078 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ®° �a.�! '� ' - Date PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR 4112/23 PRINT: Ty McGann, AFC SIGNATURE: fre____ SUBMITTED TO RISK MANAGEMENT 4/12/23 PRINT: ANN - MARIE SHARPE SIGNATURE: SUBMITTED TO CITY ATTORNEY (JCP 123-1006) 5/6/23 PRINT:. VICTORIA MENDEZ SIG T 3L • uan C. P rez APPROVAL BY ASSISTANT CITY MANAGER PRI T: SIGNATURE: RECEIVED BY CITY MANAGER May 10, 2023 PRINT: ART NORIEGA I 15:20:21 E aocu&igned by: SIGNATURE: Qnitt,wc fotwity. 1) ONE ORIGINAL TO CITY CLERK, 2) ?*COPY TO CITY .A. NI OFFICE, 3) REMALNING'`ORIGINAL(S);`TO ORIGINATING DEPARTMENT PRINT: SIGNATURE: INT: SIGNATURE: PRINT: SIGNATURE: PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER DocuSign Envelope ID: 43DF5D4E-90CA-4704-S133E-58F3ADE34B63 MODIFICATION #1 TO SUBGRANT AGREEMENT BETWEEN THE DIVISION OF EMERGENCY MANAGEMENT AND THE CITY OF MIAMI This Modification is made and entered into by and between the State of Florida, Division of Emergency Management ("the Division"), and the City of Miami ("Recipient"), to modify Contract Number R0521, which began on June 27, 2022 ("the Agreement"). WHEREAS, the Division and the Recipient have entered into the Agreement, pursuant to which the Division has provided a subgrant to Recipient under the State Homeland Security Grant program of $14,012,500.00. 1nILJI rD A c +1-... A.,w.....-...-..-.r .. .•, .,r `�� �][l7`2• .�.,r,l 4 V I ILI \LP'LV, Li Ic /-\l�. l cc! 1 !GI IL GANII GO VI 1 V6VGI I I..ie 3 1 , 2023; and, WHEREAS, the Division and the Recipient desire to extend the terms of the Agreement; and, WHEREAS, the Division and the Recipient desire to modify the Agreement; and, WHEREFORE, in consideration of the mutual promises of the parties contained herein, the parties agree as follows: 1. Paragraph 8 of the Agreement is hereby amended to read as follows: This Agreement shall begin on upon execution of both parties and shall end on July 31, 2024, unless terminated earlier in accordance with the provisions of Paragraph (17) of this Agreement. Consistent with the definition of "period of performance" contained in 2 C.F.R. §200.77, the term "period of agreement" refers to the time during which the Sub - Recipient "may incur new obligations to carry out the work authorized under" this Agreement. In accordance with 2 C.F.R. §200.309, the Sub - Recipient may receive reimbursement under this Agreement only for "allowable costs incurred during the period of performance." In accordance with section 215.971(1)(d), Florida Statutes, the Sub - Recipient may expend funds authorized by this Agreement "only for allowable costs resulting from obligations incurred during" the period of agreement. 2. All provisions not in conflict with this Modification remain in full force and effect and are to be performed at the level specified in the Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Modification as of DocuSign Envelope ID: 43DF5D4E-90CA-4704-883E-58F3ADE34B63 the dates set out below. RECIPIENT: THE CITY OF MIAMI FJ cu5igned by; By:bitkiNeste�a 3.,OCFOC372DD42A... Nnmd nnri Tiflc Date: A ,.,6 L....,. A1RA I-I1 MU! etlU11 .14CA, 'i[y !vial id -j i May 10, 2023 1 15:20:21 EDT DIVISION OF EMERGENCY MANAGEMENT Digitally signed by Linda McWhorter %�' '1 DI: dr-oog, dwfeoc, ou=DEM Users. Linda McWhorter horter-.om=Preparedness,cn-Linda McWhorter, a11=LInda.McWhorterldem.mylIonda corn By: Detc 2923.06.22180204-04.00' for: Name and Title: Kevin Guthrie, Director Date: See e-signature above DocuSign Envelope ID: 43DF5D4E-90CA-4704-8B3E-58F3ADE34B63 ATTEST: DocuSigned by: r--bacuSigned by: Todd B. Hannon City C _-' t;i�l n APPROVED AS TO FORM AND CORRECTNESS By: ictoriMendez City Attorney (JCP 123-1006 - UASI FY 2021 - Modification #1 - City of Miami) THE CITY OF MFAMI, a municipal Corporation of the State of Florida boeuSlgned by: Qv tuAr Norm , S6F6GS72 i?42A.,. Arthur Noriega r:i. nn i,iLy ivlZiuciiEir APPROVED AS TO INSURANCE REQUIREMENTS By: Ann -Marie Sharpe, Director Department of Risk Management Counterparts and Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF or other email transmission}, which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. • e sat St# FASSIF IT SF 0 IA ORIGINATING DEPARTMENT; Fire.gescue DEPT. CONTACT PERSON: Maria T. Martinez NAME OF OTHER CONTRACTUAL PARTY/ENTITY; '$tatejordaDjdslooEmer Management", IS TIM AGREEMENT A usuLT OF A COMPETITIVE PROCUREMENT PROCESS? LJ YES X NO TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? 0 YES X NO CITY OF MUMI DOCUMENT ROUTING FORM TYPE OF AGREEMENT: o MANAGEMENT AGREEMENT PROFESSIONAL SERVICES AGREEMENT X GRANT AGREEMENT 0 EXPERT CONSULTANT AGREEMENT 0 LICENSE, AGREEMENT EXT. 167g PUBLIC WORM AGREEMENT MAINTENANCE AGREEMENT j INTER -LOCAL AGREEPPorr Lj LEASE AGREEMENI' 0 PURCHASE,' OR SALE AGREEMENT 0111E,Rz (PLEASE SPECIFY PURPOSE OF ITEM (BRIEF SUMMARY); TG g5ip,!ilists,the UrIstitt.Aro_h Int tem r e 0 " COMMISSION APPROVAL DATE: 2/24/2022 FILE 11): 1.13 0 ENACTMENT NO.: 122 Q07 IF THIS DOES NOT fkEQU1RE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUtING.INFORMATiO „ Date PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR SUBM1TTD TO RISK MANAGEMENT SUBMITTED TO CJTY ATTORNEY 2/23/22 P2-11"rn Ty MoGann, AFC SI(NATURE: irp,,,e__ PRINT; ANN - MBAR SHARPE SIGNATURE: Terry OFS.S#IZAZAM#01 41191' PUNT: VICTORIA MENDEZ SIGNATURE: IMF MID 2.2-SOK APPROVAL BY A ISTANT CITY MANAGR PRINT: SO-NATURE RECEIVEDBY CITY ANAGER PRIN ; ART NO , 1' .A SiGNATU1 , 1 i • 1) ONE ORIGINAL TO CITY CLERK, 2) ONE COPY TO CITY ATTORNEY'S OFFICE, 3) REMAINING ORIGINAL(S) TO,ORIGINATING DEPARTMENT ; SIGNATURE Pit INT: SIGNA ruIZE: PRIN'r: SlCNATun: PLEASE ATTAC THIS ROUTING FORM TO ALL DOCUMENTS THAT EXECUTION BY THE CITY MANAGER U RE AGENDAl�'r�llll t ..1w[l�II Y By( File in: f1't 33$ bate: Out oi2O2g commission Meeting Date: 92/24f422 Requesting equestang Department: Dereiri men of rkne- Rescue Sponsored Sy: District lmpaotod: ll Type: Resolution Subject: I! l� cl v ¶ U b re ur' I itiat v r t Pro rn Purreose of em; Resolution to establish a Special Revenue Fund titled: "Urban Area Security Initiative ("UASI") Grant Program FY 202r, appropriating fuw de in the amount of $14,O12,50 ,00 received from the Department of Homeland Security, passed directly through the State of Florida Division of Emergency Management and authorizing the City Manager to execute Memoranda of Agreements ("MOA"s) with Writig ous partners, oetiining their responsibilities in connection with their support of the UASI Project administered by the City of Miami Department of Fire-Reeouta. Background of Item,,; The United States Department of Homeland Security, through the State of Florida, Division of Emergency Management (`'OEM"), has sub -granted the Urban Area Se owity initiative ('"UASI") Grant Program FY 2021 to the City of Miami and oontigiroeis partners in the amount of $t 4,012,50O.O0. This program targets homeland security funding to "high threat" urban areas in order to prevent, respond to, and recover from threats or acts of terrorism and other disasters of natural or manemade origin, These funds will be used, as stipulated by the grant, for the purchase of specialized equipment, to conduct exercises, tralnincg and administrative services, ard for the development of the Urban Area Homeland Security Strategy, and ether planning activities, needed to ensure a successful program. It is now appropriate to accept said grant award, establish a special revenue project, and appropriate said grant award therein. In addition, the City Commiselon authorizes the City Manager to execute Memoranda of Agreements ("MOA's) with contlgucus partners, Broward County Emergency Management, froward County Sheriff's Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Mlaml Beech, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County (Fire, Police and Emergency Management), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sheriff's Office, the Village of Key Biscayne, and regional projects shared across the entire region that Include the Members listed above as well as Florida Department of Law Enforcement, seating forth the parties' responsibilities in connection with the development and support of the UASI Program FY 2021, which Is administered by the City of Miami Department of Fire. Rescue, atymt imnaet.Analvatat item is Related to Revenue Item is an Expenditure Item le NOT funded lay Bonds Total Fiscal impact: Total Fis, al lyri c#;, 1 4,01.2,600.00 ?tart Up Cebital Cos4$14,012, 00,O0 $pP .I.I ClevrnuW Moo r kl' 46 7_4 nn_ aeon() eja non nnttn tnnrin ...,_ Reyiew9c1 IC3y Department of Fire-Reeoue Department of Fire,Resouo Department of film-1esoue Office of Management and Budget °Oioe of Management and Budget Legislative (Wotan City Manager's Office Office oftho City Attorney O1ilae of the City Attorney Office of the CttyAttorney City Com roIsslon Ty McGann Johnny Duran May Gerold Pedro Leong Marie Go* Valentin J Alvarez Arthur Norlega V Thome M. Reeler Berneby L. Min Vtatoria Mdndea Ma daemon Lopez Fire Department Rovlaw Fire Budget Review Fire Chief review Budget Analyst Review Buat Review Legislative Division Rev/eV!! City Manager Review ACA Review Deputy City Attorney Review Approved Form and Correctness Meeting Completed 01/10/2t122 11:24 AM Completed 01 /10/202211,x7 AM Completed 02/02/202210;64 AM Completed U2/03/20221:28 PM Completed 0210312022 0:24 PM Completed 02103/2022 3:40 PM Completed 02/04/20220:24AM Completed 02/1012022 Q:10 PM Complato# 02/10/2022 6:17 PM Completed 02/14/2022 B:10 PM Completed 02/2412022 9:00 A City of Miami Legislation Resolution Enactc t Number: P}_22-QO73 ment �a�iri,naa•+. or,ai,-.ra�x � filly Hall MOO Pan American Dri'n Miami, FL 33'133 www,misrelo .warn Pile Number: 11336 Final Action Date:2/24/2022 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENTS, ESTABLISHING A NEW SPECIAL REVENUE PROJECT TITLED "URBAN AREA SECURITY INITIATPIE ('UASI') GRANT PROGRAM FISCAL YEAR 2021" AND APPROPRIATING FUNDS FOR THE OPERATION OF THE SAME IN THE AMOUNT OF $14 01200.00 CONSIS T iNG OF A GRANT Fr Oivi THE UNITED STATES DEPARTMENT OF HOMELAND SECURITY DIRECTLY TO THE STATE OF FLORIDA'S niVISION OF EMERGENCY MANAGEMENT ("GRANT AWARD"); AUTHORIZING THE CITY MANAGED TO ACCEPT THE GRANT AWAlgD AND TO EXECUTE THE FEDERALLY -FUNDED SUSGRANT AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER NECESSARY DOCUMENTS, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, IN ORDER TO IMPLEMENT THE ACCEPTANCE OF AND COMPLIANCE WITH THE GRANT AWARD; AUTHORIZING THE CITY MANAGER TO EXTEND THE FISCAL YEAR 2021 UASI GRANT PROGRAM, AS NECESSARY; AUTHORIZING THE EXPENDITURE OF FUNDS TO VARIOUS GOVERNMENTAL AGENCIES DESIGNATED FOR HOMELAND SECURITY EXPENSES PURSUANT TO THE UASI GRANT GUIDELINES; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE MEMORANDA OF AGREEMENTS, IN SUBSTANTIALLY THE ATTACHED FORM, WITH CONTIGUOUS PARTNERS OF THE CITY OF MIAMI ("CITY") SETTING FORTH THE PARTIES' RESPONSIBILITIES IN CONNECTION WITH THE DEVELOPMENT AND SUPPORT OF THE UAW PROJECT ADMINISTERED BY THE CITY'S DEPARTMENT Or FIRE, -RESCUE, CONTINGENT UPON FUNDING OF THE PROJECT BEING SECURED, WHEREAS, the United States Department of Homeland Security ("USDHS) is authorizer by the Emergency Wartime Supplemental Appropriations Act of 2003 to provide funds to states for subsequent distribution to selected urban areas to address the unique equipment, training, planning, exercise, and operational needs for large urban areas and to assist states In building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or cots of terrorism; and WHEREAS, the USDHS, through the State of Fterida's DIvteton of E.r ergenoy Management ("FDEM"), has sub -granted an Urban Area Security Initiative ("UASI") Grant Program for Fiscal Year ("FY") 2021 to the City of Miami ("City") In the amount of $14,012,633 SX1('Grant"); and WHEREAS, the City Department of Fire -Rescue („Fire") will use the Grant to continue to address the unique equipment, Training, planning, exercise, and operational needs of the City and Its oontlguaus partnars and to continue building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism ("Project"); and WHEREAS, in accordance with the UASJ Grant Program FY 2021, the attached Memoranda of Agreements ("MCAs") with the oontiguous partners of the City, including l roward County Emergency Management, Browarrt County Sheriff's Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the Clty of Hialeah, the City of Holiyweed, the Clty of Miami Beach, the Clty of Miami Gardens, the City of Miramar, the Clty of Pembroke € roes, the City of Sunrise, Miami -Dade County (Fire, Pollee and Emergency MVlanagement), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sheriff's Office, the Village of Key Biscayne, and the Florida Department of Law Enforcement (collectively "Contiguous Partners"), will sat forth the parties' responsibilities in oonneot on with the development and support of the FY 2021 tJASI Grant Program Eldmrnlstered by Fire contingent upon funding of the Project being secured; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSCN of THE CITY OF R IC AKAI r, IVIkPItviI, rLjr i ir!. Section 1. The reoltals and findings contained in the Preamble to this Resolution ere adopted by reference and incorporated as if fully set forth In this Section. Section 2, The following new Special Revenue Project is established and resources are appropriated es described below: FUND TITLE: UASI Grant Program Fiat Year 2021 RESOURCES: USDHS direotly to FDEM $14,012,500,00 APPROPRIATIONS: $14,012,500,00 Section 3, The City Manager is authorized to accept the Groat and to execute the federally funded sub -grant agreement, in substantially the attached form, for the Project. Section 4, The City Manager is further authorized 1 to negotiate and execute any and an other necessary documents, all in forms acceptable to the City Attorney, In order to Implement the acceptance of and compliance with the Grant. Section 5. The City Manager is further authorized' to extend the FY 2021 UAS1 Grant Program, as necessary. Section S. The City Manager is authorized1 to execute MOAe, In substantially attached form, with the Contiguous Partners of the City for the purpose of setting forth the parties' responsibilities in connection with the development and s.ipport of the FY 2021 UASI Grant Program administered by Flre contingent upon funding of the Project being secured. Sootier 7, This Resolution shall become effective Immediately upon its adoption and signature of the Mayor.2 1 The herein autliorizallon Is further subject to compliance with all legal requirements that may be imposed, Including but not limited to Those prescribed by appiltaable City Chartsr aria Cfity Cods provisions. 2 If the Mayor does not sign this Resolution, It shall become effective et the and of ten calendar days from the date it was passed end adopted. If the Meyer vetoes this Resolution, it shall become effective immediately upon override cf the veto by the City Commission. APPROVED AS TO FORM AND CORRECTNESS: ArTEST; APPROVED AS TO FORM AND CORRECTNESS By; rU rIdez City Attorney TMF MIO22-501< For Contract No, R0521 THE CITY OF MIAMI, a municipal Corporation of the State of Florida Arthur No I City Manager APPROVED AS TO INSURANCE REQUIREIVIENTS By: Ann- Depart Management Counterparts and Oactronic Signaturas. "This Agreement may be executed in any number of counterparts, each of which so executed shall be deemed to be nn orIr,and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign arid transmit an electronic signature of this Agreement (whether by facsIrni)e. PDF or other email trarwmission), which signature shall be bindirsit on the party whose name Is contained therein. Any party providing ail electrOnic signature agrees to promptly execute and deliver to the other partien an original signed Agreement upon request, FUND Tim: Urban Area Security Initiative r$UAS1 Grant Program FY 2Q21 RESOURCES; Department of Homeland WI trity (°'Dl-RS1 directly to the State of Florida Division of Ernerger►cy Management ("EOM") $14,014500.00 APPROPRIATIONS: $14,012,5OfLOO Exhibit #1 Contract Number: R0521 FEDERALLY FUNDED SUBAWARD AND GRANT AGREEMENT 2 C.F.R, §200.1 states that a "subaward may be provided through any form of legal agreement, including an agreement that the pass -through entity considers a contract." As defined by 2 C.F.R. §200.1, "pass -through entity" means "a non -Federal entity that provides a subaward to a Sub -Recipient to carry out part of a Federal program." As defined by 2 G.F.R. §200.1, "Sub -Recipient" means "a non -Federal entity that receives a subaward from a paaa-through entity to carry nl It part of a FAd erat award." As defined by 2 C.F.R, §200.1, "Federal award" means "Federal financial assistance that a non -Federal entity receives directly from a Federal awarding agency or indireotiy from a pass -through entity" As defined by 2 C.F.R. §200.1, "subaward" means "an award provided by a pass -through entity to a Sub - Recipient for the Sub -Recipient to carry out part of a Federal award received by the pass -through entity." The following information Is provided pursuant to 2 C.F.R. §200.332: Sub -Recipient's name: Sub -Recipient's unique entity identifier: Federal Award Identification Number (FAN): Federal Award Date: subaward Period of Performance Start and End Date: Amount of Federal Funds Obligated by this Agreement: Total Amount of Federal Funds Obligated to the Sub -Recipient by the pass -through entity to Include this Agreement: Total Amount of the Federal Award committed to the Sub -Recipient by the pass -through entity: Federal award project description (see FFATA): Name of Federal awarding agency: Name of pass -through entity: Contact information for the pass -through entity: Catalog of Federal Domestic Assistance (CDFA Number and Narne Whether the award is R&D: Indirect cost rate for the Federal award: 1 of Miami Fire Rescue 11 kT -g itc,PLS EMW-2021-SS-00056-S01 9/1 /2021 — 08/31/2024 DOE — 12/3112023 $14,012,500.00 $23,701,785.18 $14,012,500.00 See Article 1, Agreement Articles Dept. of Homeland Security EL. Division of Emergency Mgmt. 2555 Shumard Oak Boulevard Tallahassee, Florida 32399 97.067-Homeland Seourity Grant Program N/A 21.40% THIS AGREEMENT is entered Into by the State of Florida, Division of Emergency Management, with headquarters in Tallahassee, Florida (hereinafter referred to as the "Divreion"), and City ofl1iaml Fire Rescue, (hereinafter referred to as the "Suls.Reclplent"). For the purposes of this Agreement, the Division serves as the passathrough entity fora Federal award, and the sub -Recipient serves as the recipient of a subaward. THIS AGREEMENT 1S ENTERED INTO BASED ON THE FOLLOWING REPRESENTATIONS; P, The Sub•C eoiplent represents that ft le fully qualified and eligible to receive these grant funds to provide the services identified herein; D. The State of Florida received these grant funds from the Federal government, and the Division has the authority to subgrant these funds to the Sub -Recipient upon the terms and conditions outlined below; end! C. The Division has statutory authority to disburse fine funds under this Agreement, THEREFORE, the Division and the Sub•Reciptent agree to the foliowtlrrg (1) ?.. .GAI!ON1.D%" A� i ls2J §Ag E ELIT, 2 C.P,R §200,$02 provides, "Each slate must expend and account for the Federal award in accordance with state taws and prooedures roc expending and accounting for the slate's own funds," Therefore, section 215,971, Florida Statutes, en titled'Agreementsfunded with federal or state assistance", applies to this Agreement. (2) J.A1fWW, RULES, OaUL IQ igN.2PC711CIRS a. The SubReoipierr1's performance under this Agreement Is subject to 2 C.F.R, Part 200, entitled "Uniform fidministrr tine Requirements, Cost Principles, end Audti Requirements for Federal Awards," b, As required by Section 215,971(1), Florida Statutos, this Agreement includes; I. A provision specifying a scope of work that clearly establishes the tasks that the Bub -Recipient is required to perform. it. A provision dividing the agreement into quantifiable untie of deliverables that must be received end accepted in writing by the Division before payment. Each deliverable must be directly related to the scope of work and specify the required minimum level of service to be performed and the criteria for evaluating the successful completion of each deliverable, A provision specifying the financial consequences that apply if the Sub - Recipient fails io perform the minimum lever of service required by ilia agreement, lv. A provision specifying that the Sub -Recipient may expend funds only for allowable costs resulting from obiigetions incurred during the specified agresrnent period, v, A provision specifying that any balance of unobilgated funds which has been advanced or paid must be refunded to the Division, 2 vl, A provision specifying that any funds paid in excess of the amount to which the Svb�Reolplent is entitled under the terms and conditions of the agreement roust be refunded to the Division. C. In addition to the foregoing, the Sub -Recipient and the Division shah be governed by elf applicable State end Federal laws, rules and regulations, Including those identified In Attachment D, Any express reference in this Agreement tO a particular statute, rule, or regulation in no way irmilee that no other statute, rule, yr regulation applies, (3) pONTACT a, In ecoordance with section 215.974 (2), Florida Statutes, the DIVIBIOMi Grant Manager shall be responsible for enforcing performance of this Agreement's terms and conditions and shalt serve es the Division's Itelson with the SubAeciplent, As part of hlsJher duties, the Grant Manager for the Division shall: I. Monitor and document Sub -Recipient performance; and, II, Review and document all deliverables for which the Sub-Reclplant requests payment, b, The Division's Grant Manager far this Agreement, 4s. Chapde Jenkins 55 Shurrfard Clak Soulavfrd 7"alishassge, Fjorida Telephone.. (a ) 1S»q�4 E.ALCharadejs_aji �sCr em,mvFla��a„carn c, The name and address of the Representative of the Sub -Recipient responsible for the administration of this Aprs+ement Asat Fire Chief f obert He la 444 SW 2nd AtA,1Qth Floor Mlaml, FL 33130 Telephone; a00-416-6442 Fax: 306,400-634B ErneR: RobHevtaamlamlgnv,com d, In the event thgt different representatives or addresses are designated by either party after execution of this Agreement, notice of the name, title and address of the new representative will be provided to the ether party. (4) TcRWIZ„al. C 7ND1MO41S This Agreement contains ell the terms and conditions agreed upon by the parties. (5) EXECUTION This Agreement may be executed in any number of counterparts, er3y one of which may be taker, as an ariglrral. 3 (6) MODIFICATtN Either party may request modification of the provisions of this Agreement. Changes which are agreed upon shall be valid only when in writing, signed by each of the parties, and attached to the arigieel of this Agreement. (7) SCOPE OF WORK, The Sub -Recipient shall perform the work in accordance with the Budget and Scope of Work, Attachments A and B of this Agreement. (8) PERIOD OF AGREEMENT. This Agreement shall begin upon execution by both parties and will end December 31, 2023, unless terminated earlier in accordance with the provisions of Paragraph (17) of this Consistent with the definition of "period s performance" contained C.F.R.R 1 Agreement. ll.. ui7j 7^�iS L�Pii �W till the �ti�+l li iili[)n ¢.Fs�rlVi.! of pw+ii ViPiiuPrt•�, 4us iccus iau In 2 •.ss -��yr-vu. �, the term "period of agreement" refers to the time during which the Sub -Recipient "may incur new obligations to carry out the work authorized under' this Agreement. In accordance with 2 C.F.R. §230.1, the Sub - Recipient may receive reimbursement under this Agreement only for "'allowable costs incurred during the period of performance." In accordance with section 215.9710)0), Florida Statutes, the Sub.RaoIpient may expend funds authorized by this Agreement "only for allowable costs resulting from obligations incurred during" the period of agreement. (0) .FUNDING a. This Is s cost -reimbursement Agreement, subject to the availability of funds. b. The State of Florida's performance and obligation to pay under this Agreement Is coetingent upon en annual appropriation by the Legislature, and subject to any modification in accordance with either Chapter 218, Florida Statutes, or the Florida Constitution. o. The Division will reimburse the Sub-Recipient,oniy for allowable costs incurred by the Sub -Recipient in the successful completion of each deliverable. The maximum reimbursement amount for each deliverable is outlined ie Attachment A and 13 of this Agreement ("Budget and Scope of Work"). The maximum reimbursement amount for the entirety of this Agreement is $14,012,500. d, As required by 2 C,F,R. §200,4.15(a), any request for payment under this Agreement must include a codification, signed by en official who is authorized to legally bind the Sub -Recipient, which reads as follows: "By Signing this report, E certify to the best of my knowledge and belief that the report is true, complete, and accurate, and the expenditures, disbursements and cash receipts are for the purposes and objectives set forth in the terms and conditions of the Federal award. 1 am aware that any false, fictitious, or fraudulent information, or the omission of any material fact, may subject me to criminal, civil or administrative penalties for fraud, false statements, false claims or otherwise. (U.S, Code Title 18, Section 1001 and Tiiie 31, Sections 3729-3730 and 3801-3312)." e, The Division will review any request for reimbursement by comparing the documentation provided by the Sub -Recipient against a performance measure, outlined In Attachment B, that clearly delineates; 4 ($) MODIFiCATION Either party may request modification of the provisions of this Agreement. Changes which are agreed upon shall be valid only when in writing, signed by each of the pettlee, and attached to the ortglnal of this Agreement, (7) SCOPE OF WQRK, The Sub-Reciplent shalt perform the work In accordance with the Budget end Scope of Work, Attachments A and 13 of this Agreement. (8) AERICaOF AgRE(wMENt. This Agreement shall begin upon execution by bath parties and will end June 3Q, 2023 un1ess terminated earlier in accordance with the provisions of Paregreph (17) of this, Agreement, Consistent with the definition of "period of. performance° contained In 2 C,F,R. §20G.1, the term "period of agreement" refers to the time during which the Sub -Recipient "may Incur new obfigetlens to carry out the work authorized ender* this Agreement, In accordance with 2 C,r,R. poo.i, the Sub -Recipient may receive reimbursement under tills Agreement only for "allowable costs incurred during the period of performance." In accordance with section 216.071(1)(d), Florida Statutes, the Sub -Recipient may expend funds authorized by this Agreement "only for allowable costs resulting from obligations Incurred during" the period of agreement. (9) FUNDING a This le a coat reimbursement Agreement, subject to the avatiat tllty of funds. b. The Stale of Florida's performartce and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature, and subject to any modification In eccordanee with either Chapter 218, Florida Statutes,, or the Florida Constitution. c. The Division will reimburse the Sub -Recipient ran e for allowable costs incurred iby the Sub -Recipient in the successful completion of each deliverable, The maximum reimbursement amount for each delivereble Is outlined In Attachment A and B of this Agreement ("Budget and Scope of Work"), The maximum reimbursement amount for the entirety of this Agreement le $I4,012,500, ci, As required by 2 C.F.R. §200.415(a), any request for payment under this Agreement must include e certification, kind l?v an officle who is authorized to legally bind the Srtb-f aclpier t, which reads as follows° "15y signing this report, i certify to the best of my knowledge and belief that the report is true, cornplete, and accurate, and the expenditures, disbursements and oast, receipts are for the purposes and objectives set forth in the terms end conditions of the Federal award, I am aware that any false, fictitious, or fraudulent Information, or the omission of srly material feel, may subject me to criminal, civil or administrative penalties for fraud, false statements, false claims or otherwise, (U.S. Code Title 18, Section 1001 end Title 31, Sections 3729-373e and 3801-3812)." e. The Division will review any request for reimbursement by comparing the documentation provided by the Sub -Recipient against a performance measure, outlined in Attaohrnent B, that clearly delineates: 4 I. The required minimum acceptable level of service to be performed; and, fl. The criteria for evaluating the eucoessful completion of each deliverable. f. The performance measure required by section 215.911(10), Florida Statutes, remains consistent with the requirement fora 'performance goaN', which is defined in 2 C,F.R, §200,1 as ''a target level of performance expressed ea a tangible, mensureble objective, agalnskwhich actual achievement non be compared.' It else remains consistent with the requirement, contained in 2 C,F.R, §200.329, that the Divielon and the Sub -Recipient "relate financial data to performance goals and objectives of the Federal award." g. If authorized by the Federal Awarding Agency, then the Division will reimburse the Sub-Reolpiertt for overtime expenses in accordance with 2 C.F.R. §200.430 ("Compensation —personal gIErvicosr) and 2 C.h.R fi200A5 1 i' :ornpensatlon—fringe 'emelt—el. If the Sub -Recipient seeks reimbursement for overtime expenses for periods when no work is performed due to vacatlori holiday, illness, failure of the employer to provide sufflefent work, or other similar cause (sae 29 U.S.C, §207(e)(2)), then the Division will treat the expense es a fringe benefit. 2 C.F.R. §2001431(a) defines fringe benefits as "allowances and services provided by employers to their employees as compenestion in addition to regular salaries and wages," Fringe benefits are allowable under this Agreement as long ea the benefits are reasonable and are required by law, Sure -Recipient -employee agreement, or an established policy of the Sub -Recipient, 2 G,F.R. §200.431(b) provides that the cost of fringe benetite in the foram of regular compensation paid to employees during periods of authorized ebsencee from the Job, such es for annual leave, fomfly-related leave, sick leave, holidays, court leave, military leave, adrminietrative leave, and other steelier benefits, are allowable If all of the following criteria ere met: i. They are provided under establiehed written leave pansies, ii. The costs are equitably allocated to all related ectivlkles, including Federal awards, and, ill. The accounting basis (cash or aecruef) selected for costing each type of leave Is consistently followed by the non -Federal entity or specified grouping of employees, if authorized by the Federal Awarding Agency, then the Division will reimburse the Seb-Recipient for travel expenses in accordariee with 2 C.F,R. §200.475. As required by the Reference Guide for State Expenditures, reimbursement for travel must be in accordance with section 112.061, Florida Stetutee, which includes subrnlesion of the claim can the approved state travel voucher, If the Sub - Recipient seeke reimbursement for travel costs that exceed the amounts stated in seoticn 112,051(6)(b), Florida Statutes ($6 for breakfast, $11 for lunch, and 519 for dinner), then the Sub -Recipient must provide documentation that, I, The aorta are reasonable and do not exceed charges normally allowed by the Sub -Recipient in lts regular operations as a result of the Sub-RecIpient's written travel policy; and, li. Participatlon of the Individual Ih the travel Is necessary to the Federal award, 3 I. The Division's grant manager, as required by section 215.971(2)(c), Florida Statutes, shall reconcile and verify all funds received against all funds expended during the grant agreement period and produce a final reconciliations report, The in report must identify any funds paid in excess of the expenditures Incurred by the Sub -Recipient, j. As defined by 2 C.F,R, §2O0.1, the term "Improper payment' means or includes: I. My payment that should not. have been made or that was made in an incorrect amount (including overpayments and underpayments) under statutory, contractual, administrative, or other iegaiiy applicable requirements; and, iI. Any payment to an Ineligible party, any payment far an Ineligible good or service, any duplicate payment, any payment for a good or service not received (except for such payment'. where 1itrilir,r 7,..1 rh/ Inu,l Ein,r na,rmr+nt that rtnpr5 nrtt onrnsInti fr.r i1"1=Yri t 1nr Bnniir_ l�}p discounts, and any payment where insufficient cr lack of documentation prevents a reviewer from discerning whether a payment was proper, k. My advance payment under this Agreement is subject to section 216,181(14 Florida Statutes. The amount of advanced funds may not exceed the expected cash needs of Sub. recipient within the first ninety (9O) days of the terra of this Agreement. if an advance payment is requested, the budget data on which the request is based, and a justification statement shall be included with this Agreement as indicated In Attachment E, Justification of Advance Payment. Attachment 5 roust specify the amount of advance disbursement requested and provide pan explanation of the necessity for and proposed use of the funds. (10)FIECtRt7S a As required by 2 C,F.R. §200,337, the Federal awarding agency, inspectors General, the Comptroller General of the United Stales, and the Division, or any of their authorized representatives, shall enjoy the right of access to any documents, papers, or other records of the Sub -Recipient which are pertinent to the Federal award, in order to maks audits, examinations, excerpts, and transcripts. The right of access also includes timely and reasonable access to the Sub•Reciplent's personnel for the purpose of interview and discussion related to such documents, Finally, the rloht of access is not limited to the required retention period but lasts as long as the records are retained. P. As required by sections 20.955(6)(c) and 215.97(5)(b), Florida Statutes, the Division, tho Chief inspector General of the State cf Florida, tha Florida Auditor General, or any of their authorized representatives, shall enjoy the right of access to any documents, flnanoial statements, papers, or other records of the Sub -Recipient which are pertinent to this Agreement, in order to make audits, examinations, excerpts, and transcripts, The right of access also includes timely and reasonable access to tine Sub -Recipient's personnel for the purpose of interview and discussion related to such documents. o. As required by Florida Deportment of States record retention requirements (Chapter 119, Florida Statutes) and by 2 C,F.R, §200,334, the Sub-Recipiant shall retain sufficient records to show its compliance with the terms of this Agreement, as well as the compliance of aft subcontractors or 6 consultants paid from funds under this Agreement, fora period of flue (6) years from the date of submission of the final expenditure report, The following are the only exceptions to the fire (5) year requirement: t, If any litigation, claim, or audit is started before the expiration of the 6•yser period, then the records must los retained until a!I litigation, claims, or audit findings Involving the records nave been resolved and final action taken, ii, When the Division or the Sub -Recipient is notified In writing by the Federal awarding agency, cognizant agency for autiit, oversight agency for audit, cognizant agency for indirect costs, or pass -through, entity to extend the retention perked. Records for real property and equipment acquired with Federal funds roust be retained for 5 yeere after final .d!spocitk n, iv. When records are transferred to or maintained by the Federal awarding agency or peso -through entity, the 6-year retention requirement is not applicable to the SubµReoipleril. v. Records for program Income transactions after the peened of performance, in some cases, recipients must report program income after the period of performance. Where there Is such a requirement, the retention period for the records pertaining to the earning of the prograr`n Income starts from the end of the, rion-federal entity's fiscal year in which the program income Is earned. vi. Indirect cost rate proposals and cost > iiocatlons plans. 'This paragraph applies to the fotlowing types of documents and their supporting records. Indirect cost rate computations or proposals, coal allocation piens, and any similar accounting oomputatians of the rate at which a particular group of costs is chargeable (such as computer usage chargeback rates or composite fringe benefit rates), d. In accordance with 2 C.F,R, §200,326, the Federal awarding agency must requeset transfer of certain records to Its custody from the Division or the Sub -Recipient when it determines that the records possess Tong -term retention value, s, in accordance with 2 0.F,R. 0200.33.6, the Division must always provide or accept paper versions of Agreement information to and from the Sub -Recipient upon request. It paper copies are submitted, then the Division must not require more than an original and two copies, When original records aro electronic and cannot he altered, there Is no need to create and retain paper copies. When original records are paper, eteotroiyia versions may be substituted through the use of duplication or other forms of electronic media provided that they are subject to periodic quality control reviews, provide reasonable safeguards against alteration, and remain readable, f. As required by 2 C.F.R. §200,303(e), the Sub -Recipient shelf take reasonable measures to safeguard protected personally identifiable information and other information the Federal awarding agency or the Division designates as sensitive or the Snub -Recipient considers sensitive consistent with applicable Federal, state, local, and tribal laws regarding privacy and obligations of confidentiality, g. Florida's Government in the Sunshine Law (Section 296,011, Florida Statutes) provides the citizens of Florida with a right of access to governmental proceedings and mandates three, baste requirements; (1) meetings of pubic boards or commissions must be open to the pubife; (2) reasonable nalice ofsuoh meetings must be given; end, (e) minutes of the meetings must be taken and promptly recorded The mere receipt of public funds by a private entity, standing alone. Js insuffialent to bring that entity within the ambit of the open government requirements. kieweeer, the Government in the Sunshine Lew applies to private entities that provide services to governmental emotes and thei act on behalf of these seeectea In the agencies' performance of their` public duties. if a public agency delegates tee performance of its public purpose to a private entity, then, to the extent that private entity Is perferniing that public purpose, the Government In the Sunshine Law applies. For exernple, 11 a volunteer fire department provides firefighting services le a governmental entity and uses facilities and equipment purohesed with publicfueds, then the Government in the Sunshine Law sppiies to board of directors for that volunteer fire department. Thus, to the extent teat the Government In the Sunshine Law applies to the Sub -Recipient based upon the funds provided under titre Agreement, the meetings of tee Sub- Rectpient's govemieg board or the meetings of any subcommittee making recommendations to the eovernin,g board may be subject to open government requirements. These meetings shall be publicly noticed, open to the public, and the minutes dell the rneetfngs shell be public records, available to the pubfio in accordance with chapter 119, Florida Sietutee. h. Florida's Public Records Law provides a right of access to the records of the state and local governments as well as to private entitles acting on their behalf, Unless specifically exempted from disclosure by the Legislature, ail materials made or waived by a governmental agency (or a private entity acting on behalf of such en nonce) conj nctlon with officiei business which ere used to perpetuate, communicate, or formalize knowledge qualify as pubilo records subject to public Inspection. The mere receipt of public funds by a private entity, standing alone, is Insufficient to bring the entity within the ambit of the public record requirements. However, when a public entity delegates a public function to a prlvete entity, the records generated by the privets entity's performance of that duty become public records. Thus, the nature and scope of the eervlces provided by a private entity determine whether that entity Is acting on behalf of a public agency end is therefore sebJeot to the requirements of Florida's Public Records Law. I. The Sub -Recipient shall maintain all reeords for the Sub-Reclpient and for all subcontrattors or consultants to be paid from funds provided under this Agreement, Including documentation of ail program oasis, in a form sufficient to determine compliance with the requirements and objectives of the Budget and Scope of Work _ Attachment A and B - and all ether applicable laws and Ireguletlonn. IF THE CONTRACTOR ACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO 8 THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (850) 816.7671, Records@emanyflorkle.corri, or 2665 Shwylard Oak Boulevard, Tallahassee, FL 32309. ?110UPTTA a The Sub -Recipient shall comply with the audit Itluirecoonts contained in 2 CYR. Part 200, Subpart F, b. in accounting for the receipt and expenditure of ftinde under this.Agreernent, the. Sub-Recip fent shail follow Generally Accepted Accounting Principles (IGAAP"). As defined by 2 O,F.R, §200.f GAAP "has the meaning. specified in accounting standards issued by the Government Accounting Standen:is &yard (GASS and the Financial Accounting Standards Eioard TASK', V.thPn oonduCting.ort nLidit rjf the Sub.RacIplent's performance under this Agreement, the bivision shalt L)90. Generally t.:i.ccepted qCiVelrimart Auditing Standards ("GAGAS")., As defined by 2 §'200.1, GAGAalso known as the Yellow Sock, cocotte, getteraily accepted 9cekrammeht audlithct t-tendard4 issued by the Corrictrolier General of the UnitedItates, which are applicoble financlai audits,' d, If en audit shows thet. ail or any portion of the funds disbursed were net spent in accordance with the coaditicris of this Agreement tu Sub-Reciplent shall be held liable for TaimbtAemsill to the Division of ail funas.not spent in accordance with these applicable rations and mreicirent provistons viltairi thirty th after the Division ha$ notified the Sub-Reelpiont of such. non- compliance, ta. The Sub,,Reciplent shell have. ail audits completed by an independent auditor, which is defined In section 2.16,070)(1), Florida Statutes, as 'an inclependent. certifled puk accountant licensed under chapter 473," The independent auditor shall state that the audit compiled with trio appiiceble provisions noted above. The audit must be received by the, Division ne later than nine Months from the eri o the Sub-ftec IclentiS fiscgil year: f. The SulinReciplent shall sand copies of reporting packages for audits conducted in KCOrdrAnCO Wit 2 CF".71, Pan 200, by or on behalf of the S obi -Recipient, to the Division at the foilewing address: DEMS.iNieAadItCera,rayfda.00rn ()Moe of the Inspector General 2665 Shuraard Oak Boulevard Tallahassee; Florida 32 99-2100. The Sub -Recipient shali ..senC the Single Audit rePorting package and Form SF -SAC to.the Federal Audit Cleatinghouse by submission online at: ll'tiPtffnatveAtrtgensi.is gov/fackoilectiddeindexAvi h. The Sktb-fleci•Olont shalt send arty mansigornor) fetter issued by the auditor to the Division at the following address: 9 DEMSingleAudit a,Tem,myflorlds.com Office of the Inspector General 2586 Shumerd Oak Boulevard Tellshsssoe, Florida 3239 210C (12)RE,PORTS a Consistent with 2 C,F,R. §200,328, the Sub -Recipient shall provide the Division with quarterly reports and a close-out report, These reports shall include the current status and progress by the Sub•Reciplent and ail subcontractors In completing the work described In the Scope of Work and the expenditure of funds under this Agreement, In addition to any other information requested by the Division, b. Quarterly reports are due to the Division no later than thirty (30) days after the and of each quarter of the program year and shall be sent each quarter until submission of the close-out report, The ending dates for each quarter of the program year are March 31, June 30, September 30, and December 31. c. The close-out report is flue 50 days after termination of this Agreement or 30 days after completion of the activities contained in this Agreement, whichever first occurs, d. If all required reports and copies are not sent to the Dlvlasion or are not completed in a manner acceptable to the Division, then the !Division may withhold further payments until they are completed or may take other action as stated in Paragraph (le) REMEDIES, "Acceptable to the Division" means that the work product was completed In accordance with the Budget and Scope of Work. e. The Sub-Reaiplent shall provide additional program updates or Information that may be required by the Division, f. The Sub -Recipient shall provide additional reports and information identified in Attachment 13. (13)1y1pNITQ INN; a, The Sub -Recipient shall monitor its performance under this Agreement, as well es that of its subcontractors and/or consultants who are paid from funds provided under this Agreement, to ensure that time schedules are being met, the Schedule of Deliverables and Scope of Work are being accomplished within tins specified lime periods, and other performance goals aro being achieved, A review shall by done for each function or activity In Attachment B to this Agreement and reported in the quarterly report. b, In addition to reviews of audlta, monitoring procedures may include, but not be timlted to, On -site visits by Division staff, limited scope audits, and/or other procedures. The Sub4teeiplent agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Division. in the event that the Division determines that a limited scope audit of the $ub.l eciplent Is appropriate, the Sub -Recipient agrees to comply with any additional instructions provided by the Division to the Suh.Reclplent regarding such audit. The Sub.Reciplent further agrees to comply and cooperate 10 with any inspections, reviewe, Investigations or audits deemed necessary by the Florida Chief Financial Officer or Auditor General, in addition, the Division win monitor the performance and finenolsl management by the Sub -Recipient throughout the contract term to ensure timely completion of aIi tasks. (14)1.1ASIUTX s, Unless Sub -Recipient le a State agency or subdivision, as defined In section 7 8.28(2), Florida Statutes, the Sub -Recipient ie aolely reeponellele to parties it deals with In carrying out the terms of this Agreement; as authorizer by section 788.28(19), Florida Statutes, Sub -Recipient shell hold the Division harmless agefnet all claims of whatever nature by third parties arising from the work performance under this Agreement. For purposes of this Agreement, St.iteRecipiont agrees that It is not an employee or agent of the Division but 15 an independent contractor. b. As required lay section 766.260g1, Fiorios Statutes, any Sub.iieupioni which is a style agency or subdivision, as defined in eectl'on 768.28(2), Florida Statutes, agrees to be fully responsible for Its negligent or tortious sots or omissions which resutt in clelms or suits against the Dlvi&ion, and agrees to be liable for any damages proximately caused by the ects or omissions to the extent set forth In SeotIon 768,26, Florida Statutes, Nothing herein is intended to serve as a waiver of sovereign immunity by any Sub -Recipient to which sovereign immunity apptlea, Nothing herein shall be construed as consent by a state agency or subdivla1on of the Stale of Florida to be sued by third parties in any miter arising out of any contract. (15)JD. ,1PAUjI if any of the following events occur ("Events of Default"), sit obligations on the part of the Division to make further poyrnent of funds shell terminate and the Division has the option to exercise any of its remedies set forth In Paragraph {le); however, the Division may make payments or partial payments after any Events of Default without waiving the right to teterclse such remedies, and without becoming liable to make any further payment it: a Any warranty or representation made by the Sub -Recipient In thle Agreement car eny previous agreement with the Division is or become false or misleading in any respect, or if the Sub - Recipient fails to keep or perform any of the obligations, terms or covenants In this Agreement or any previous agreement with the Divielon and has not cured them In timely fashion, or is unable or unwilling to meet Its obligatorunder this Agreement; b. Material adverse changes occur In the financial conditie n of the Sub -Recipient al eny time during the term of this Agreement, and the Sub -Recipient falls to cure this adverse chenge within thirty days from the date written notice Is sent by the Division; c, Any reports required by this Agreement have net been submitted to the Division or have been submitted with Incorrect, Incomplete or insufficient Information; or, d, The Sub -Recipient has felled to perform and complete on time any of its obligations under this Agreement. (18)R IS If an Event of Default occurs, then the Division shall, after thirty calendar days written notice to the Sub -Recipient end upon the Sub-1 eolplent'e failure to cure within those thirty days, exercise any one or more of the following remedies, either concurrently or consecutively: a Terminate this Agreement, provided that the Sub -Recipient is given at least thirty days prior written notice of the termination. The notice shall be effective when placed In the United States, first class mall, postage prepaid, by registered or eertffled mail -return receipt requested, to the address in paragraph (3) herein; b. Begin an appropriate legal or equitable action to enforce performance of this Agreement; c. Withhold or suspend payment of ell or arty part of a request for payment; ct. Require that the Sub -Recipient refund to the useelon any monies used for ineiigibie purposes under the laws, rules and regufetlons governing the use of these funds. e. Exercise any corrective or remedial actions, to Include but not be limited to: I. Request additional 'information from the Sub -Recipient to determine the reasons for or the extent of non-compliance or leek of performance, It. Issue a written warning to advise that more serious measures may be taken if the situation is not corrected, Ili. Advise the Sub -Recipient to suspend, discontinue or refrain from incurring costs for any activities In question or Iv. Require the Sub -Recipient to reimburse the Division for the amount of caste Incurred for any items determined to be ineligible; f, The Division may Administratively close an Agreement. The Division may use the administrative close-out process when s Sub-Reolplent is not responsive to reasonable efforts to collect required reports needed to oomplete the standard close-out process. The Division wilt make three written attempts to collect required reports before initiating administrative close-out. in addition, if an agreement Is administratively closed, the Division may decide to impose remedies for noncompliance per 2 C,F,R. § 200.339, consider this information in reviewing future award applications, or apply specie! conditions to existing or future awards, 1f the Division needs to administratively close an agreement, this may negatively Impact a Sub -Recipient's ability to obtain future funding. g. Exercise any other rights or remedies which may be available under law. Pursuing any of the above remedies will not stop the Division from pursuing any other remedies In this Agreement or provided at law or In equity. If the Division waives any right or remedy in this Agreement or fails to insist on strict performance by the Sub -Recipient, it will not affect, extend or waive any other right or remedy of the Division, or affect the later exercise of the same right or remedy by the Division for any other default by the Sub -Recipient. 12 mar tailf>T10 a. The Division may terminate this Agreement for cause after thirty days (30) written notice. Cause can include misuse of funds, fraud, Jack of compliance with applicable rules, laws and regulations, failure to perform on time, and refusal by the Sub -Recipient to permit pubric scccss to any document, paper, letter, or other material subject to disciesure under chapter f 10, Florida Statutes, as emended. b. The Division may terminate this Agreement for cause after rejecting an appeal submitted due to noncompllanoe, nonactivity, andtar a lack of expenditures for four (4) consecutive quarterly reporting periods. o Tho Division may terminate this Agreement for convenience or when 11 determines, in its discretion, that tinuing the nw.reoFr..-it would t ,Juce beneficial it_ lino with 1h IlEi G�V1V1�li5Lif LyLE[,717, LFI�L 4�JI 1i Illull l4�f the 7"I,�p#I Ci[JF FFWIIf 111F4J9.I11.1 mt. �14{A U�+4 h1411:.rl l�+lml results ill lino with the further expenditure of funds, by providing the Sub -Recipient with thrrty calendar days prior written notioe. d. The parties may agree to terminate this Agreement for their mutual convenience through a written amendment of this Agreement. The amendment will state the effective data of the termination and the procedures for proper closeout of the Agreement. e, In the event that thin Agreement Js tsrrninated, the SubxRecipient will not Inoue new obligations for the terminated portion of the Agreement after the Sub -Recipient has received the notification of termination. The Sub -Recipient will oancel as many outstanding obligations es passible. Costs Incurred after receipt or the termination notice will be disallowed. The Sit -Recipient shall not be relieved of liability to the Division because of any breach of Agreement by the Sub -Recipient The Division may, to the extent authorized by law, withhold payments to the Sub -Recipient for the purpose of set-off until the exact amount of damages due the Division from the Sub-,Reciplerit is determined. (18) i?IQ CPfi MNT a The Sub -Recipient shall ensure that any procurement involving funds authorized by the Agreement complies with ell appliosble federal and state laws and regulations, to Include 2 C.P.R. §§2QQ,318 through 200.327 ors well as Appendix St to 2 C,r.11. Part 2OC (entitled "Contract Provisions for Non -Federal Entity Contracts Under Federal Awardsnj. b, As required by 2 C.F.R. §20Q.318(t), the Sala -Recipient shall "maintain records sufficient to detail the history of procurement, These records will include but are not necessarily limited to the fallowing', rationale for the method of procurement, selection o1 contrast type, contractor selection or rejection, and the basis for the contract price," c. As required by 2 C.F.R. §2D0.318(b), the Sub -Recipient shell 'maintain oversight to ensure that contractors perform in accordance with the terms, conditions, and specifications of their contracts or purchase orders." in order to demonstrate oompliance with this requirement, the Sub - Recipient shall document, in its quarterly report to the Division, the progress of any and ell subcontractors performing work under this Agreement, 13 d, Except for procurements by micro -purchases pursuant to 2 C F.R. §200 320(a)(1) or procurements by small purchase prooedures pursuant to 2 C.F.R. §200.320(a)(2), If the Sub -Recipient chooses to aubcortraat eny of the work required under this Agreement, then the Sub -Recipient shall forward to the Division a copy of any aollcitation (whether competitive or non-competitive) at least ten (10) days prior to the publication or communication of the solicitation, The Division $hai! review the solicitation and provide comments, 1f any, to the Sub -Recipient within seven (7) business days, Consistent with 2 0, F.R. §200,325, the Division will review the sclicitatlon for compliance with the procurement standards outlined In 2 C, .R. §§200, 318 through 200,327 as well as •Appendix 1t to 2 C.F,R. mart 200. Consistent with 2 C.P.R. §200.318(k), the Division will not substitute its judgment for that of the Sub -Recipient, While the Cub-Reciplent does not need the approval of the Division in order to publish a competitive sciioitetion, Phis review my eilow the {llvi&inn fo irImi+ify rha•Firtimi IAR In thm vAnr$or raquirsrnants or In the commodity or service specifications, The Division's review and comments shall not constitute an approval of the solicitation. Reglerdlese of the Divlsion'e review, the Sub -Recipient remains bound by all applicable laws, regulations, and agreement terms. If during ifs review the Division Identifies any deficiencies, then the Division shall communicate those deficiencies tc the Sub-Reclpient as quickly as possible within the seven (7) business day window outlined above lithe Sub -Recipient publishes a competitive solicitation after receiving comments from the DIvialon that the sclloltatlon is deficient, then the Division may, i, Terminate this Agreement In accordance with the provisions outlined in paragraph (17) above; end, E1, Refuse to relmburee the Sub -Recipient for any costs associated with that solicitation, e. lwxcept for procurements by micro purchases pursuant to 2 C.F.R. §200,320(a)(1) or fsroauremente by small purchase procedures pursuant to 2 C,F.R, §200,320(e)(2), if the Sub-1 ecipiont chooses to subcontract any of the work required under tills Agreement, then the Sub -Recipient shall forward to the Division a copy of any contemplated contract prior to contract execution, The Division shall review the unexecuted contract and provide comments, If any, to the Sub-Recpient within seven (7) business days. Consistent with 2 C. . R. §200,325, the division will review the unexecutsd contract for compliance with Lite procurement standards outlined in 2 C.F.R, §§200.318 through 200.327 as well es Appendix 11 to 2 C.F,R. Part 2.00, Consistent with 2 C.F,R, §200,31fl(k), the Division will not substitute its judgment for that of the Sub-f eciplent. Whits the Sub -Recipient does not need the approval of the Division in order to execute a subcontract, this review may allow the Divtslon to identify defloiencles In the terms and conditions of the subcontract as well as deficiencies in the procurement process that led to the subcontract, Tho Division's review and comments shall not constitute an approval of the subcontract. Regardless of the Division's review, the SubRecipient remains bound by all applicable laws, regulations, and agreement terms, if during its review the Division identifies any deficiencies, finer the Division *Mali communicate those deficiencies to the Sub -Recipient as quickly as possible within the seven (7) business 14 day window outlined above if the Sub•Reciplent executes a subcontract after receiving a communication from the Division that the subcontract Is non -compliant, then the Division may: I Terminate this Agreement In accordance with the provisions outlined in paragraph (17) above: and, ft. Refuse to reimburse the Sub -Recipient for any costs associated with that subcontract. f, The Sub,Recipient agrees to include In the subcontract that (I) the subcontractor to bound by the terms of tills Agreement, (II) the subcontractor is bound by all applicable state and federal laves and regulations, and (III) the subcontractor shell hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of tine subcontractor's performance of work under this grrtarn n¢ to kha gliriwad and rggiairari 6u Taut. affentaci g, As required by 2 C.F.R. §200,31 B(c)(1), the Sub.Reeiplent shall "maintain written standards of conduct covering conflicts of interest and governing the actions of Its employees engaged in the selection, award and administration of contracts" h, As required by 2 C,F'.R. §200.319(la) 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. The Sub -Recipient or pass-thru entity must disclose to the Division, in writing, any real or potential aonfiiot of interest that may arise during the administration of the federal award, as defined by federal statutes or regulations, or their own existing policies, within five (5) days of learning of the conflict of interest. "Conflict of interest" Is considered as any situation where an employes, officer, ar agent, any members of his or her Immediate family, or his or her partner has a close personal relationship, business relationship, Of professional relationship, with a recipient or subrecfplent, As required by 2 C.F.R. §200.319(a), the Sub,Reciplent shell conduct any procurement under this agreement "In a manner providing full and open competition." Accordingly, the Sub -Recipient shall not: I. Place unreasonable requirements on firms in order for them to qualify to do business; companies; contracts; equivalent; li. Require unnecessary experience or excessive bonding; III, Use noncompetitive pricing practices between lima or between affiliated iv. Execute noncompetitive contracts to conouftants that are on retainer v, Authorize, condone, ar ignore organizational conflicts of Interest; vl. Specify only a brand name product without allowing vendors to offer an 15 vH . Specify a brand name product instead of describing the performance, specifications, or ether relevant requirements that pertain ta the commodity or service solicited by the procurement; All, Engage in any arbitrary action during the procurement process; or, ix. Allow a vendor to,bitd on a ,contract If that bidder was involved with developing or drafting'the speCificatlens, requirements, statement of work, invitation to bid, or request for proposals. j "I.Fjxcept in those cases where applicable Federal statutes expressly mandate car encourage" otherwise, the Sub-f eciplant, as required'by 2 C.F.R. §2CiO.31t1(c),. shall not'Use a geographic preference when procuring commodities or services under this Agreement. k. The Sub -Refit lent shall conduct any procurerrlant involviev invitations' to pia (i.e. sealed bids) in accordance with 2 C.F R. §2OO, 320(b)(1) .as well as section 287.O 7(1)(e), Florida Statutes, 1, The Sub -Recipient shall conduct any procurement involvfng'requests tar proposals dompetltive proposals) in accordance with 2 C,F,f , §2OO,32O(b)(2) as well as section 287.,O57(1)(b), Florida Statutes, m. For each subcontract, the Sub -Recipient shall provide infortatIon to the Division as to whether that subcontractor i$ a minority business enterprise, as defined in Section n8.703, Florida Statute, 6n the required Proctirernent Method Report (Form 5). Additionally, the Sub -Recipient shall comply wfth.the requinsm9nte of 2 C.F.P, §200.32 ("Contracting with Drnaii and minority businesses, warnen`s business enterprises, and tabor AurplUs t•a firsts"). n. FEMA has developed helpful resr5orcxas for Seta-f eclptents using Federal grant funds far procurements, These resources are generally available at ill l fernq.dovfgooplpro:urarr n F MA periodically updates this resource page so please cheek back for the latest information. White not all the provisions discussed in the resources ere applicable to this sub }rant agreernent, the Soh. tacipiont may find these resources helpful when drafting its solicitation and contract For compliance with the Federal procurement standards outlined in 2 C.P.R. §§200,318 through.2OOE327'es wall as Appendix II to 2 C,F,R, Part'200. CI S)A i XACi ift l l g ft1�Il _ XALS ."S a.. All attachments to this Ay.rer rnerttare incorporated as if set out fully, b. in the event of any inconsistencies or conflict brttwsen.the language of this Agreement and the attachments, the language of the .attachments shall controf, but only to the extant or the conflict or incoreilatency. a. This Agreement has the'folicwing attecrirnents: I. Exhibit 1 . Funding ;Sources Ii. Exhibit-2 Certification Regarding Telecommunications end.. Video Restrictions l6 ill, Exhibit 3 M- Certification Regarding Lobbying Iv, Attachment A — Program Budget v. Attachment B — Scope of Work V. Attachment C — Deliverables end Performance vii, Attachment 0 — Program Stetutiae and Regulatione viil. Attachment E —Justification of Advance Payment 1x, Attachment P —Warranties and Representations x, Attachment Q — Certification Regarding Debarment, Suspension, lneligiblllty and Voluntary .Exclusion xi. Aftachmerrt H M Statement of Assurances en Atte/elirient s -- nnnnth tort' Cnntreet Provisions xiii. Attachment J Financial end Program Monitoring Guidelines xlv, Attachment K - EHP Guidelines xv. Attachment L — Reimbursement Checklist D)PJ YMRNTS a. If the necessary funds ere not available to fund this Agreement as a result of action by the United States Congress, the federal Offlve of Management and Budgeting, the State Chief Financial Offlaer or under subparagraph (eye of this Agreement, ail obligations on the part of the Division to make any further payment of funds shall terminate, and the Sub -Recipient shall submit its closeout report within thirty days of receiving notice from the Division. b invoices shall be submitted at least quarterly and shall include the supporting documentation for ell costs of the project or services, The final invoice shall be submitted within thirty (30) days after the expiration date of the agreement, An explanation of any circumstances prohibiting the submittal of quarterly invoices shall be submitted to the Division grant manager as part of the Sub. Recipient's quarterly reporting es referenced in Paragraph (12) of this Agreement. e, My advance payment under this Agreement Rs subject to 2 C,F,R, §200,3O6 and, as applicable, seetior 216.181(14 Florida Statutes. Ali requesle for advance payments will be reviewed end considered an a case -by -ease basis. All advances are required to be held in en interest -bearing account, if an advance payment is requested, the budget data on which the request le based, and a justification statement shall be Included in this Agreement as Attachment E, Attachment E will spealfy the amount of advance payment needed and provide an explanation of the necessity for end proposed use of these funds, No advance shall be accepted for prooeseing if a reimbursement has been pald prior to the submittal of a request for advanced payment. After the Initial advance, if any, payment shall be made on a reimbursement basis as needed, 17 1-1 E,PAYM NTS a. All refunds or repayments due to the Division under this Agreement are to be made payable to the order of "Division of >~mergenoy Management", and mailed directly to the following address: Division of Emergency Management Cashier 2565 Shumard Oak Boulevard "Tallahassee FL 32399.2100 b. in accordance with section 216.34(2), Florida Statutes, If a check or other draft is returned to the Division for odadtla f, Sub -Recipient shall pay the Division a service fen of $15.,00 or 5% of the face amount of the returned check or draft, whichever is greater, f22,1MANDATED CONDITIONS a, The validity of this Agreement is subject to the truth and aocuraoy of ail the Information, representations, and materials submitted or provides! by the Sub -Recipient in this Agreement, In any later submission or response to a Division request, or in any submission or response to fulfill the requirements of this Agreement. All of said Information, representations, and materials ere Incorporated by reference. The inaccuracy of the submissions or any material changes shall, at the option of the Division and with thirty days written notica•to the Sub-Reclplent, cause the termination of this Agreement and the release of the Division from ail its obligations to the Sub.ReolpIant. b. This Agreement shall be construed under the laws of the State of Florida, end venue for any aotions arising out of this Agreement shall be in the Ciroult Court of Leon County. if any provision of this Agreement is In conflict with any applicable statute or rule, or is unenforceable, then the provision shalt be null and voidto the extent of the conflict, and shall be severable, but shall not Invalidate any other provision of this Agreement. c, Any power of approve! or disapproval granted to the Division under the terms of this Agreement shall survive the term of this Agreement, d. The Sub-Reoipient agrees to comply with the Amerioans Wlth Disabilities Act (Public Law 101-330, 42 U,S.C, Section 12101 et seq,)., which prohibits discrimination by public and private entitles on the basis of disability In employment, public accommodations, transportation, State and local government services, and telecommunications. e. Those who have been placed on the ponvicted vendor list following a conviction for a public entity crime or on the dlsoriminatou vendor fist may riot submit a bid on a contract to provide any goods or services to a public entity, may not submit a bld an a contract with a public entity for the construction or repair of a public building or pubilo work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may net transact business with any pubilo entity In 18 excess of $25,000,40 fora period of 35 months from the date of being placed on the convicted vendor list or can the discriminatory vendor Ilet. f, Any Sub.Roclpient which le note local government or state agency, and which receives funds under this Agreement from the federal government, certifies, to the best of its knowledge end lvelfef that It and its principals: I. Are not presently debarred, suspended, proposed for debarment, doctored 1nellgibfe, or voluntarily excluded from covered transactions by a federal department or agency; if. Have not, within a five-year period preceding this proposal been convicted of or had a civil judgment rendered against them for fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (fedora!, state or local) transaction or contract under public transaction; action. . io a6Y n of federal or state _. _titnist _t_ 1..1._ _ _ A embezzlement, i[arltii�Uc+Lill, VliYfcatlUii IFLFF5FCYi i7CrAeC4 i�illlLIU�T23f�iCei��S �J�(iillJliFlf�l81p11 �i arll�uez6:err[en[, tieTT, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; ill, Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (federal, state or focal) with commission of any offenses enumerated In paragraph (22)1. lf. of this certification; and, Iv, Have not within a five-year period preceding this Agreement had one or more public transactions (federal, state or local) terminated for cause or default. g. If the Sub -Recipient is unable to certify to any of the statements In this certification, then the Sub-f;ecIpfent shall attach an explanation to this Agreement, h, In addition, the dub -Recipient shall Bend to the Division (by email or by facsimile trslnsrnsalon) the completed "Certification Regarding debarment, Suspension, Ineligibility and Voluntary Exclusion" (Attachment %for each intended subcontractor which Sub-, Recipient plans to fund under this Agreement. The form must be received by the Division before the hub -Recipient enters into a contract with any subcontractor. I, The Division reserves the right to unilaterally canoe! this Agreement If the Sub - Recipient refuses to allow pubic access to all documents, papers, letters or other material subject to the provisions of chapter 115, Florida Statutes, which the Sub -Recipient Created or received under this Agreement, J. If the Sub -Recipient is allowed to temporarily Invest any advances of funds under this Agreement, any interest Income shall either be returned to the Division or be applied against the Division's obiigatIon to pay the contract amount, k. The State of Florida will not intentionally award publicly funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 81J,S,C Section 13248(e) [Section 274A(e) of the Immigration and Nationality Act ("INA")J, The Division shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the INA, Such violation by the Sub -Recipient of the employment provisions 19 contained In Station 274A(e) of the INA shall be grounds for unilateraf cancellation of this Agreement by the Division. 1, Section 287.06(306, Florida Statutes, requires that any stale funds provided for the purchase of or Improvements to real property are contingent upon the contractor or political subdivision granting to the state a security interest In the property at least to the amount of state funds provided for st least a years from the date of purchase or the completion of the improvements ores further required by few, m, Unless preempted by federal few, the Division may, at Its option, terminate the Contract if the Contractor Jo found to have submitted a false certification as provided under section 287.13(b), F,~3,, or been placed on the Scrutinized Companies with Activities in Sudan List ar the Scrutini2.0d Companies with Activities ih tnei iron Petr©inum Eri rgy Secfar L. at lean t naacaari to business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged In a boycott of Israel, (23)0BBYINA PF ,f3H184TIO a. 2 C.F.R. §200 460 prohibits reimbursement for costs associated with certain lobbying activities. O. Section 218,87, Florida Statutes, prohibits "any disbursement of grants and aids appropriations pursuant to a contract or grant to any person or organization unless the terms of the grant or contract prohibit the expenditure of funds for the purpose of lobbying the Legislature, the Iodide! branch, or a state agency." o, No funds or other reeouroes received frorn the Division under this Agreement may be used directly or indirectly to influence legislation ar any other official action by the Florida Legislature or any state agency. d, The Sub -Recipient certifies, by ifs signature to this Agreement, that to the best of his or her knowledge and belief. I. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Sub -Recipient, to any person for influencing or attempting to influence en officer or employee of any agency, a Member of Congress, on officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making deny Federal grant, the making of any Federal loan, the entering Into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of eny Federal contract, grant, loan or cooperative agreement. ii. If any funds other than Federal appropriated funds have been paid or will be pad to any person for influencing or attempting to Influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Sub -Recipient shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities." 20 Ili. The Sub -recipient shall require that this certification be included In the award documents for all subawards (inr;ludlrrg subcontracts, subgrants, and °entreats under grants, loans, and cooperative agreements) and that ail Sub -Recipients shall certify and disclose, lv, This certification is n material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission cf this certification is a lnrsrequisfte for making or entering into this transaction imposed by Section 1352, Title 31, U,S. Code, Any person who fan to file the required oertiffoation ailed be subject to a civil penalty of not less than $10,000 and not more then $100,000 for each such fairure. v, If this subgrant agreement amount Is $100,000 or more, the Sub.f eolpfent, and subcontractors, as applicable, shall sign Attachment M — Certification Regarding Lobbying. 124) cam t_ pATr= T AND�r ____ vARlc SXCLPT AS PROVIDED BELOW, ANY AtW ALL PATENT RIGHTS ACCRUING UNDER OR iN CONNECTiON WITH THIS PERFORMANCE OF THiS AGREEMENT ARE HEREBY RESERVED TO THE STATE OF FLORIDA; AND, ANY AND ALL COPYRIGHTS ACCRUING LENDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY TRANSFERRED SY THE SUB -RECIPIENT TO THE STATE OF FLORIDA, a. Ville Sub -Recipient has a pre-existing patent or copyright, the Sub -Recipient shall retain ail rights and entitlements to that preexisting patent or copyright unless the Agreement provides otherwise. b. If any discovery or invention Is developed In the course of or as a result of work or services performed under this Agreement, or In any way connected with it, the Sub -Recipient shall refer the discovery or Invention to the Dfviefon for a determination vuhether the State of Florida will seek patent protection In its name. Any patent rights meowing under or in connection with the performanoe of this Agreement are reserved to the State of Florida. If any botaks, manuals, films, or other copyrightable material are produced, the Sub -Recipient shall notify the Division. Any copyrights accruing under or in connection with the performance under this Agreement aro transferred by the Sub -Recipient to the State of Florida. c, Within thirty days of execution of this Agreement, the Sub -Recipient shall disclose ail Intelreotual properties relating to the performance of this Agreement which he or she knows or should know rouid give rise to a patent or copyright. The Sub-Reolplent shall retain all rights and entitlements to any pre-existing intellectual property which is diselosed, Failure to disclose will indicate that no such property exists, The Division shall then, under Paragraph (24} b., have the right to all petents and oopyrights which accrue during performance of the Agreement. d, If the Sub -Recipient qualifies as a state university under Florida law, then, pursuant to suction 1004.23, Florida Statutes, any invention aonaeived exclusively by the employees of the Sub- Rsolpient shall become the sole properly of the Sub -Recipient. in the caee of joint inventions, that Is inventions made Jointly by one or more employees of both parties hereto, each party shall have an equal, 21 undivided interest in and to such Joint inventions, The Division shell retain a perpetual, irrevocable, fry paid, nonexclusive license, for its use and the use of its contractors of any resulting patented, copyrighted or trademarked work products, developed solely by the Sub.f eclpient, under this Agreement, for Florida government purposes. (2511__ GAI_ AUTHORIZATION The Sub-Reolplent certifies that It has the legal authority to receive the funds under this Agreement and that its governing body has authorized the execution and acceptance of this Agreement. The Sub - Recipient also certifies that the undersigned parson has the authority to legally execute and bind Sub - Recipient to the terms of this Agreement, (.2e)gQUAL OPpOI TUNtTy EMPLOYh NT a, in Ercooraanoe with .41. c i-.R. 1$8u.1.4(b), the Sub•Neciplent hereby acres OW it wifl incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined In the regulations of the Secretary of Labor at 41 CFR Chapter 6C, which Is paid for in whole or In part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program Involving soon grant, contract, loan, Insurance, or guarantee, the following equal opportunity clause, Curing the performance of this contract, the contractor agrees as follows: I. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sax, sexual orientation, gender identity, or national origin. Such action shall Include, but not be limited to the Following: Employment, upgrading, demotion, or transfer; recruitment or reoruitment advertising; layoff or termination; rates of pay or other forme of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees end applicants for employment, notices to be provided setting forth the provisions of this nandisorirninatlon clause. II. The contractor will, in all solicitations or advertisements for employees placed by or an behalf of the contractor, state that all qualified applicants will receive aonaiderations for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin, The oantraotor will not disoharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, disouhsed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shell not apply to Instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential Sob 22 functions discloses the compensation of such other employees or applicants to Individuals who do not otherwise have access to such information, unless such disclosure Is in response to a formal complaint or charge, in furtherance of an Investigation, prcoeeding, hearing, or action, Including an Investigation conducted by the employer, orls consistent with the contractor's legal duty to furnish Information, iv, The contractor will send to each labor union or representative of workers with which he hes a collective bargaining agreement or other contract or understanding, a notice to be provided edvIeing the said labor union or workers' representatives of the nontractor'd commitments under this section and shall post copies of the notice in conspicuous planes available to erripieyeee and applicants for employment. v, The contractor will oompiy with eii provisions of Executive Order .1 .Y Q4R of Q2'n,nFember 2.1 1lye en-J.nf dha r„fpo rerrvl,inflrorc and ra enve- t' �, �:.., orders of me SeGr eery of Labor. vi. The contractor will furnish all information and reports required by Executive Order 11246 of September 24,1965, end by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will painful access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of Investigation to ascertain compliance with such rules, regulations, end orders. vie, In the event of the contractor's noncompliance with the nondiscrimination clauses of this contractor with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended In whole or in part and the contractor may be declared ineligible for further Government acantraots or federally assisted construction oontraots In accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulatior, or order of the Secretary of Labor, or as otherwise provided by law. WI, The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (6) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1966, so that such provisions will be binding upon each subcontractor or vendor, The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the Interests of the United States. b, The Sub -Recipient further agrees that ltwill be bound by the above equal opportunity clause with respect to Its own employment practices when It participates In federally assisted construction work: Provided, that if the applicant so participating Is a State or local government, the above equal 23 opportunity clause Ia not applicable to any agency, instrumentality or subdfvielon of such government which does not participate in work on or under the contract. c. The Sub.Rectplent agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor In obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders dale. Secretary of Labor, that it will furnish the administering. agency and the Secretary of Labor such information as they may require for the supervialon of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. d, The Sub -Recipient further agrees that it will refrain from entering into any contract or contract modification subject to Lxecutive Order 1 f 248 of September 24, 1 98$, with a contractor doberred from, or wfto teen not derr onAtrr fed railcs1t i tv for, Government contracts end federally assisted construction contracts pursuant io the i xocutive order and will carry out such 6411CtfOrtS and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the adrrrinistering agency or the Secretary of Labor pursuant to Part II, Subpart I of the Executive order, In addition, the Sub -Recipient agrees that If it fells or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: canoe!, terminate, or suspend in whole or in part this grant (contract, roan, insurance, guarantee); refrain from extending any further assistance to the Sub-Reclpierri under the program with respect to which the failure or refund occurred unfit satisfactory assurance of future compile nee has beer received from such sub -Recipient; and refer the case to tfte Department of Justice for appropriate legal proceedings. (27)QOPELAND ANTI-IWK SACK ACT The Sub-Reelpfent hereby agrees that, unless exempt under Federat law, tk will incorporate or cause to be Incorporated Into any contract for construction work, or modification thereof, the following clause: I. Contractor The contractor snail comply with tU Lt. .C. § 874, 44 U.S.C. § 3145, and the requirements of 26 C.F.R. pt. 3 as may be applicable, which are Incorporated by reference Into this contract. II. Subcontracts, The contractor or subcontractor shall Insert In any subcontracts the clause above and such other clauses as the >"EMA may by appropriate instructions require, and also a clause requiring the subcontractor's to include those oieuses in any lowartler subcontracts, The prime contractor shall la responsible for the compliance by any subcontractor or lower tier subcontraotor with all of these contract clauses. ill. Breach. A breach of the contract clauses above may Oa grounds for termination of the contract, and for disbarment as a contractor and subcontractor ea provided In 28 C,P.R. § 5.12. (tit)QONTRACT WORK Wv[ia nsAr ETYITAN DAR,p.s If the Sub -Recipient, with the funds authorized by this Agreement, eaters Into a contract that exceeds $100,000 and Involves the employment of mechanics or laborers, then any such contract 24 must include a provision far compliance with 40 U.S.C, 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5), Under 40 U.6,C. 37d2 of the Act, each contractor must be required to compute the weges of every mechanic and laborer or the basis of a standard work week of 40 hours, Work In excess of the standard work week is permissible provided that the worker is compensated et a rate of not less than one and a half times the basic~ rate of pay for all hours worked In excess of 40 hours irr the work week, The requirements of 40 U.S,C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work In surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily aveltable on the open market, or contracts for transportation. (29) QLEAN (ki€3 AQT AND THE F .pEl9AL Wf TC, t pOt.L TJO CQJ'iTT L AC7 if the Sub P c1p snt with the, fund authorized this. Agreement, mena t- i it G'iiu'i �,�V,rJiaYti, VYFLI :ilia funds C141 LSfVlie.i~U by this !'l�LC1h.-ii iFF9i1Ll enters into contract that exceeds $150,000, than any such contract must Include the following provision: Contractor agrees to comply with all applicable standards, orders or regulations Issued pursuant to the Clean Air Act (42 U.S.C, 7401-7871q) and the Federal Water Pollution Control Act as emended (33 L1.S,C. 1261.1387) and will report violations to FEMA and the Regional Office of the Environmental Protection Agency (EPA). (80)4U P.Pl IQI\LAND OEFIARMENT if the Sub -Recipient, with the funds authorized by this Agreement, enters Into a contract, then any such contract must include the following provisions: I. This contract Is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F'.R, pt. 3000. As such the contractor is required to verify that none of the contractor, Its principals (defined at 2 C,F, R. § 180,995), or its affiliates (defined at 2 C,F.R, § 180.906) are excluded (defined at 2 C.F.R. § 180,940) or disqualified (defined at 2 C.F.R. § 180,935). fl, The contractor must comply with 2 C.F,R, pt, 180, subpart C anct 2 C,F',R, pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into, Ill. This certification Is a material representation of fact relied upon by the Division. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C,F.R, pt, 3000, subpart C, in addition to remedlss available to the Division, the Federal Government may pursue available remedies, including but not limited to suspension arrdtor debarment. iv, The bidder or proposer agrees to comply with the requirements of 2 C,F,R. pt. 180, subpart C and 2 C,F.R. pt, 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to Include a provision requiring such compliance in Its lower tier covered transactions. 25 (31)C L gB Y1NCdA1NEdAM ]: ff the Sub-Roolplent, with the funds authorized by this Agreement, enters Into a contract, then any such contract must Include the following clause: Byrd Anti -Lobbying Amendment, 31 U,$,C, § 1352 (as amended). Contractor's who apply or bid for en sward of $100,000 or more shaiI file the required oertfflcation. Each tier certifies to the tier above that it will not end has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence en officer or employee of any agency, a member of Congress, officer ar employee of Congress, or an employee of a member of Congress In connection with obtaining any Federal contract, grant, or any other sward covered by 31 § 1352. Each tier shall also disclose any lobbying with nor - Federal funds that takes place In connection with obtaining any Federal sward. Ruch dinnins 1rr a are iinrw_errleed from tier to tier ern to the. fouipitriC, If the Sub -Recipient enters into a contract with a subcontractor for an award of $100,000 or more, the subcontractor shall sign Attachment M— Certification Regarding Lobbying, N GTl Q MiINORRTY BUSIBESSE wow elJSRNEES ENZ#t?RIS4N112,L1,BO13 SU,FiPLUS ARE' FIRMS a. If the Sub -Recipient, with the funds authorized by this Agreement, seeks to procure goods ar servloes, then, in accordance with 2 C,F.R, §200.321, the Bub -Recipient shall take the Wowing affirmative steps to assure that minority businesses, wamen's business enterprises, and labor surplus area firms are used P eneu sibie; I. Placing qualified small Arid minority businesses, end women business enterprises on solicitation lists; AMsuring thet smell and minority businesses, and women's business enterprises are solicited whenever they are potential sources, Dividing toted requirements, wrhen economically feasible, Into entailer tasks or quantifies to permit maxirrium participation by snail alzd minority busies, and wo'rnen's business enterprises; iv, Establishing delivery s dule's, where the rea unman pernsits, which encourage pertlotpatIon by small and minority businesses, and women's business enterprises; v, Using the cervices anct assistance, jprop e, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and vi. Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs i, through v. at this subparagraph. b. The requirement outlined In subparagraph a. above, sometimes referred to se "soalooconomic oontrectfng," does not impose an obligation to set aside either the solicitation or sward of e contract to these types of firms. Rather, the requirement aniy Imposes an obligation to carry out end document the six effimietive steps identified above. 26 c. The 'socioeconomic contracting" requirement outlines the affirmative steps that the Sub -Recipient must take; the requirements do not preclude the Sub -Recipient from undertaking additional steps to involve small and minority businesses and wornen's btistriess enterprises. d. The requirement to divide total requirements, when economically feasible, into smaller tasks or quantities to permit nimorrif,im participation by small and minority businesses, and women's business enterprises, does not authorize the Sub -Recipient to break a single project down into smaller components in order to circumvent the micro -purchase or small purchase thresholds so as to utilize streamlined acquisition procedures (e.g. 'project splitting"), f33? ASSURANCES The Sub -Recipient shall comply with any Statement of Aasuranoaeincorporated as Attachment N WITNESS WHEREOF, the parties hereto have e6outect this Areement. SQBRECIPIENT; CITY,4 MIAMI FIRE RESCUE / Ld By, Name and Title: Date: , FIDtP If signing electronically; By providing this electronic signature* I am attesting hat!tunderstand that electronic signatures era legally binding and have the same meaning as handwritten signature& 1 am also confirming that Internal controls have been 'maintained, and that polictbs and procedures wore properly followed to ensure tho authenticity of the electronic signature. This statement is to certhli that 1 confinn that this electronic signature is to be the legally binclirig equivalent of rnyhanclwillton signature and that the data 017 this form is 41Cet/rElie to the best of my knowledge. STATE OF FLORIDA DIVISION EMERGE Y NAGEMENT By; Nome and Date: ir 27 } EXHIBIT — THE FOLLOWING FEDERAL RESOURCES ARE AWARDED TO THE SUB -RECIPIENT UNDER THIS AGREEMENT: Federal Pnagrwri Il' Ili6lr8xi7At�.a �C lnie�� Federal Agency: ,,. r e a o Catalog of Federal Domestic Assistance title and number: 97,087 Award amount; $14,012,500.0Q THE FOLLOWING COMPLIANCE REQUIREMENTS APPLY TO THE FEDERAL RESOURCES AVVARL)E0 UNDER THIS AGREEMENT Federal Program; kiPAgLAAP SEOURlTY GRANT PROGRAM List applicable compliance nquirernsit7 a$ follows 1. Sub-Reolpient Is to use funding to perform eligible activities es identified FY 2021 °apartment of Homeland Security Notice of Funding Opportunity. 2. Sub -Recipient is &object to all administrative and financial requirements es set forth in this Agreement or will not ba 'in compliance with the terms of the Agreement, 3, Sub-Ftecipierlt roust oornpiy with specific laws, ruins, or ragulattuns that pertain to how the awarded reaaurces must be used or how eligibility determinations are to be made, NO7" :2 C,F R. Part 200, and section 216 97(5)(s), Florida Statutes, require that the Information about Federal Programs and State Projects included In Exhibit be provided to the Sub -Recipient, EXHIBIT — 2 Certification Regarding Telecommunications and Video Restrictions Effective August 13, 2020, DH$(FEMA Sub -Recipients, as wail as their contrsotors and subcontractors, may not use grant funds under the Nonprofit Security Grant Program covered by this Agreement and provided in FY 2021 or previous years to: 1. Procure or obtain, extend or renew a contract to procure or obtain, or enter Into a contract to procure or obtain any equipment, system, or service that uses "covered teleoommtnicat1ons equipment or services" as a substantial or essential component of any system, or as alto] technology of any system; ar 2• Enter into, extend or renew contracts with entitles that use or provide, as part of Its performance of this agreement ar any other contractual instrument, any equipment, system, or service that uses "coveradtelecomnlunIcatlons equipment or services" as a substantial or essential co711pvii.,�fi ti of'ui,ry system, as critical technology as part amity system, This prohibition regarding certain telecommunications and video surveillance services or equipment le mandated by section 889 of the John $. McCain National Defense Authorization Act for Fiscal Year 2019 (FY 2019 NDAA), Pub, L. No. 11 l5-232 (2018), and 2 C.F,1 , § 200.216. Sub -Recipients may use Di-ISJFEMA grant funding to procure replacement equipment and services impacted by this prohibition, provided the costs are otherwise consistent with the requirements of the FY 2021 Preparedness Grants Manual, epplicabie appendix to the Manual, and appiicelaie NCiFC, DHSIFEMA will publish additional guidance in a subsequent information Bulletin or similar notice, Per section 889(f)(2)-(3) of the FY 2019 NOAA, covered telecommunications equipment or services means: 1. Teieoommunlcations equipment produced by Huawei Teohnologles Company or ZTE Corporation, (or any subsidiary or affiliate of such entitles); 2, For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Cammuniaetions Corporation, Hangzhou Hlkvisian Digital Technofogy Company, or Dahue `technology Company (or any subsidiary or affiliate of such entities); 3. Tel or video surveillance services provided by such entities or using such equipment; or 4, Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in oonsultation with the Dtraator of National intelligence or • the Direotcr of the Federal Bureau of tnvestigetlon, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the People's Republic of China. In the event the Sub-Raoipient identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract perforirtanoe or at any time or by any other source, the Sub-Reolpient shall report the information to the SAA: 1, Within one business day from the date of such Identification or natification: The contract number; the order nurnber(s), If applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (If known); brand; model number (original equipment manufacturer number, manufacturer park number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. 2, Within 10 business days of submitting the aforementioned information: Any farther available information about mitigation actions undertaken or recommended in addition, the Sub -Recipient shall describe the efforts it undertook to prevent use or submission of covered 29 telecommunications equipment or services, and eny additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. agitF 1pie t CITY OF MIAMI FIRE RESCUE By, Date: Arthur Is a Ci na e Printed Name and "Title If elgning electronically: By providing this electronic signature, I am attesting that I understand that electronic signatures are legally binding and have the game rtraanirrg as handvwrlttea signatures. f sin also confirming that internal controls have been maintained, and that policies and procedures were properly fn11o.vvari to ennarrra {lira anthentiolty tha alefitrnnk, elrvhialrrrn This statement is to cerflfy that i confirm that this electronic signature is to be the legally binding equivalent of my handwritten signature and that I understand that If is my responsibility, err behalf of the organization, to erlsulre that we adhere to these restrictions. 30 EXHIBIT — 3 CERTIFICATION REGARDING LOBBYING Check the appropriate box, 41 This Certification Regarding Lobbying Is required because the Contract, Grant, Loan, or Cooperative Agreement will xr, $100,000 pursuant to 2 CJ .R, Para 200, Appendix II{I1; 31 tl,S,C. § 1352, and 44 C.F,R, Per 18. Cl This Certification is J required because the Contract, Grail, Loan, or Cooperative Agreement will be less than $100,000, APPENI IX A, 44 9.F.R, PART 8 — c.,ERTIFICATION REG6RDJG LOBBYING Certification for Contracts, Grants, Loans, and Cooperatiiim Agreements The un.f..v igned certifies, to beat of �_._. The ta,s4i+"�af-cjliw+�l t:cildYii@§i, the beat i113 or her knowledge end belief, that; 1. No Federal appropriated funds have been paid or will. be paid, by or on behalf of the undersigned, to any person for Influencing ar attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding or any Federal contract, the making of any Federal grant, the malting of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewer, amendment, or modification of any Federal contract, grant, lean, or cooperative agreement. 2, if any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influents an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, Or an employee of a Member of Congress In connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shalt complete and submit Standard FormMt,L., "Dlsofosure Form to Report Lobbying," in accordance with its instructions. 3, The undersigned shalt require that the language of this certification be included In the award documents for all suhawards at all tiers (Including subcontracts, subgrants, and contracts under grants, loans, anct cooperative agreements) and that all subrecipients shall certify and disclose accordingly, This certification is a material representation of fact upon whlah reliance was placed when this transaction was made ar mitered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code, Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $1110,000 for each ouch failure. The Sub -Recipient cr subcontractor, CI� . tv of lii , certifies or affirms the truthfulness and aoouracy of eeoh statement of Its certification and ollociasure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U,S.C. Chap, 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any, Signature of SubµFteclpient/suebcontractor's Authorized Official rthur �! e a.Clt anaaar Name and Tftfe of Sub-Recipient/euboontractor's Authorized Offlnfal hats 31 ATTACHMENT A Program Budget Below le a general budget which outlines eligible categories and their llocation under thla award. The Sub -Recipient Is to utilize the "Program Budget" es a guide for completing the "Budget Detail Worksheet" below, The Equipment category will requIre Authorized Equipthent List (AEL) reference number, The Authorized Equipment List (AEL) Is a Ilet of approved equipment types allowed under FEMA's preparedness grant programs, The intended audience of this tool Is emergehoymanagers„ first responders, and other homeland security professionals, The Net Oonsists of 21 equipment categories divided into sub-categorlea, tertiary categories, and then individual. equipment items. The AEL, can be found ilto;tiwww.lerna.00via orized-equipmentdist tia4Sliii Of Ututl aU(ige'i mu/ 5f.Jupto arvVoir preotailed, However', the. eit funs hatmegrissuet Wrf,c,--;$ _ '--- --W•rr"-25- ,-1-*--Affq-Ekgr-- ---7.7:- -'. ,r-r' -4--- --.-..-------,--- , ,-;.,, Ali:: ,:,-.4.-..--..--tr-- T .,---ss,r:r*--,o-,•-rrF.%,. r---, •16- - .,, i hitor- rr---..;--,,e - s ' " - rr .-_-4? . •'‘'.,--: , , gs_ ;- 0 $14,760,000,00 „0-:-- _ _ "Y. Of NI ramt Firo R°"Util sw._ ..- Award Alioeation - lasve 40 FY 2Q21 - State Homeland $souiy Grant Program - Liiben Area Security Initiative 1$61.10 #45 State. Management & Administration withheld 5% $7$7,500, DO E4,,,entiable Award Allocation otter 5% reduction $14,012 500.00 ,.... 1-ETRrTyPe ActIvities- (25% of award allocation) Thie amount ia not In addition to the remaining aWard amount.but Instead eigniftee the amount needed le mot the 25% requirnent. $3,687,400,00 Management and Adrninietration (the dollar -amount which corresponds to 4% of the totelocat agency allocation la:shown in the opluinn 0 the right). $560,500,00 32 191100ET DETAIL WORKSHEET The Sub.Recipient is required to provide a completed budget detail worksheet, to the Division, which accounts for the total award aecrbedth the "Proposed Program Budget", If any changes need to be made to the 'Budget Detail Worksheet', After the axe ction of this agreement, contact the Grant Manager listed in this agreement via email or letter, v loping ezardithreat- acific annexes that incorporate the range of prevention, protection, response, and recovery activities • D,1 \rP lung h accuy sup- p.--jitt. programs and adopting ongoing DHSFEMA national in vs Developing related terrorism and other catastrophic event .prevanfion activities Developing and enhancing plena and protocois eloping or conducting a5sessr6ants Hiring of full Of part-time staff or contractors/consdants to assist with planning activities (not for tho purpose of hiring public ift' per$orindftJfUUn titaditional public .saCety dutle&), Cybersecortty - Planning, Training and Exercises (Planning); Line item 2021,01 Oybersecurity Metadata Planner; Line item 2021.01 CDVE - Screening, Search and Detection (1.PR Analyst); Lino item 2021-04 — , Cross Cutting - Planning (PTEt nalUde Planners and Conseitants) Materials required tc conduct planning activities CDVE - Public itiforination nd Warning (C/BPAT); Uric item 2021.04 Traveliper diem related to planning activities 12 A 1 $7.3,497,00 $73,497,00 1 662,649.00 $12,649.00 1 $1,508,917.00 1 1,506,907.00 6 $92,37S,00 $92,326.00 4 varttme and ba:ckfill casts (in accordance with operation Coat .Gu ida nos Issr„rance of t�f V+IHTI-compliant Tribe; identification Activities to achieve planning inclusive of people ""sat:A.411es and others with acres and functional needs and limited gnglish proficient/ Coordination with Citizen Corps Councils for public— hlrr)rmAtinnierirlr €accn rid ciolver!rc-rsrnr rit of vejturq pr Update governance structure and processes and Vans far ar9ency Development, and review and rovisicfl of -continuity of operatic_ns plans IDovela ment and review and revision of the THIRAJSPR continuity of opeTtions plansriW €�rcagrem rnanagernent i 7r ve9ctpmo of whole community partner tur'es and mach isms fortween _tha,pu•blic and private sector Implementing rnod.als, program , .and workforce anhanoement initiatives Tccals, resources., and activities Matfacilitate situational awar.eniess between thepublic and private edtar Operational eupp srt Utilization of standardized resource management concepts Responding to an itncreae in the threatlavei under the National Terrorism Advisory System .(NTAS), or needs In resuitins_from a National Special Security Event: Reimbursement for select oiler bonai expemes assdolat'~rd with iricroased security measures at critical infrastructure i FlC1 inoul1ed (Lip zci VB ercent of the allocazio l) ST CP — Interdiction and Disruption (Operational OT for FEMA a.2provad events; Lille item 2021-02 Overtirriefor nforrrtetion,Inv rti ativ ,grad intelligesJ shown activities kin,to 50 percent of the all nation) Hiring of newstaff positionsicontractorstonsultants for pertidirefion In information/intelligence analysis end sharing groups or fusion center activities (up tts 50 percent of the Cyberaecurity• Cyber Analysts; .Line Item 202141 fats 9 ence and Info Sharirr - 1 & f — Etisk n Center Ana sts; Line Recce 2021-03 Coot ar migr online services to the Design, Develop, Conductand Evaluate an Full or Part -Time Staff or Contractors/Consultants Fun or part-ttmo staff may be hired to support exercise -related activities, payment of salarie$ and fringebenefits must be in. ccordance with tho poiteles of the state or local unit(s) : if vernment and hove the approval of the state or the rding agency, whichever is eppicable.• The services of contractors/corrsultents may also be procured to support the design, doVeioprriont, conduct end revaluation of CBRNE exercises. The applicant's formal written procurement policy or the Federal Ar;quisition Regulations (FAR) must be fo1lawed. domain ss,Apas;la 2 $200,000,00 $290,000,00 $57,500.00 $2.07,500,00 Cybersacurity Planning, Training an Exercises (Exercises); Line item 202141 Response * Public Health, Hetithcare and EMS (DrY_lo purr _ nt of Closed POD Exercise and FqTraining Video); Line Item :2021.44 Overtime and backlit' costs•-- Overtime and bachfiii costs,. inctud epart Ume ind irntuntr er msrgency ra{�t�rtngseezppargnriser�ai partt.cifarpatncin FEMA exercises nplementation of HSEEP Activities to achievetle.xernises in -du -Si —ye of people with disabilities and others with access .end functional needs Travel —Travel casts (i.e.,. airfare,. mileage, per diem, hotel, etc,) are allowable as expenses by employees who are on travel states for official business related to the planning and conduct of the exerciae proiect(s)W _r Supplies — Supplies are Items that are expended or censured. during the course of the planning" and conduct of the exercise prejeot(s) (e.g,, copying paper, gloves, tape, non -sterile rriasks, end aisposabie protective equipment). interaperable ccnm raunica#ions exercises Activities to achieve planning 'rinciusive.of people English proficiency Overtime : and beckfili for emergency preparedness an response personnel attending DHS/FEiMIA-sponsored and pprov€ d trainhg classes Itrr ited,. 1 Overtime and backfill expenses for part-time and volunteer emergency response personnel participating in DHS/FEMA training Training Workshops and Conferences Activities tO achlive training —inclusive of pope with ' disabilities and others with access and functional needs and • 11......ta... A E-2. a .il..1. ,......1.6 &I ....1 ......, ..... MI 111.GU k.,.11 HQ!! V1 U1141=1 MA. Full or Part -Time Staff or Contractors/Consultants Cybersecurtty — Planning, Training and exerciess Trainingt1; Line item 2021-01 $$13,293.00 $313,293,00 — — Travel Supplies are Items that are expended or cortaumed during tile course of the planning and wriduot of the exercise projeot(s) ie,g,, copying paper, gloves, tape, non -sterile masks, and disposable protective eciti(prnnt). instructor certification/re-certification Coordination with Citizen Corps Councils In conducting training exercises InteroperaPie communications b'elritng Activities to achieve training inclusive people with limited English proficiency immigration enforcement training ii4:::::.717.ifi4--i.4*"f40-5-;,•-•st--Aliaiti-role.-m:::Z.g.-&-1.2.-gt...4W4.0-,W.„Md 1-Kfictifi fe,,i„ 1-31,i--0-111-,..:L-ttr,A- i..-,7-..it:--4,,Areir--.0,1-_,„-::„....036-.-fr.,41.-,&-b:tri-viir--i--.s-1,---1.-7--#4_,,......--.4A-Ask------,k.i..4„-;.,.„• 4--',.-1.,- i.,;?-y,k• _ .5.7. • ,• 41,--%-e__ __ .,,,..,_;--cio---...4-:: ..r.:_--.--- 32 C: Eli hale, Equipment Acquisition Costs R� The table below highlights the allowawable equipment astegor es for this award A comprehensive listing Or these allowable equipment categories, and specific equipment elrgibIa under each category, are listed on the web -based version of the Authorized Equipment List (AEL) at sAt��i'p�at��fiv argent Tiareats — On-Saesre Security, Protection and LE as Masks), AEi, #01AR•02-Apt Line OM 20221..05 Response- C7n-Scene Security, Protection and LE preti4ntinn), A L #n i lF.,01 141 T 0t it,01-ARMs ; n13 6Ci t., / M ICUd 101.3 gent T-a inter d lc on an Suits/Bomb Robots); AEL #G2PE•0 -ine Item 2021.05. ption (Bomb UT and 02EX 02,RaT Cybes ecurity - Analysts' Equiprnent, AEA #08i S 00 RI Ai.W, 05H5.00-P1=WL; 051-15-00- RN'S; O4HWa014141-iW and 1gMN-0ti PK; Line item 2021.01 DVS*. Screening, Search anti Dete t.l:kl3 lRegit nal LPR nitlatives); AEL #03OE 01.ALPR, 04AP<02-AVLS, 13iT- ©O-INTL,13LE--00-SURV, 21GN-001-INST, 21GN-00 CNST and 21GN-QQ.'SIilP; Line item 2021-04 t Threats �.QnSoerie-Socurity, Protection and VG); AEL. #010E-02,TILP; Line item 2021.05. Mass Search and Rescue (TRT ;thane merits, Tablets, Thermal Imaging Camera AEL #030E-01-CTAC, 030E,02-T'ILA, OIAR-04-SAR 4hHWt}1n1N11W, 21 QN-00.SHIP; Line item 2021.12 Response-- On -Scare Security, Protection and i_E (NVG nd Lighting); AEL #030E,02-TILA, 030E-LTPA; Lino 1 j$48t5,800.00 ttt 2021.13 Quantity Unit Cost 10 8601.,00 80,910,00. 00.00 $138,000.00 $5,000,00. $10, 000,00 $807,:44 00 $8 7,448,00 $34,328,00 tilt) tt�O�.?�y T/CP - intelligence and Information Sher frig ( deo i ia1 vert,Surveillance .Technolagy) AEL #O4HW-01,11fHW, O010- 11CA1M, 0,ISW-04 NETW, 04SW05$SCAD, G4M0-03-g1SP, 12T:R.02 'EQP, 03OE-02.ROVL, •131T-00-INTL., 21t i~t-O0-INST arid 21 Gh1,00-GCEQ}; Line item 2021.02 ti lnfc. a"tteriri+ - i I - (RTCC dea Displays); AEI. #04MC-01.p01SP, 21Si','.Lino Item 2021.03. r $t.84,412.00 $34,826.0 $184;41.2.00 $096,341.00 $9 5, $m850.04 $29,230 00 1 CDVE - Planning Mk -Counter Terrorism Training S stem) AEL #04AP-00-S1MS; Line item 202'1.04 1 $178,000.00 $178,000.00 - 4 Cross Cutting - Operational Coordination (WebEOC); 04AP-00-CDSS, 04AP-03.Gi$S, 04$W.04-NETW, 04AP- 02-AVL8 1 $255,000.00 $255,000.00 0 - :I: $$i f44, , iy 60. l � '.;in'•:,,';iR,•+v ;«'iY,Aryr"'.' fn '1.'7<a< Ni%. }« %• •.�c,.I ,, , : i,ltp{1Kiito t kom ... '' 7.''?.. 4!- rt+,. +'...'Si :':hAd-" , . { L,,9J kL Emergent Threats - Operational Communications (Mlaraweve I IDdiNr'.Ilinkl AEL; li-080P-03-W V;Line itt9- 2121-0 $201.000.00 8291,000.00 14spartss - Operational Communications {Repeaters, Radlaa, Sat phoneeiradlos, Cellular Come Kite, Overlay); AIL, #040P- 01-BASE 06CP-02-BRIO, 06CC-03-SATM, 00CP O1.PQRT, tCOCC-02-136AD, 210N-00-TRNG, 06CP-Q1 PORT, 06CP O1„ REPT 00CC-03-SATS, 030E-01-CTAC; Line item 2021-16 1 $103,484.00 $703,404.00 - 9 .r._ ..� ..�Y'..Sr'^':.�! e . .,.S.;.t'th •s.. fs I rt. .� " ` ry i, R S• q�' ,'r. S'^ + dt rr' a9c<o _ Mfg"',,�I r�33'' �t'kl l„ k 1. ,- YS�( � Yr 'nT1�'� Lt ... �1,{� � a.' ., 1, � .� 'T,i 1117d, � ! ,S .:� R' .: 1 :s. �: { , n E -•I.. ..s;l, r, � 'i 11 e i n , Jw, 'I•f JJL.• •a,.o,�. V ..,A L,: .. ! + Emergent Threat - Screening, Search and Detection (Hearst Detectors, Monitors, teeters); AEL #07C13-C1.OPMG, 07BC-01- WOB, 07Z-00.111 R, 071W-02•PRDA, 07CI7-41.OPGC, 0708- 01-KAVO, 07C$-014 LCS and 15S0-00-PMON; Line item 2021- 1 63368,736.00 $365,735,00 S -•W�P1Z ^15 -,-!1 ..'l1fr1y_1„'1:l j,..nar . , ;10fi_• '<:;„,„11F0$_��,1,,:1, 0; x! ' J C yl'p '-• gairS! , .1;1 t .,. •`[- ,,gh:000t" $,' , .Qri F4!:::ti•c- .0i's., -0 , ,'-..} ° x a''. 4s t.i n ,;S, ,w-',rR^ -5�Os€h,xyp • i ,i. l'.',..,:_, , ',y� L }at, ! i ,Jyy� pI� . j I] ,,, I-,f, l' - y mil, . . . + i . . 4 S ' 1,., 1 , ` it.66. 1i}"tn�ll`Fr.R4k7:}1i�M'V�,�] Xr ; t i, �•, F y,�5 A M ,� ..5, �� y..,ip � ar' r, '�'� �S�F ! ��I �$� `_ Response -- Logistics and Supply Chain Management (Generators, Power Cells, Shelter); AEL #10BC..00-SOLR, 100E-00-GENR and 19SS-O0M81-1E14 Line Item 2021.11 1 $433,365.00 ,,,• $433,365.00 9 • - 3R?fr406060l` Fmay ,' . a .., t' Jl iny[ -fiy�, 5 J� i,�11 {{{{}�yt,'J, I !, s, ii p. 4 iiAlr41 �i^YR'+R�,,+Milifi,A{+ �iv�.?I 5r? 1�, FV I i ..:' 4 .r r - �'<. Emergent Threats - Critlaal Transportation (iVOI BusiNIT11); AEL #12VE-00-ASUS; Line Item 2021.06 1 $680,061.00 $683,i t.00 6 - Emergent Threat - Environmental Response, Health and Safety (Hamlet et Trailer/Equipment); AEL 012TR-00-TBLQP, 01C<3-04-ENSM, 010E-02-ENSM, 01VT-02-FTWR, 01V .02. GARM, 01VT-O2.GLOV, 01ZA-O4-11EAf, 07C13-01-DPOC, 41zA- 02-F1WC, 07CD-04-DC$O, 01Sl'-02-FTWR, 07C0-01.E PFI, 01SP-02-4L,OV, 07CD-01-1DPP OiAR.02-APR 01AR-02-APRC, 04AP-02.OAPT, 07CD.01-I(LSV, 01AR-61-SCi3T, 0802.01- WWCD, 030E-O2-T1LA, O8D2-02.EDCS, 0802.03-TOC:V1t, 49GN- 00-0Oi111P, 08132-04-6OLN,11 REd10-RFCB, O7RA-02-HHSIUM and O3OE-03-CACB; Line item 2021.06 1 $114,133.00 $114,133.00 ,_, 5 32th Response - Critical Transportation; AFL 12VE-D0.MJSS Lino Item 2021-10 1 $760,121.00 $760,121.00 8 •r 4n,. •,,i .k:::+Ns,,.... ••-h!': ,'-is.k ,IFAj,�Z.,�r.•"!N ',r;q ;k,',• "�:: 3?,. 7T .,�!y, +.�r'i: ,L4...! ; ''i ' Jj.}a p•.tit, .7:::a+;� 4 .::.t ,. �'�::"'r ;r' "�:"°: i�� �.. n'!i �. , y �''kh�h . 'r:,r�d r:1F"' .v � n' �"t pp 10g a ( •1 y�C�#I5045; . 1' ,.1 •�i•. ,, i„ ;i+' "u' „{, 1: � '! '','y fa'[:,• . ,, TF� �fi"r :.�,n�>+°�.::1?'!".�r,..7„ "',Y, i:'S. .; 1:. ar,:C,� �,h�;l: t.:n�%v ,•.r, �•�'+'�„�'iH ...t•�.� ..i ..• S �. ... .Y .. 1. :.I'v .{ Irf Av.1 Y:'�:'dr.�vr�: ...�i'f '�: •F ��!:tl r Pr.C'i�•.0 � . � i e. ,rI ,;0" , y ',��tit �+r ' ...1'; . ,::� , � ., r ,'.r!,:' , ,r •. 'ur;'s°?' -!:;1" & 1 _ f orn eeic V de� �lIgg intelligences and infoSnaring intelligence 4fi wlf 11, v ri1P�1[If�'� 1 1 ^^ �I VI93i't%I l,, v I.Agy Covert Streaming Systems); AEt. #13Ltr-0O-SURV, 04MD-*3-DISP, 04IIW01-INHWV and 1OGE-00-OENR; tine Rein 2021.03 9 $934,088:00 $134,058.00 3 + r,i •.g'IJf,.J .,,� .5,y.' s ,.1Jr+;' �A'ti7 ,. .:1 8ia•r , . „4.'. ;I v"Y;,, en :N w,. -' ,[y�,u '} Yy ,.. Wp.A �'J{pu'jI{yp SF i "ff �p WC"' P+Cl,I �t f'}l•a'''' iiiii� 11.W00.., R„ b ry i !� 'R , '„. , r,.! ! 1 �t F , ,„ ' J+•,, 3c 1,Y 2, 'i,i 'L, , . .,,, Cybersecurity (COQP Pro3eete), AEL #14C1-01-COOP, Line'— Item 2021.01 i $77,000 00 377,000.00 1 ST/CP (Access Control to include Election Security); AEL, #148W-01-PACS and 216iN-00-INST, Line item 2021-02 0260,000,00 $260,000.00 2 STICP (Physical Protective Measures - CCTV, Bollards); AEL #14SW-01-VIDA, 14SW-01 WALL, 210N-0041ST, 04MD-03.. QiSP, 2113N-00-MAIW, 04HW-01•i1NFIW�-- $1,369,124.00 $1,389,124.00 2 intelligence and info Slaving - interdiction and Disruption (Regional hilaritime Radar Project); AEL #14SW-01-RADR; Line Item 2021-03 1 $3301000,00 $330,008 00 3 Response -Communications (Backup Ethernet); AEL 44SW- 01-COOP; Line item 2021.10 1 $20,000.00 $20,000 00 9 '(11ap-Olior'aiid:Soreeiiing'Syst®msi ...' • .. , . � .$n'�A�iirii�i f�lsea's'e : . + . �.. .. : ' ;..•iilrrtal°,Ctiwe;and'Fore rlyit 6Nh. .n y C}�t,k,` Jv --. 5a��.Y .x ^i.' ,_ /. S, ;a` d ttSYu!'M+��, 4,011i r } " C.•?� °i.:, �k„ � .,1:4; , � v.,4,10n,.,, v ]b e"• h.�,1.,,.,, ..1 �l ,, :a t�'': , r , . } a q,,,, ,, j,, rli ..,,q, } , � , 1 pf !y � � :3 t � r.:'Y,; i?r . t 1a • . ,R r ,YS; " , 5' :: 4 Response - Mass Search and Rescue (Fireboat), AEL #17WC- 00-SOA,T, 21314-00-TRI4C; Line item 2021.12 1 $178,766.00 $173,783.08 ...,. 8 CFkRfi1IE'Prey.ant(on`an,Fi'esponse:Unrrialined'Airrleft .'' ' :' 1 . I . CelR lE,Avi'atlori,Et r.riprrmient..• 7,t 't', h a � ar �• tr p � i s ,� , a �' i t. 1 0' i moI1i tom' + 3 s, y. s K y: Iv, a it + � ��, r lutel"jafl , Fqu1I nt (g4�ta ;i n "cm( R kris prose lr ..`�, ,...., 5:.,:', ', , �1 .Crlttc I''einorgeriay's ippliea:'. , ' .. .. .. ' I .? < (j'arI,a'u qt 'uIpn1 r o ti; it' and o' '' c onstlt 'cho i ill^ r'er1Qv ilbn voSt n ff is atpgarj; VI mtfon euprav l u 4', , pmovt d by Nil �pr;)or�i�t [Ii. use .fly'f inds,fi n tii on dr�renc)vatlon) ~:,c. f " t.., `' 00' intelligence and Information Sharing -1 & I - Fusion Center Operations; AI"L421GN-00.00EQ; 04HW-01-INilW; 1311' 00- 1 INTL313IT-00-ALRT; Line item 2021-03 $270,000,00 $270,000.00 ... 3 32 1,1 Crops Cutthr1g- pperatlanal Coordination (EOC Enhancements); AEL #21(314-00•OCE(, 06-CP$$9-VCO I, 06CP- 01-PORT, Q4M1 03-018P, 04111Ww01 •NNCR 0.8PM-00-PTCH, DOCC•03-$ATP, G6CC-03-SATH, 06CC-044ADS, 060C•01- CELL, 14$W,01.PARS, 14CIa00-COOP, 21GN-0Q,,INST; 04Hy'V- ;1.CA L, 04s(V-01.1NH W anti 21 N-004$T; Line Rom 20217 Niitig�t r5n Community Resilience (CitlrenCvrpt'QERT); AEL. #21Q1+1-00 CGEQ, O4AP,08-SiMS, 08OP-41-PORT; Line item 2021-08 itlgatinn w Long Term. Vulnerability Reduction .M.. t nt �,- (l�Eil.�-ti:efl�AnG�r1Sliaiai}ti`e�et�&of ��c;u[7ti eilSj;. At:%. 021v lY^ilia MAIN; Line item 2021.09 Fiirillg:.ot full-time or part-tt Miff or contraotrirslconsuitants; to Pssistwith the management of the respective grant program; appiication requirements, and Cornpf'ancri avitfi retorting_and data coliectlon reqL.sirerhentsa r____ M&A Salary PtIrsonnel, Line item 2021-17 •1 1 $$ 05,600.O0 $497,80, 00 $806,60,00 $497,893, TOTAL QUIPM t' EXf ENDITUFi. . $10,400.3510a Development of operating plans for information collection and pracesshng necessary tO respond to DhHS/FEMA data vertll o and bacisfilli costs - Overtime expenses are d led a$ the result of personnel who worked over and abtsve 40 hours of weekly work tier e.in the performance of FEMA approved activities within the scope of this grant, Backfilt Costa also called 'Overtime as Bac fill'".pre defined expenses from the result of personnei who are working Oveitirrie in order to perform the duties of other personnel who are temporarily a signed to FEMA -; e.pprovecf.activitles outside their Caro respansi.bilitirs. Neither overtime nor backfilf expenses are .th€ result of an increase of Pull -Time l-suival t ( T5) employees, Travel .€ xpensa6 M xA TraVsl, i..tne item 2021-17 Me t ncg-relatod expenses 32'`• 1 $510,500.O0 $810,600.00 $20,000.00 $20,0 0.00 Authorized office equipment: including perSonal computers, leptop computers, printers, LCD projectors, and other equipment or software which may be required to support the im lementation of the homeland security strategy,. Office Supplies, Line Item 2021.11 The following are allowable only 'within the agreement period: Recurring fees/Oharges associated: with certain equipment, such a$ cell phones, faxes,. Leasing and/or renting of space for newly hired personnel tO administer krograms. within the grantyrogrent Recurring Expenses, Line item 202147 10-171-4V41:14;01-1',Z4.:, ';';4.A.- it•KOWL,',6 $20,000.00 $10,D00.00 4 „Ar3i3,01 • ,,,v,waLk.1,40h*iriKr.,.,1,Fi-44..,7:413,V42-4,:*?.... " TOTAL AWARD EXPENDJTUPoe$ $2D,04313.00 $10,000.00 '12,4-41,17;-'M $14,042,6o0 ATTACHMENT 8 $CQPE OF WORK $u Rsdiplents must comply with aft the requirements in 2 C.F,R. Fart 241;i (Uniform Administrative Requirements, Coot Principles, and Audit Requirements for Federal Awsrds). Funding is provided to perform eligible activities as identified In the Domestic Homeland Sec,urtty F deral Ernergency Management Agency National Preparedness Directorate Fiscal Year 202'1 Homeland Security Grant Program (H$ P), consistent with the Department of Homeland Security State Strategy. Eligible activates are outlinedin the Scope of Work for each category 1)eiow: I, Whin. ,and project Description — issue 48; The Urban Area Security Initiative (UASI) has elicwab,le Martagetnent.and Administration IN lie 3._) lost_. .. _ _ let d with 1a MI.... 'Division of Emergen Management, as the �l...sigeate.I !",tale �iVic3{p'�j 4n'W��.7 F.AS�IJ�I Ci[CiC! with I. The of Emergency C�O17S,ilf as the U`6m1�Clrllt5�f State AdmInistrative.Agenay, wilt remain five (6) percent c1 the total ¶SASI amount allocated to Flcrlda for M&A purposes. Thsse funds will provide the SAA with the means to manage and administer thee I,IA$I great. The ptc4 r rnarragetnent a.nd administration of these funds ensures that each protect listed wfll be fulfilled, or partially fulfilled, Mere efficiently 40hiie tarneirttag ter compilencewith the pHs. i'ederal Ftsckill Yenr,2021 Homeland Security Grant Program Guidance, lt, Caltegctr'ies and Eliolbls. Activities i Y 2021 allowable cash ores divided Into the fallowing categories for this agreement, Ptrirsntnc , Organizationei, Exerchke, 'TralninJ, Equipment kind litlanagement and At nalnlstrati tt. Each ,: tacgc ry`s allowable costs have been Voted in the." 1 udget i rateli Worlisheet" above. A. Allowable Planning Related:Casts HSGP funds may be used fora range of emergency preparedness and management plertrwlrsg 1st: lies such as. hose essotirsted.with the development, review, and revision of the T HIRA, SP,i , continuity of opera11orts.piarrs, and other planning. activities treat eultorttineCool and piecing en rnphasis on updating end maintaining d Current Eor that +inferns to the guidelines otutlined in C( 7 i2.0. 04 Developing hazard/threat-specific annexes that inacredrete tile range of prevention, protection, response, arid receVer r activities; i"?ev6oping and implementing homeland security Support programs and adopting DHS/FEMA national initietiviec a Developing related t®rttrrismind other catastrophic evert prevendforr activities; m Developinia and enhancing piens.arci prostocols; e beveloplrj or conducting ass eesments; * Hiring of flail -or p. rtwtime staff or contract/consultants to assist with planning. prtivfties (not for the purpose of hiring publfe:Safety personnel fcrifilling traditional pubitr; safety duties); * Materials reqtared to conduct planning activities, m Travelfper diem. related to planning activities; 4: Overtime and bacillus caecs (in accorclaticAS with operat€canal Cast G+tdance); * issuance of WHTl-compliant Tribal identification card; iiii ittivltie3 to schleve planning inclusive of people with clisehilltles and others with amass ss and functional needs; . .4 Coordination with Citizen Corps Councils for prablic inforMationieducation and development cif uoluntc rprograms; * Update governance strructures and process and plans for emergency cammurricaticns; * Development, and review and revfelon of continuity of operatle plarr% t Develeprnent, and review and revision: of the THtRAI$P'R continuity of operations Flans; ad O Activitiee.to achieve pianrwtng inclusive of penpie with limited English proficiency. 38 E. Allowable Organization Rotated Casts (HSOP and UAW Only) Sub -Recipients proposed expenditures of SHSP or UASI funds to support organization activities Include, s Program Manajement, • Development of whole ccmmurnfty partnerships, through groups such as Citizen Corp Councils; • Structures and mechanisms for information sharing between the public end private sector; • Implementing models, programs, and workforce enhancement tnitiatives to address Ideologically inspired radicalization to vfoience In the homeland; • Toots, resources, end activities that faciiftais shared situational awareness between the public and private sectors; • Operational Support; _. i _urc ------i._ ..__,. i. a-4-h.,.. typing, inverts Iw. • UEr�rz�ri'Iran Ur aiedflUr�P E]IG�4,i rG8WL31 Ica FfJgll�l'.y�t9f Mr it VU1Ll.�Fl47 du4FL Tuo' f�j.Fi}i�i, i71�727i ic:.�yii rp" organizing, and tracking to facifftate the dispatch, deployment, and recovery of resources before, during, and after an Incident', • Responding to an increase in the threat lever under the National Terrorism Advisory System (NTAS) or needs resulting from a National Special Security went, ▪ Migrating online services to the ".gov" Internet domain; and • Paying salaries and benefits for personnel to carve as qualified inteillgence Analysts. Per the Personnel Reimbursement for Intelligence Cooperation and Enhancement (PRICE) of Homeland Security Act, Pub. L. No. 110.412, ! 2, codified in relevant part, as amended, at 6 U,S,C, § 600(a), HSGP and UASI funds may be used to hire new staff and/or contractor p©sEtions to serve aF intelligence analysts to enable information/Intelligence sharing capabilities, as well as support exlating intelligence analysts previously covered by 1-4SOP or UASI funding, See 8 U,S.C, § Sr (a), To be hired as an intelligence analyst, staff and/or contractor personnel must meet at least are cf the following criteria; • Complete training to ensure baseline proficiency In Intelligence snelysis and production within six months of being hired; and/or, • Previously served as an intelligence analyst for a minimum of Iwo years either in a federal intefllgenr;e agency, the military, or state and/or focal law enforcement Intelligence unit. Intelligence Analyst Activities Allowably Outs (FIS P and UASi) All fusion center analytical personnel must demonstrate qualifications that meet or exceed competencies identified in the Common Competencies ice state, local, and tribal Intelligence Analysts, which outlines the minimum categories of training needed for Intelligence analysts, A certificate of completion of such training must be on .file with the SAA. States and Brian frees must justify proposed expenditures of HScP or LJASI funds to support organization activities within their 1,.1 submission, All SAAO are allowed to utilize up to 50 percent (50%) of their i-ISGP funding and all Urban Areas are allowed up to 60 percent (SO%) of their UASI funding for personnel costs, At tree request of a Sub -Recipient of a grant, the FEMA Administrator may grant a waiver of the 60 percent (50%) limitation noted above. F2equest for waivers to the personnel cap must be submitted by the SAAto (PID ire writing on official letterhead, with the foiiowing information: • Documentation explaining why the cap should be waived; • Conditions under which the request Is being submitted; and • A budget and method of calculation of personnel coats both in percentages of the grant award and in total dollar amount, To avoid supplanting issues, the request must tiro include a three- year staffing history for the requesting entity. Law Enforcement Terrorism Prevantlon (hill P) Activities Allowable Costs (H8GP and 1.tA81) 39 LETP Activities eligible for use of LETPA focused funds include but are not limited to; • Maturation and enhancement of designated state and major Urban Area fusion centers, Including Information sharing and analysis, threat recognition, terrorist Interdiction, and training/ hiring of intelligence analysts, • Coordination between fusion canters and other analytical and investigative efforts Including, but not limited to Joint Terrorism Task Forces (JTTFs), Field intelligence Groups (f lGs), High intensity Drug Trafficking Areas (H1DTAs), Regional Information Snaring Systems (MSS) Centers, criminal Intetliganoe units, real-time crime analysis centers and DHS intelligence, operational, analytic, and Investigative entities; • implementation and maintenance of the Nationwide SA i tnftiative, including training for front line personnel on identifying and reporting suspicious activities, tips/leeds, and onilne/social modls-based threats, as well as the execution and management of threat assessment programs to Identify, evaluate, and anaiyze indicators and behaviors Indicative of terrorism, targeted violence, threats to life, and other criminal activity; • Nlaneuernent and operation of activities that support the execution of the Intelligence process n tor cantor., including Put not 1Fmlted to: F nine i Ieimnn Offlner r `r O) prf�nfame. gj115A lW71Vil W�I144'+�a, ilivia,Hii,�.vur „v,,., ,,w.. ....i , .�x. �,:�. n,.,��..�,� ,.. �....-. ,. -,-r ,_.�,. .__, ., security programs to protect the facility, personnel, and Information, and the protection of privacy, civil rights, and civil liberties. • implementation of the "if You See Something, Say Something" campaign to raise public awareness of indicators of terrorism and terrorism»related crime and associated efforts to increase the sharing of Information with public and private sector partners, Including nonprotit organizations o Note; i i-HS requires that ail public and private sector partners wanting to implement and/or expand the DFIS "If You See Something, Say aornothtngl" campaign using grant funds work directly with the DHS Office of Partnership and Engagement (OPE) to ensure all public awareness materials (e.g., videos, posters, trl-folds, etc.) ere consistent with the DFtS's messaging and strategy for the campaign and compliant with the Initiative's trademark, whloh is licensed to DNS by the New York Metropolitan Transportation Authority. CoorclinetIon with OPE, through the Campaign's Office (seesay a@hq.dhe,gov), must be facilitated by FEMA. • increase physical sgrurity, through law enforcement persanrnal and other protective measures, by implementing preventive and protective measures et critical Infrastructure site or etr.risk nonprofit organizations; • Building and sustaining preventive radiological and nuclear detection capabilities, including those developed through the Securing the Cities initiative; and • Integration and Interoperability of systems end data, suoh as computer aided dispatch (CAD) and record management systems (iMS), to facilitate the collection, evaluation, and assessment of suspicious activity reports, tips/leads, and online/social media -based threats. Organizational activities under FISOP and UASI include; Oporationaj Overtime Costs, in support of efforts to enhance capabilities for detecting, deterring, disrupting, and preventing acts of terrorism and other catastrophic events, operational overtime costs are allowable for increased protective security measures at arlticai Infrastructure sites or other high -risk locations and to enhance public safety during mass gatherings and high -profile events. In that regard, HSOP Sub-Raolpients are urged to consider using grant funding to support soft target preparedness activities, HSOP or UASI funds may be used to support select operational expenses associated with Increased security measures in the authorized categories cited below. ▪ Packfllt and overtime expenses for staffing State or Major Urban Area fusion centers; • Hiring of contracted security for critical infrastructure sites; • Participation in Regional Resiliency Assessment Program (RRAP) aotivftles; • Public safety overtime; 40 • Title 32 or Mate Active Duty National Guard deployments to protect critical infrastructure elies, including all resources that are part of the standard National Guard deployment package (Note Consumable costs, such as fuel expenses, are not allowed except as part of N> standard National Guard deployment package), • Increased border security activities to coordination wit CBP; r National Terrorism Advisory System; Designated Naito:lei Security Events; • Special Event Assessment Rating (SEAR) Level 1 through 4 Events 0 States of Emergency; * National Critical lnfrastructura Prioritization Program (NCiPP); • Directed TransitPatrnis; and • Operational Support to a Federal Agency, Operational Overtime Requests: • kxcept for an elevated NTAS alert, HSGP or funds. may only be spent Tar operational overtime costs upon prior written approval by FEMA, The SAA must submit operational overtime requests in writing to its assigned FEMA Program Analyst (PA). FEMA will consider requests for special event activities up to one year in advance. However, such requests must be within the award's current perrod of performance and roust not result in the need for a request to extend the period of perforrrranca. • All operational overtime requests must clearly expialn how the request meets the criteria of ono or more of the oalegoriee listed above., Requests must address the threat environment as it relates to the event or edtivity requiring operational overtime support and explain how the overtime activity la responsive to the threat. • Poet -event aparatttarrat overtime requests will only be considered on a cese.by,.case basis, where it is demonstrated that exigent oiraurnstances prevented submission of a request in advance of the event or activity, • Under no circumstances moy OHS/FEMA grant funding be used to pay for costs already supported by funding Item another faders) source. a States with UASr jurisdictions can use funds retained ai the state level to reimburse eligible operational overtime expenses incurred by the state (per the above guidance limitations), Any UASI funds retained by the state must be used to direct support of the high -risk urban area. State must provide documentation to the UAWG and DMS/F'EMA upon request demonstrating how any UASI funda retained by a state would directly support the Maio -risk urban area, • FEMA will consult and coordinate with appropriate DNS conhporeihts as necessary to verify inforrneiion used to support operational overtime requests, Personnel Costs (HSGP and UAM) Personnel hiring, overtime, and backfill expenses are permitted under this grant to perform allowable H$OP planning, training, exercise, and equipment activities, Personnel may include but are not limited to training and exercise coordinators, program managers for activities directly{ associated With HSGP and UASI funded activities, intelligence analysts, and Statewide interaperabiiity coordinators (SWIC), Suip-Reciiaents should refer to information Bulletin No. 421b, Clarification an the Personnel Reimbursement for Intelligence Cooperation and Enhancement of Homeland Security AC:t of 2061)(Public Law / 10-412 the PRIG Act), October 30, 2013, HSGP funds may not be used to support the hiringa of any personnel to fulfil traditional public health and safety duties nor to supplant traditional public health and safety positions and responsibilities, The following definitions apply to personnel coats: • P fringr. State and local entities may use grant funding 10 cover the salary of newly hired personnel who are exotusivety undertaking allowable DI,i511'eNIA grant activities as specified d. 1 in this guldencs. This may not include new personnel who ere hired to fulfill any nnn- DHSlFEMA program activities under any circumstances, lilting will always result Ina not Increase of Full Time Equivalent (FTE) employees, s Overtime. These expenses ere limited to the additional costs that result from personae! working over and above 40 hours of weekly wank time eats direct result of their performance of DHS/FEMA approved activities specified In this guidance. Overtime associated with any other activity is not eligible, • Backfill-Related Overtime, Also called "Overtime as t3ackfill," these expenses are limited to overtime costs that result from personnel who are working overtime (as identified above) to perform the duties of other personnel who are temporarily assigned to laHS/FEMA.apprsaved activities outside their core responsibilities. Neither overtime nor backfJll expenses are the result or en incrcaase,of FTE employees. • Supplanting, Greet funds will be used to supplement existing funds and will not replace (supplant) funds that have been appropriated for the same purpose. Appiloents or recipients may be required to supply documentation certifying that a reduction in non-federal resources cnrurred for reasons other teen the receipt or expected receipt of federal funds. Organization (OPSO) Personnel Costs; OPSO funds may be used for domestic travel and per diem, Inoluding costa associated with the deployment/redeployment of personnel to border areas and for travel associated with law enforcement entitles assisting other local jurisdictions in law enforcement aoliviliee (travel costs muet be in accordance with applicable travel rnguiatipne), Up to 60 percent of an OPSG award may be used to pay for all personnel costs (only to the extent that suoh expenses are for the railewebfe activities within the scope of the grant). At the request of a recipient or Sub-4eclpfent, the FEMA Administrator (or designee) may waive the 50 percent peravnnei cap. Waiver decisions are at the diacretlor« of the FEMA Administrator and will be coneidered on a caeseby. case basis, Further, changes in scope or objective also require f MVIA's prior written approval pursuant to 2 C.F.R. § 200.306(c)(1)(I). Alarm& OPSG personnel waiver request ahouid, a Be on official letterhead, include a written Justification, and be signed by the local jurisdiction, 4 include a budget and method of cakeuiatlon of personnel costs both In the percentage of the grant award and in total dollar amount, reflecting the change in scope or objective to the project. s Include an approved Operations Order from the USWP Sector office that supports the local jurisctiction's wrlltee juetificetion, ▪ Be coordinated with the USBP Sector, SAA, and the DHS/CBP Office of the Border Patrol (OIP), Ae with all °PSG personnel ooste, OPSO grant funds will be used to supplement existing funds and will not replace (supplant) funds that have been appropriated for the same purpose. Applicants or recipients may be required to supply documentation certifying that a reduction In non-federal resources occurred for reasons other than the receipt or expected receipt of federal funds, Operational Overtime Costs. OPSG funde should be used for operational overtime costs aesoolated with law enforcement activitles In support of border few enfcrosment agencies for increased border security enhancement, Overtime pay is for enhanced patrol for certified public, safety officers, along limited support for other law cnforeament direct support personnel (e.g„ Communication Officers/Dispatchers, rcnesworn patrol pilots, ate.). Overtime shall be reimbursed consistent with the nose federal entity's overtime policy and the requirements as stated below; • Overtime Is time worked that exceeds the required number of hours during en employee's designated shift. o Overtime must be worked to increase patrol capacity end be In support of identified and approved IJSBP border security operations. 42 ▪ The, OPSG overtime hourly rate of' pay Will be no mote than the approved..overtime rate per local iaw and perflay and must be In >sccordence with appricable State and'sriera,t regulations, • Alf,overtimer expenses under OPSO must be. reasonable for the services rendered and oon#orrn to the nonfederal entity's :established written policy, which must apply to both federally funded and pen -federally funded activities and cornp.ly with the other al piicable requtrenten un.der'2 o.F R.' 3 u.4 O 2QO.4 ir. • The non.ferieraf, ntity may riot utilize O '$Q funding to pay for an employee's overtime h,curs or pay that akoeeds le hours worked in any 24-how period. Tetriporsrry or Tern Appointments •Sub-Secipients may utilize temporary or term appointments to augment the law. .preaenee ore the borders, However, applying funds- toward hid ri full-tfine or permanent sworn ub?io safety office iee'linaflr�wahlra; a Orwia gunaaci mmoorary or ierin appoirriments Hiiy 0n,L;eed the z"APpr ovv4 pa„" -id u, performance,. • For OPG purposes, temporary appointments are nenitatus appointments fear loss `than one.yeer, a For °PSG purposes,. term appointments are non -status appointment for one. year, extendable) for one year >a necessary, OPSQ funding for t irrrperary or term appointments may ray for salary orily, Oenefits are not aifQuureble expeneee liar terra or temporary' employees, OPSta' remains. a non -hiring program. Aprrroprilte uses of temporary or terra appointments Ta carry out specIfic enforcement operations work for ongoing °PSG -funded patrols throughout the Seer Area 6f`Op sastiOn; ▪ To staff operations of limited duratioi such ea OPS enhanced enforcement patrols targeting s;pecifiiw iodations ar crIminei acttutty; and, a To nil OPSG, pO itir ri in •ac lvities undergoing, transition or personnel .shortages and local beelelf! pe,ficfes (rn. edicgl/mfiitery tdepioyrnantel, OF G term and temporary app-Ointments rnust have aiP necessary certifications and tr 'ning to enforce. spite and local laws, °PSG Rinds:will not be used to train or corgi. terns or temporary appointments except' as otherwise stst d in the P$ section of the Preparednoas Grants.rdiaoual tnd.the HS i NOFC, b, in t ctditton to these terms. SubResipients mast follow their own applicable policies and procedures regarding temporary er term appointments, LItt aflowsiefe Coat (OPSG OPSG unallowebla.costs Include casts aasociated•witl"t;evfdence collection, arrest processing, prosecution; and Traffic/DUI cheakptiints, such a$ evidence dotzl,imentation camerae, fingerprinting supplies,. alcohol )dreathaly2ers, portable worts lights, trefflo barricades, and similsar law enfarcemant expenses. Additional unallowable mats also include coasts associated with staffing and general'IT oompe"rtincg equlptnentand hardware, soon rl<tr personal cc mputere, .taxers, aopy rnachlive, moderns, etc. O.PSG Is not intended es s hirl'ng program. Therefore, applying:funds toward' hirirtij full-time of permenent.trworn public safety officers• is urrellowable, OtaSG: funding shah not be useld. to'suppiant inherent routine patrole and law enforcement operations o.t activities not dim:* related to providing enhanced doordlnatfon between Ir arend fWeral,faw enforctrmentagencies, Finally,,construttkan endrorrenavation cOats., Ind exercise expesnses are prohibited under °PSG C. AI1rvvebie1~xerctse Related Casts Exercises conducted with grant funding should be rrranaged en.d conducted consistent with HSI IrP, HSEE.P guidance'for exercise sit sign:, devefopmen , conduct, evaluation, end.'impravernent planning is located t%it ttPeAtttlelitr:, tQVAltperaarrczlrrarrkcrers/ffaf,'oc781 rarvnor Cfriessf2rQJspslhsecpf 43 • Design, Develop, Conduct, and Evaluate an Exorcise • Full or parr: -time staff ar contractorsiconsultants • Exercise Planning Workshop • Full- or pert -time staff or contractors/consultants • Overtime end backfili costs, including expenses for part-time and volunteer emergency response personnel participating In DHSiFEMA exercise ® Impiementation of HSEEP • Activities to achieve exercises Inclusive of people with disabilities and others with access and functional needs • Towel • Supplies associated with aitowable approved exercises • fnteraperable communications exercises Additional Exercise Information ^uk7-RG pienfs filet decide to use HSC- P funds to conduct an exercisr .$) Ears encouraged to compiste e progressive ex+vroi a series. Exercises conduoted by states and high' risked urban areas may be used to fulfill similar exercise requirements required by other grant programs, Sub -Recipients are encouraged to Invite representatives/planners Involved with other Federally mandated or private exercise activities, States and high risked urban areas arse encouraged to share, et a minimum, the multi -year training end exercise schedule with those departments, agencies, end organizations included in the plan. • Validating Capabilities. Exercises examine end validate capabilities -based planning across the Prevention, Protection, Mitigation, Response, and Recovery mission areas. The extensive engagement of the wholes community, Including but not limited to examining the needs and requirements for Individuals with disabilities, individuals with limited English proficiency, and others with access and functional needs, Is essential to the development of an effective and comprehensive exercise program. Exerolsss ere designed to be progressive — Increasing In scope and complexity and drawing upon results and outcomes from prior exercises end reel - world Incidents to challenge participating oornmunit ns. Consistent with Homeland Security Exercise and Evaluation Program guidance and tools, the NatIonai Cxercise Program (h1EP) serves as the principal exercise mechanism for examining national preparedness and measuring readiness. Exercises should align with priorities and capabilities Identified !n a multi -year TEP, • Special Event Planning, If a state or Urban Area will be hosting a special event (e g., Super Bowl, G-8 Summit), the special event planning should be considered as a training or exercise activity for the purpose of the multi -year TEP, States must include all confirmed or planned special events in the Muiti-year TEP. The Mate or Urban Ares may plan to use I-ISGP or LASl funding to finance training and exercise activities in preparation for those events. States and Urbari Areas should also consider exercises at major venues (e,g., arenas, convention centers) that focus on evacuations, communications, and commend and control, • Regional Exercises, States should also anticipate participating In at least one Regional Exercise annually, States most include ail confirmed ar planned special events in the Multi- year TEP. • Role of Alan -Governmental Entitles in Exerelses. Non -governmental participation in sli levels of exercises is strongly encouraged. Leaders from non -governmental entities should be included in the planning, design, and evaluation of an exercise. State, focal, Tribal, and territorial Jurisdictions are encouraged to develop exercises that test the Integration and use of non -governmental resources provided by non -governmental entitles, defined as the private sector and private nonprofit, falth-based, community, pertIclpatIon in exercises should be 44 coordinated with the local Citizen Corps Cauncll(s) or their equivalent and other partner agencies. i^Dr511/1 State Training Office conditions for x®rcisea, For the purposes of this Agreement, any exercise which le compliant with HSEEP standards and contained In the State of Florida (arid County or Regional) MYTEP qualifies as an authorized exercise. The Sub.Recfplent can successfully rnmplate an aisthorizcsd exercise either by ettsnding ar conduotlna that exercise, • In order to receive payment far successfully attending an authorized exercise, the Sub. Recipient must provide the Division with a certificate of completion or similar correspondence signed by the individual in charge of the exercise; additionally, the Sub -Recipient must provide the Division with all receipts that document the costs Incurred by the Sub -Recipient in order to attend the exercise, • in order the receive payment for successfully conducffno an authorized exercise, the Sub. -- order --.. plc./ ._ e, the r ..i_r,�_ with _n successfully 11.1 A rtrSt1C't IPCIWnir9t reacting �fd41N1�711i i`tIGE.'S9, 1.H JVJU 1111J 1.f1V1ti1�1I11NIL11 all �hrLrtily, rrr' !lr', 1l-Lr1Ylr-Wr1-1'" J I'd:acting Minutes and Sign -In Sheet for exercise attondesa; additionally, the Sub -Recipient must provide the Division with ail receipts that document the costs incurred by the Sub.Reclpient in order to conduct the exercise. The Sub -Recipient muut include with the reimbursement package a aaparFafe copy of the page(s) from the Exorcise Plan which identifies the participant agencies and a printed page(s) from the State (and Ca linty or Regional) MYTEP reflecting the exercise. • if you require food/water for title event, request must come to the Division within 26 days prior to the event, in the following format; Exercise Title: Location: Exercise bate: Exorcise Schedule: Estimated Number of Participants that will be fed: Estimated Cost for food/water: Description of the Exercise.' D. Allowable Training Related Coats (SHOP and UAW) Allowable training -related costs under HSGP include the establishment, support, conduct, and attendance of training specifically identified under the HSGP and UASI programs and/or in conjunction with emergency preparedness training by other Federal agencies (e.g., Hi -IS and DOT). Training conducted using HSGP funds sfrauid address a performance gap identified through an AAR/IP or other assessments (e,g,, National Emergency Communications Pan NECK Goal Assessments) and contribute to building a capability that will be evaluated through a formal exorcise, Any training or training gape, including those for children, older adults, pregnant women, and individuals with disabilities and others who also have access or functional needs, should be identified in the AAR/IP end addressed In the state or Urban Area training cycle, Sub -Recipients are encouraged to use existing training rather than developing new oourses, When developing new courses, Sub -Recipients are encouraged to apply the Analysis, Design, Development, Implementation and Evaluation (ADO E) model of Instructional design • Overtime and baokflll for emergency preparedness and response personnel attending DHSIFEMA-sponsored end approved training classes • overtime and baackfill expanses for part-time and volunteer emergency response personnel participating in DH$/F MA training • Training workshops and conferences • Activities to achieve training inclusive of people with disabilities and others with access and functional needs and limited English proficiency 45 • Fil- or part-time staff or contraaterslconsuitants • Travel • Supplies associated with alloweble approver.{ training that are expended or consumed durirrg tha course of the planning ing and conduct of the exercise project(s) • instructor certlfipationlrericertlfloation Coordinatbn with Citizen Corps Councils In conducting training exercises • Interoperable communications training • Activities to achieve 13tartning induSive of people with limited English proticienay • immigration enforcement training Additional Training information Per DHSWF EMA Grant programs Directorate Policy 111423, Review arrrdApprovel Rerquiromenrs rcir Training ng Course's Fw char! T-,rr..,_ h Pre aradrioes Grants im ued on July 19, 9018 stet tarrittlr}e., f f�AYlF Filly l,Ti3lifJ�3 �"}Ilfiv�yi %lI11i41 �,i f .rr.+ui'ce...�:u+., v -' e , Tribei entities and high-ristt urban areas are no longer required to request approval front FEMA to( personnel to aCtsnd non-?HS FEMA training as long as:the training is coordinated with and approved by. the state, t€rritery, 'tribal or high -risk urban are,= Trelning Point of Contact (TPCC) and falls within the FEMA missian .sobpe and the jurisdiction's Erriergenty Operations Plan (EOP), The only escceptfori to this poky is for Countering Violent Extremism courses. OHS/FEMA will condtiot periodic reviews of all state, territory., and Urban Area training, funded by Dh1Sli"EMA. These reviews may include requests for ail course materials and physical observatk n of, or participation In, the funded training.. if these review.4 determine that courses -are outside the Gape of this guidance, aub•Recipidnts will beeiiked to rvOy grant funds expended support of those efforts. For further Inforrnatlon yin developing courses using the Instructional design methodology and tools that Can. facilitate the praeeas, SAAs arid TP005 are e#nvureged to review the NTFV P6,7poncior "rrelitrilv Dovotoprettitit Cofer (f '( C) website. DH$IFEPAA Provided Tratnktg. These- train ings include praf4r2rns or cOurpes developed for end delivered by institutions and. arganittliona funded by I HSIFEMA. This lncludes!the Center for Domestic Preparedness (COP), the Emergency Management institute ( Mi), esid the Netionpl Training grid Educatior► L ivi fan's (NTEC) Training Partner Programs ('fPP), TFP includes the Center for Homeland Dolenae anal Security, National Dornestia Preparecines Consortium (NDPC), Rurai Domestic Preparedness Consortium (RtiPQ), and training partnere through.tho Continuing Training Grants program. Approved State and FIciarai Sporrsorep' Course datatogue This. catalogue lists state: and Federal r pot sored courses that ftail.within the OHS/FEMAmi;3.sicn scope and have been approved through the r'EMA course review and approval proress..An updated vereion of this catalog can be scot used at w ii metre an er 'r.>jj gaay. Training NotProvided by C)b /PEhMA. These training's include ccursea that are either state sponsored .or Federalpcinsored (nan•D1-1; /FEMA), coordinated and approved by the SAA or their designated TPt C, and fall within the Dk'Si..FEMA rniss(an scope to prepare state, Icacal, Tribal, Arad territorial personnel to:prevent, protect against, mitigate, respond to, end recover from aCte of.terrorisrn or catastrophic events. ▪ State Sponsored Comet, These course,}. are developed for anther delivered by )rtstitutiorss or organizations other then Federal' entities or FI*MA end are sporrsor.ed by the SAA or their designated TP00., • Jotrtt'Trainirsg and Earercless with the.Pubilc and Private eactors. Thew caursrr$ ere sponsored and coordinated by priv.ate sector entities to enhance public-trivate partnerships for training personnel to prevent, protect against, mitigate,. respond to, and recover from acts 4i of terrorism or catastrophic events. in additlon, States, territories, Tribes, and Urban Areas aro encouraged la incorporate the private seotorin government -sponsored training.and .49XerC:181:98. Additional information or both DHS/FEMA provided training and other federal and state training can be found at; 1onrtrininq.goy Training Information Reporting System ("Web.Forms"). Web -Forme is en electronic form/dee management system, built to assist the SAA end its designated State, territory and Tribal Training Point of Contact (TPOC), Reporting training activities through Web -Forms Is not required under FY 2021 HSGP, however, the system remains available and can be aocaseed through. the FENIA Toolkit located at tittcs1/14,mf t ' viftit in ardor to pport grantees in their own tracking of training deliveries., FOEIVI State Training Office OondltiOns: For the purposes of thia Agreement, any training course listed on tba r.,HS ciii3prevoci caurce catalog quf,diflec ei aul[vA—hci tt,ourse, The tft.,1-P..ncipiallt eee. successfully complete an authorized coarse either t'y attending car that' counie. • fn order to receive payment for Successfully attending. an authorized training cove°, the Sub - Recipient must previde the Division with a dertifidete of course completion; additionally, the Sub -Recipient must provIde the DivIslen with ft receipts that docurrient.the casts incurred by the Sub-ReciPlent in. order to attend the course. • rn order the receive payment for auocessfully conducting an authorized dowse, the Sub - Recipient must provide the Division with the course materials and a ro.e.ter sign -in sheet; additionally,. the Sub.Reciplent must provide the Division vvith ail receipts that document the costs Incurred by the Sub -Recipient in ontier ta conduct the coUrsa:' • For courseelhat are non..0.11S approved tralrilng, Sub-Reciple,nt millet request approve! to conduct training through the uce of the 14pri-TED Forrnand provide a copy, Along With email, showing approval granted for aoncluot. • Rif the. conduct:of Veining workshops, t ub-Rociplent must provide a copy Of the to(irso materials and 8in-in sheets. • The number of participants must be a minitrUm of.16 in order to Justin/ the cost of holding a course. For questions regarding adequate number of participants please..contact the FDEM State Training Officer for course specific guidance, Unless tho tub -Recipient receives advance.Wrillen approval frorn the State Training Officer for the number of participants r' then the DiviSlon will reduce authorized for reimbursement on a pro-reirit basis for any training with less than 16 participants. • The.Sub-Reciplentrnuat include with: tharoimbursament package separate copy of the page(%) from the State (and County or Regional) MYTEP reflecting the training, 5, Allowable Equipment Related Coats (slipp and IJASI) Er* ThIS 21 allow e prevention, protection, mitigatlen, response, and recovery equipment categories for HEOP are listed on the Authorized Equipment blot (AEL), The AEI., aavailable at Wie, WO" femp.govfauthorizeri,•actripmerit-list, Some equipment items require prior approYal from. OHS/rEIVIA before obligation or purchase of the Items. Pfeesa reference the grant notes oreh equipment item to ensure prior approval is:not required or to ensure prior approval Is obtained If nocessary,.Uniess °the/wise started, ail equipment rmust meet all mandatory regulatory andtor DHSTEMPoaclopted standards to bs eligible for purchase using these funds::tneddititin, recipients will be responsible for:obtaining and maintaining all necessary certifications and licenses for the requested equlpment. 47 Grant funds may be used for the proourement of medical countermeasures, Procurement of medical countermeasures mast be conducted in coliaboration with Sta teicity/Iooal health departments who administer Federal funds from NHS for this purpose, Procurernen.t must have a sound threat -based justlflaatlon with an aim to reduce the ocnsequeraceaa of mass casually Incidents during the first crucial hours of a response. Prior to procuring pharmaceuticals, grantees must have in place on inventory management plan tc avoid large perlodia variations suppilee duo to ooirictding purahese and expiration dates. Grantees are encouraged to enter into rotational procurement agreements with vendors and distributors, PurGhasea of pharmaceuticals must Include a budget for the disposal of expired anise within each fieoai year's period of performancefor irlSGP. The cost of disposal cannot be carried over to another FEMA grant or grant period, The equiernent, gouda, and supplies ("the equipment") purchased with funds provided under this agreement ere for the purpoees specified In "Florida's Domestic Security Strategy Equipment purchased with these funds will be utilized In the event of emergencies, nruad"+_rg aut,. nt lisr;itad.to terrnrtaama,rai earl hazards,. Sr,h-Recipient ahall piece the equipment throughout the State of Florida in ouch a mariner that, in the event vi a i amaraaniay, the equipment can be deployed on the scene of the emergency or be available for use at a fixed location wltllin two ) hours cf a request for said deployment. The Florida Division of Emergency Management (FDM) must approve any purchases of equipment not itemized In a proJeet'e approved budget In advance of the purohase, The sub-aleoipient will, in acoordance with the statewide mutual aid agreement cr other emergency response purpose as specified In the "Florida Domestic Security Str:tagy,' ensure anal all equipment purchased with these funds Is used to respond to any and all Incidents within its regional response area as applicable for so Fong es this Agreement remains In effect. Prior to requesting a response, the FDEM wltl take prudent and appropriate action to determine that the level er intensity of the [ridded 1s auoh that the specialized equipment and resources are necessary to mitigate the outcome of the incident. Allowable Equipment (APSG). OPSG equipment Is intended to be incidental to the enhanced border security operations being performed. The grant is not intended to be used to outfit er supply genersi equipment to GLST law enforcement agencies Equipment must be relatable to and justified by the operational benefit It will provide. n Equipment Marking, Beoause equipment purchased with ()PSG funding is intended to be used to support OPSG activities, It may be appropriately marked to ensure Its ready tdentiil.ation and primary use 4orthet. purpose, When pretticable, arry laqulprnent purchased with OPSG funding should be prominently marked asfollowsr "Purchased with OHS funds for Operation Stonegarcfef €)$e" s Fuel Cost and/or Mileage Reimbursement There is no cap for reimbursement of fuel and maileage casts in support cif operational activities. • Vehlote end EquipmentAcqutsitton, including Leasing and Rentalsi Allowable purchases under °PSG include patrol vehicles and other mission -specific equipment whose primary purpose le to increase operational capabilities on or near a border nexus In support of approved border security operations, .detailed juetiflcatIon Must be submitted to the respective FEMA HQ Program Analyst prior to purchase, • Medical Emergency Countermeasures; Allowalale purchases under OPSG include naarootic antagonlet pharrnaoeuticals, detection and identification equipment, safe storage end transportation, personnel protective equipment, and Initial equipment training, es will be refleoted in the AEL and explained in it3 4'$. 48 F, Unallowable Coats (HSOP, UASI and OPSG) �r P9r FEMA policy, the purchase of weapons and weapons accessories, Including ammunition, is not allowed with HSGP funds. • Grant funds may not be used for the purchase of equipment not approved by oHSfFEMA, Grant funds must comply with IS 426 and may not be used for the purchase of the following equipment: firearms, ammunition; grenade launchers; 'bayonets', or weaponized aircraft, vessels, or vehicles of any kind with weapons installed, e Unauthorized# exerclse-related costs Include, o Reimbursement for the maintenance or wear and tear costs of general use vehicles (e.g., construction vehicles), medical supplies, end emergency response apparatus (e g., fire trucks, emf uianoes), o Equlpment that is purchased for permanent Installation and/or use, beyond the scope of the conclusion of the exercise (e.g., electronic massaging sign). et, kaa tlrli'ml lanrit,me Proj,r:t IO $tGl $ubrevipientia are encour iyed tp prior Lim aGquisiJion and doveluprr ni vl rugici lrajeoutu on the borders to rneximixe Intereperability and coordination capabilities among federal agencies and with state, local, and tribal law enforcement partners. Such regional projects include: • Communications equipment: Radio systems and repeaters a Integration with regional Intelligence and information sharing effort (Le. fusion Centers) o Intelligence analysts # SituetIonal Awareness equipment; o License Plate Reader Networks oVisual detection and survetilanae systems o Sensor Systems O Radar Systems (for air andfor marine incursions) a Aircraft systems (manned or unmanned) H. Critical Emergency Supplies (SIHSP and UASI) Critical emergency supplies, such es shelf stable products, water, and c i ocik.ICPment and supplies are an allowable expense under Sii$P and UASI. Prior to the allocation of grant funds for stockpiling purposes, each state must have L3HS/FEMA's approver of a five-year viable inventory management plan, which should include s distribution strategy and related sustalrirnent costs if planned grant expenditure Is over $100,000,00, If grant expenditures exceed the minimum threshold, the five year Inventory management plan will be developed by the recipient and monitored by FE'MA. FEMA will provide program oversight and technical assistance a$ it relates to the purchase of critical emergency supplies under LUM(. FEMAwEE4 estAbilsh guidelines and requirements for the purchase of these supplies under UASI and monitor development and statue of the state's Inventory management plan. L Construction and Ftenovatlorr (SHSP and UASI) Project construction using SHSP and UASI funds may not exceed the greater of $1,000,000 or 'S% of the grant award, For the purposes of the limitations nn funding levels, communications towers are not considered construction. Written approval must be provided by DHS/FEMA prior to the use of any NSGP funds Tor construction or renovation, When applying for construction funds, recipients must submit evidence of approved zoning ordinances, erchlfet;turai plans, and any other locally required planning permits, Additionally, recipients are required to submit a SF-424C form with budget detail citing the project costs. 49 Recipients using 'funds for construction projects must comp iy with the Davtie-Seoen AO, (codified as amended at 40 U,S,C, @.§ 3141 et seq.), 'Recipients must ensure that their contractors or subcontractors for construction projects pay workers. no fess than the preventing wages for laborers and mechanics empioyed on projects of a character like the contract work in the civil aubdivisiOn of the State in which the wok ['a bit* performed.. in/on-nation regarding compliance with the Davis -Bacon Act, irotuding Department of LEibor (DOL) Wage determinations, r8 available online at tagetilltriikdoil,goAragoioe 'Ws/ J. Communications rowers Wheh. applying for funds to construct communication towere, suhreolpients must skihmit. qvidencotet the Federal Comittilnicetion Commtissiorr Section 100 of the National Historic 'Preservation Act, Pub, L.. No, i5g-id65, as. emended, review process been completed. K. Disposition When ortginal or repiacemarit equipmont acquired under Federal award is no fonder needed for the two -nit -NA 111.14,111,01,1 tir lettnIto4t,d4 n awarding, agency, except es otherwise provided lo Fatierai statutes, regulations', or Federal awarding agency disposition instructions, the Sub -Recipient must request disposition. instructions from rLam Office taf Domestic Preparedness and this Slate AdMinIstrathie Ape will request deposition instructions from Federal Awarding agencyas required by the terms arid qenetione of tile Federat sward. The $ub-Fieclpient 5111 riptifyithe 1LM Offke of Domestic Preparedness at 255o shumard Oak Bivci,, Tallahaeisee. Ficrida 32ao0 on (1). year in advance of the expiration of the equipment's pestisid she-lifeor normal life expectancy or when. It h been expended. The. sub-p.iiciploit 6rialJ lathy the FDM immediately if the equipment ls destroyed, lost; or stole,ri. L. Requirerrentifor Small Unmanned Aire raft System (St4S12; UASI, and OPS43,), All requests to purchase Small Unmanned Aircraft Systems (SUAS) with FEMA grant funding must coMply with IS 426 end IS 438 and. Include a description of the poncies end, procedures tin -piece to saNguar4 lnclivIcluvi$' privacy, civil rIgli.ts, and civil liberties of the jurisdiction that will purchase, take title to 'or otherwiseuse the. suAs equipment, M. Acquieftri end Use of Technolotty tO Itigtigatra VAS itcounieri‘VAS.). Prior to the testirig, acquisition, installation,.or use of UAS defection andior miti.getion syetems, entities should eeek the advice. cf counset experienced with both fader si and state criminal, surveillano.e, arld.00rnmunications law& SubreCiplents should conduct their own 'legal and techniCai enaiysis of each UAS detection inciter mitigation 6V3t0iil ntB.hOWSJ not rely solely on vendors' repreeentatione of the system's' Isgonty or functionaiity.iFor fi.irther information Please see the DHS pr `4r.i relesss ot3 lk1 toptv 1:4125.8w4kd'ns. tNiri6WS 20 L3 ',qilnteraci§tiOv_- aeiji.agL.(.eotiriotcoy-ctetc,r-prid'-rpr,Ogee-irnapped-tijrqraft. N. FiratNet, FirstNet provides public:safety entitle's with mission -critics) broadband dem capabilities and services including, but not limited to rneseaging, !hags s haring,' video streaming, group text, voice, data storage, application., ilocatiorr.ihased services, and titiality of Service, Priority, end Preemption, Pei:Mo. safety entities seeking to enhance their operational Pap[abl[it;cps using broadband ihchno'ogy may sort grant funding from approprfate programs to support the * Planning for iritevtion of information technology (11) Infrastructure, software, arid site upgrados recesary la connect to FirstNet Handheld broadband devles Including SrnOrtphorie, feature phones, tablets, vvesrabies, push-totelk (PTT) devices ▪ Vahicle-rrieunted or ethetwise field operated clat8 devices, such as ruggedized laptops Network access del/ices, inotuding portable Wi-Fi devices, Unlversat Serial BUS (UStia) modems/dor-10s, trunk -mounted inodems, routers 50 • Customer -Owned and Managed {CaAM) broadband deptoyabie equipment, enabling public safety to own and dispatch coverage expansion or capacity enhancement ecituiprtrvrtt within their jurisdiction e Broadband device accessories that enable efficient Saud safe public safety operations such as headsets, heft clips, earpieces, remote Riuotot,th 36n9eer9fr, rrtggadixed cases a Subscriber identification Modtales (SfMs),ifiniversal Integrated Circuit Cards (UICCe) to tow public safety 6rners to up. date existln i devices L? operate on public safety' prioritized services • One -tiara prirchase and subscrziptlan•baSed apptications for public safety idee''which could include, among several other options, enterprise mobility management (EMM). Mobile device management (MID), mobile Virtual Private Network (!!Pion), identity services, or cloud service 1QOtir, Sub -Recipients must he coordinated +ulth the Statewide Irkleroperabliity Caardinator•(SWiC) and FirstNat en the planning, deployment timelines, and operational availability of the network. depidymentto'thln a spectiflc state or territory and t' oksure that proietrt 0066 ncri consiict With network p1anning',efforts and.compilbs with all technical caquirernerits. FirstNet requires participating agencies to demonstrate a subebription to publio safety -prioritized Raraadbantl st:rvldes to purchase F'irstNet broadband dvioee or applications. h'EMA.iriformation Bulletin (IC3) #386 has been rescinded by prior NOFOs and remains rescinded as the technical requirements and nationwide Aetwork architecture has been developed, and f irstNet fs nperatlonai'. Sttbrecipients, however, Must coordinate with FirstNet in advrance of any strategic acquisition of broadband LI,E:equipment to ensure that purchases attnefe to all applicable standands for public safety entities. 0, SAFECOM Emergency communications systems and equipment must meat applicable. AEEC0M Gtrltlett e,. Sub -Recipients must be coordinela>:t.with the SW1C and the State lntsroperablllty Governing Body (SIOB) io errtrure interoperabllity and long-term compatibility, • r-,. Cytierseorstr ty Sub -Recipients :nts most use HSGP fund Tor cybaraeouroty projects that support the security and functioning of critical infrastructure and.core capabilities as they relate to terrorism preparedness and tray sinultariaousfy support, ent3enced preparidrs-ens for other hazards unraiafrvd to acts of torrorisrrn, Q. 1Lavu Enforceniant Readiness ss (SFSP, liA81,, and QPSG) QPSG girt fwsds mom be used to increase Sperationaf, material, and technological readiness of SLTT lava enforcement agencies, The Dolattgation of immfgrstlorr,Atrthprity, Stratton 2a7(2) of the Immigration and Nationality Act (+NA) program allows a state or fecal law enforcement entity to enter into -a partnership with (C , under a•jottit Niterrporarndum of Actreerrrant (700A),.to receive delegated authority for IMmlg;retion enforcer-nenr withiin their jurisdictions SHSP, LIASI, or °PSG grant funds May be xpgtiested and may be appriavad on a ease -by -case basis for immigration erhforcelmaot training fn support,of the border security mission. Requests for training will be evaltlated On a case by -care beefs and can only be usedtor certification trt.thcs section 287(g) program {provided by DHS)ICE. SNSP., UASI, Or O G Sub -I otplerrts wvlth agreements under 5tsetion 7(g) of they' Imrrnfgrr tion and Nationality Act (8 L1,S.C, § 'I317(g)i) to receive delegated authorit26y for•immlgration enforcement within the fr jurisdictions may also be reimbursed for section 0 7(g} related cpsretlonef Whiffles with approval from 1=EMA on a case-by-o se basis. For OM, Sub -Recipients rntist be authorized by LISBP Neadt uartefs and. Sentarrs, and operational activities must be coordinated through a Ut3P Sector. R, ivlaintenance and auatafnment (Slf3P, UASI, and C3P$O) The use of DDwHS/FENMA preparedness grant funds for maintenance contracts, riarrantles, repair or replacement cash, upgrades, and user fees are allowable, as described in FEMA Policy FR 2O5-42- 1I25-1 under all active end future grant 0/Orr/al, unless othervias noted, Except for maintenance tenance fauns 5i or extended warranties purchased Incidental to the original purchase of the equipment, the period covered lay maintenance or warranty plan must not exceed the PCP of the specific grant funds used to purchase the plan or warranty. Grant funds pare intended to support the Goat by funding projects that build and sustain the care capabilities necessary to prevent, protect against, mitigate the effects of, respond to, and recover from those threats, that pose the gmtest net: to the security of the Nation. ill order to provide recipients the ability to meet this objective, the policy set forth in i-A11A's IB 37g, Guidance to State Adminlstrative Agencies to Expedite the Expenditure of Certain DHSJFEMA Grant Funding, initially for FY 20074011, allows for the expansion of eligible maintenance and suatairtment costs which roust ba In (1) direct support of existing capabilities; (2) most be an otherwise allowable expenditure under the applicable grant program;; () be tied to one t f the care capabilities In the five mission areas contained within the Goal, and (4) shareable through the Emergency Management Assistance Compact. Additionally, eligible costs may also be in support of equipment, training, and critical resources that have previously been purchased with either federal grant or any other source of 4i,nrfnn other Fhon r'il.I...FEMA nrenArrarariras4 tirFint progrnrrl doirars. S. Management and Administration MA) (HSGF & UAW) Management and administration fM&A) activities are those directly relating to the rnsilager'nerlt and administration of HSGP funds, such as financial management and tv or toring Sub-Reolpierits awarded M&A coats under this agreement can retain a maximum of up to 5%O of their total agreement award amount for M&R costs. Allowable M&A activities inO'iude. * H 1r g of full-time or part.tme staff or cantractorelconsultants: o To assist with the management of the reepecilve grant program. o To assist with eppiicaiion requirements, o To assist with compliance reporting end data collection requirements. Management and Administration {M&A) (OPSG) Management and administration (M&A) activities are those directly relating to the management and administration of °PSG funds, such as financial management and monitoring. Recipients may retain up to 2,5% of the overall OPSG allocation prior to paasinwthrough funding to Sub-Reoipients. This fu.ndirtg must be deducted in en equei percentage from each Sub -Recipient. Sub -Recipients and friendly farces may retain funding for MCA purposes; however, the total amount retained aai�rtat exceed 5 percent of the Sub -Recipient's subaward. Friendly forces are local law enforcement entities that ere subordinate Sub -Recipients under OPSG. to other words, friendly forces are entitles that receive a subawerd from a Sub -Recipient under the OPSG program, Friendly forces must comply with all requirements of Sub -Recipients under 2 C.F.R. Pert 2011 Procurement All procurement transactions will be Conducted In a manner providing full and open competition and shell comply with the standards articulated In: * 2 C.F,R. Part 201); * Chapter 287, Florida Statues; and, ® Subrectplaut's local procurement policy. To the extent that one standard is More stringent than another, the Sub -Recipient must follow the more stringent standard, Far example, if a State statute Irrtposee a stricter requirement than a Federal regulation, then the Sub -Recipient roust adhere to the requirements of the State statute, 52 The Division shall pre -approve all scopes of work for projects funded under this agreement. Additionally, the Sub -Recipient shall not execute a piggy -hack contract unless their local written policy allows for piggybacking, ;and the Division has approved the Scrape of Work contained fn the original contract that forms tine basis for the piggy-baclt contract, Also, in order to receive reimbursement from the Division, the Sub -Recipient must provide the Division with a suspension and clebarrnent form for each vendor that performed work under the agreement. Furthermore, if reverted by the OlvisiOr,, u_ S L 7 d f solicitation documents including responses justification 4n�7 Sub -Recipient tshiaii provide ���l�s of �oliul€r�tiGill CJ�r+til II�IPt:F aliirtttue:,y rSF+�jJl,I�.awcs and of vendor selection. Contracts may inaitrda: State Terra Contract: A State Term Contract is a contract that Is competitively procured by the Division of State Purchasing for aeieoted products and services for use by agencies and eligible users, Florida agenates and eligible users may use a request for quote to obtain written pricing or s_rar)icrs information from a state term contact vendor. for commodities or contractual services ._ateof term contracts i mandatory for HIV Elllb.iJ 4p$ (a{ 1 I� etato S�'S I € } Lit%! ikl ayt Tom I I that L vendor-. Use U:state term i,i� i l u r.�uLil :a , i �u, lu a��, x ,v� Florida agencies in eocordance with section 287,066, Florida Statutes. Alternate Contract Source; An Alternate Contract Sources is a contract let by a federal, state, or local government that has boon approved by the 'Department of Management Services, based oo e determination that tine contract Is cost-effective end fr the best interest of the state, for use by one or ail Florida agencies for purchases, without the requirement of competitive procurement. Alternate contract sources are authorized by 5ubs0C11on 287,04206), Florida Statutes, as implemented by Rule 60A-1,046, Florida Administrative Code, General Services Administration $checiules: The General Services Administration (GSA) lean independent agency of the United States Government, States, tribes, and local governments, and any instrumentality thereof (suds as local education agencies or institutions of higher education) may participate In the GSA Cooperative Purchasing Program, ). Refer to the appropriate GSA Schedule for additional requirements. U. Piggybacking The practice of procurement by one agency using the agreement of another agency is called piggybacking. The ability to piggyback onto an existing contract is not unlimited, The Subrecipient's written procurement policy must be submitted to the SAA and robot silow for piggybacking. The existing contract must contain language or other legal authority authorizing third parties to make purchases from the contract with the vendor's consent. The terms end conditions of the new contract, including the Scope of Worts, must be substantially the same as those of too existing contract The piggyback contract may not exceed the existing contract In scope or volume of goads at services. An agency may riot use the preexisting contract merely as a "basis to begin negotiations" for a broader or materially different contract. Section 215.971, Florida Statutes Statutory changes enacted by tho Legislature impose additional requirements on grant and Sub- Reoiplent agreements funded with Federal cr State financial assistance. in pertinent part, Section 215,971(1) states: An agency agreement that provides state financial assistance to a Recipient of Sub -Recipient, as those terms are defined ins. 215,197, or that provides federal financial assistance to a Sub - Recipient, as defined by applicable United States Office of Management and budget circulars, nisei include all of the following, • A provision specifying a Scope of Work that clearly establishes the tasks that the Recipient or Sub-Reolplant is required to perform. 53 • A provision dividing the agreement Info quantifiable units of deltverabies that must he received and accepted in writing by the agency before payment. Each deliverable must be directly related to the Scope of Work and specify the required minimum level of service to be performed and the criteria for evaluating the successful completion of seoh deliverable, * A provision specifying the financial consequences that e,pply If the Recfpierit or Suic-Recipient faiis to perform the minimum level of service required by the agreement. The provision can be excluded from the agreement only if financier consequences arm prohibited by the federal agency awarding the grant. Funds refunded to a state agency from a Reolplent or Sub. Recipient for felfure to perform as required under the agreement maybe expended only in direct support of the program from which the agreement originatedl, * A provision specifying that a Recipient or Sub -Recipient of federal or stets financial assistance may expand funds only for allowable oasts resulting from obligations Incurred durinduring th peCifie.d .Agreement period g ii'i� dl Pv �i✓.5i.iliv' 'Agreement i i"F:i i•'�.i�'ii period. « A provision specifying that any balance of unobligated funds which has been advanced or paid must be refunded to the stag agency. a A provision specifying that any funds paid In excess of the amount to which the Recipient or Sub -Recipient is entitled under the terms anti conditions ON agreement must be refunded to the state agency, * Any additional information required pursuant to s. 21 a,97 V. Unique Entity Identifier and System for Award Management (6AMVt) Sula•Rec pionts for this award must. * Be registered lit SAM; * Provide to valid DUNS number; and * Continue to maintain en active SAID registration with current information at all tires during which it has an active federal award, W. Reporting Requirements 1. Quarterly Programmatic Reporting: The Quarterly Programinatic Report is due within thirty (30) days after the end of the reporting periods (March 31, June 30, September 30, and December 31) for the Ilfe Otitis contract. + rf a report(s) is defincuent, future finariolaI reimbursements will be withheld Qrltll the Sub -Recipient's reporting is current. ▪ if a report goes three (3) consecutive quarters from date of execution without the Sub-Red4plent reflecting racy activity andloi' expenditures it will result In the issuance of a noncompliance !after, and a written Justification must then be provided. o Dosed on the SAA's determination, the Sub -recipient vd!!f have 3'3 days to submit a fetter of appeal to the SAA/h1SA, o Subrealplente wIJI only be allowed one opportunity to appeal, o If the appeal is denied, or if there is no response to iho notification of noncompliance, Ihe: Sub.reoipient's funds will be terminated. ■ If a report goes four (4) oorisecutive quarters from date of execution without the Sub - Recipient reflecting any activity anther expenditures it will result in termination of the agreement, 54 Exata Iguatopo, Re_portipg §ohedule Januar 1 through March 31 April threuAJune 30 July. I through eoterriber 30 October 1 thro I December 31 Report due to FDEllit no later than ±pril 00 July S1 October 31 January ,31 2. Programmatio.Roportirtcp131ennual Strategic Implementation Report. (1681R)ii After the and of wilt Plpotting period; for the We: ofthe 'dontract Linios directed otherwise, the SAA, will complete the Biannual Strategic Impierneglidioil Rupvit tpo i7iiarrts Rep-ortingTG (ORT) )ttnsJiwwW.in'orttnp.cdp„Ins,ggy. The reporting periods are innuary 1hrno 30,and July 1.Pecambet 3I,. Data entryis scheduled for December 1 and Juno 1 respectively. Faun awards and reimbursement may be withheld if these reports a-. delinquent. 3, Reimbursement Requests: A request for reirrborsernerrtmay be 'sant to your,grant manager for review and aoptovial at any time ci4ring the :ddrittact period, Relmbur5ernents Must by teguested.within ninety (pp) caiondar r*s of expenditure of funds, and quarts* at a rrtinirnurn, Failure to submit request reirnbOrsemerit within ninety (0) 'calendar days of expenditure shalt result in denial, of roimb.ursement. The Sub-Recipient.should Include the category's colesoondIng Iiiie item number in the 'Detail of Cleirrie form. This number can be found In till) i'RoposedProgram Budder, A line itom number iste be included far every dollar amount listed in .the Teta df Olaime form. 4. Crossi.otit ,14) mg rain matte Reporting: The ClotA-out Report is due to the Florida Division of Emergency Management nu tater than sixty (60) calendar days after the agreement Is either compi*ed or the agreement heas expired. 6. Acirninttgrative L74otOput An administrative closeout imay be conducted when a redolent is not responsive to the Dbirision's reasonable efforts to. collect required reports, ftroirs, or other documentation needed:to complete the standard award andkir closeout proems. FDEM vUL make three written attempts to collect required information before Initiating an administrative GIOSOCUt,.f an award ia acfrniriistrativeN oloesid, FDEM May decide toimpose'remeeles for noncompliance per'2 C,F.R. 200.3,38, consider this bformatron In reviewing future aViferd applications, or' apply speciatconditionsto sting orfuture awards, X, Period of Performance (POP) Extensions Extensions to ths period of performance identified in the agreement are allowable under limited citzumstanced wU orily.0e considered through formal, written requests tcrthe SAA. Altextension requests must contain epecifio and Compelling justifications tO why art extenslen lerequired, and most addreaa the foliewIng: 1. The grant prograrn, fiscal year, and, agreement number; 2. Reason for the d&ay—iticluding details of the iegal, policy,. or operational challenges that prev nt the final 0,1;peliclitute of awarded funds by the deadiine; 3. Currant statut of project actNity; 4. Requested POP terminatioti date and neW proldottomplation date; a Amount of funds reimbursed to dote;• 55 6, Remaining available funds; 7. Budget outlining how the remaining fords will be expended; 8, Plan for completion, Including miltsstonee and ttrnefromes for achieving each milestone and the position or person responsible for implementing the pion for completion; and a Certification that the actIvity(les) will be completed within the extended POP without any modification to the original statement of work, as described In the Investment justification and as approved by FEMA, Extension requests ere typically granted for na more than a six-month period, and will be granted only roue to compelling legal, policy, or operational challenges. Extension requests will only be considered for the following reasons: • Contractual commitments by the recipient or subrocipient with vendors prevent completion of the project within the existing PAP; • TheThen project ct must i,ndArno, ca oompMex environment i review tint csr�nnt be cn iplaivid pir�-j�+:a ;:�..i- �.-.:w -r �.v � r�r..,..-. .�; ���:� �.:�; : - _ - _ _ _ _ `�•r"'= within the existing POP; • Prooects are longterm by design, and therefore acceleration would compromise core programmatic goals; or • Where ether special or extenuating circumstances exist. Y. Programmatic Point of Contact Contractual Point of Qontao't Programitnatik Point of Contact Chandra Jenkins FORM 2555 5humerd Oek Blvd, Tallahassee, FL 32390-2100 (850) 815-4342 Chanda,Jenkins( em.myfloricla.com Amy Garman FDBM 2556 Shutrlard Oak Blvd. Tallahassee, FL $2399-2100 (850) 816.4366 , Arrty.SermonCc errr.myfi rida.cam Z. Contractual Responsibilities • The FDFM shell determine eligibility of projects and approve changes In Scope of Work. • The FDEM shall administer the financial processes. AA, Failure to Comply • Failure to comply with any of the provisions outfined above shall result in disallowance of reimbursement for expenditures. 516 ATTACHMENT C DELIVERASLE8 AND PERFORMANCE State Homeland Seoutqty Program (hISGP): iriSGP supports the implementation cif risk driven,. caPahritiefe-based State Homeland Security Strategies to address capabiiity targets set in Urban Area, State, and regional Threat and Hazard Identification and Risk Assessments (THIRAs), The capability levels are assessed in the State Preparedness Rapert (SPR) and Inform planning, organizatlen, equipment, training, and oxeroise needs to prevent, :protect against, mitipto, respond to, and recover from acts of terrorism end other catastrophic events, Planning Deliverable: Sublect to the funding limitationd of this Agreement, the Division shell reimbUrse the Sub -Recipient for the actual cost of succetsfuliy completing Planning edtivitles consistent with the guitieline.s contained in the Comprehensive Planning Guide CPG, 101 v,2, For additional information, please sea tur,10 Jerrita,uOvipdfiaboiltictivisiontOttnai1Q1, .y,&.pdf or grant guidance (Notice of punrr,n0nporti INty;[ por tjili51 0-pt,A0P1. r.f this ici,grparnnt,.any pionnind activity gush as those asseciated With the Thrte and Hazard identification andRiski Analysis (THIRA), State Preparedness Report (SPR), and other planning activates that' stipport trio National Freparadnesa,Goal MPG) arid place an emphasis on uptilatingi.and maintaining a odrrenti Emettiondy Operations Plan (FOP) are eligible. Tie Sub -Recipient can successfully 'complete a planning activity.either ley creating or updatihg soh plen(s), Organization Deliverable: Subject to the funding limitations of this Ag ciement, the Division shell reimburse the Subi-Reciplent for the actual eligible casts for PeMonnel, Intoillgonce Analyste, Overtime arid Operational Ovartite. Exercise Deltvernbief Subject to the funid.hig irritations of this Agreement, the Division shall reimburse the Sub-Reolpient for the actual. cost Of stiecessfully completing an exerotse.Which meets In DePartimant of Homeland Security Homeland Security Exercise and EvaluationProgram (HSEEP) Standards and Is listed in A) the State of Florida Multi -Year Training a, Exercise Plan (MYTEP),, and B) dourly or Regional TEP.for Abe region in.whIch the Sub -Recipient is geographically faceted. Information ireiated to TEPti and HiSEEP compliance dente found online at: . .dhsloviheeep,. for the purposes of this Agreement, any eXerolse which. is compliant with HSEEP etendart.i$ and ccintalned iri the State of Florida MYTEP.quatifies q naUthorized exercise, The Sub -Recipient can sucicestfullY complete on authorized exerolaseither by attending or conducting thatexemise Training Deliverable: Subject to the funding !imitations of this Agreement, the Division shall reimburse the $ubiiRecloient 'tor the actual cast of Successfully completing ia training course listed on the Department pf Homeland Security (DM* approved course cataidg. For non-DHS approved courses the Sub-Reelpient shell obtain advance FDEM approval rising the Nor-TED term contacting their grant manager, The OHS courss:available .online at. tgpArajningjerna,gbyt.. Forithe purposes of this Agreement, any training course listed on the Dt-tS approved course catalog qualifies. as en authorized course. T.110 Sub,Recfpient can. auscassfuilycornpfeteoi authorized course ilthiar by attending or conducting that Coureei Equipment Deliverable: Subject to the funding litnitations of this Agreement, the Divielort (ihall reimburse the Sub-Raelpient for the actual cost of purchasing an Item identified lr the apprbVed project funding template and budget of this agreement arid listed on the DHS Attthorlzed Equipment List (AEL)i, For the purposes of thjs Agreerment; any item iisteri on the AEL. qualifiesasriautorincl item, ilia 21 allowable pwention, pre•tootion, mitIgation, response, 41id recovery equipment categories and equipment standards for HSOP are !kited on the web-baSed version of the Autherized Equipment List (AEL) on the Lessons Learned Infounatien System at fitittiitib<itittemsugylautirtgauii d-eoyignitentilst. in addition, agencies will be responsible for obtaining and maintaining ail necessary certifithatlons and licenses for the requested equipment,. 57 Management Deliverable: Sub3ect to the iurtiding ilmitatiene n4this Agreement, the Division shell reimburse the Sub -Recipient for the actual cost for Mehege€nent end Administration (M&A) activlti s, Costs for allowable Items will be relnnbursed if Incurred and completed within the period of performance, la, accordance with the Budget avid Scope of Work, Attachments A and B of this agreement. ATTACHM5 WT 0 Program Statutes and Regulations 1) Age Discrimination Act of 197: 42 U,S,C. § 8101 et seq 2) Americans 'al Disabilities Act of 1990 42 U, S,C. § 12101-12213 3) Chapter473, Florlda_ totes 4) Chapter 215, F1orkia Statutee 5) Chapter 252,ELri ,e5t t t+4 ,., 8) 'Title VI of the Civil Rights Act of 1984 42 U.S,C, § 2000 of seq. 7) Title VI II of the Civil Rights Acts of 1968 42 U,S,C, § 3801 et seq. 8) Copyright notloe 17 U.S,C, §§ 401 or 402 9) Assurances, Administrative Requirements, Cost Principles, Represeritations anq Ceriifloations 2 C,1=,R. Part 200 10) Debarment and Suspension Executive Orders 12549 and 128$9 I) h_..._ r'-_ ;I_..e�... n roi yd I vi v A A 1 ,9I1.I 1 I% ifl6j� i'i��L@7 ViIC71 h�.+lfd{iF J'h4if UI IviJV '4' i i..lrW.4d; � e V � v4 i16W1 12) Duplication of Benefits 2 0,F.R Part2.00, Subpart E 13) Energy Policy and Conservation Act 42 U,S,C, § 8201 14) False Oohs Act and Program Fraud Clint Remedies 3'i U,S,C, § 3729.3733 also 31 U.S.C. § 3501.3812 15) Fly America Act of 1974 49 U,S.C. § 41102 alao 4fl U,S,C, § 40116 16) Hotel and Motel Fire Safety Act of 199015 U.C.S,§ 2225a 17) Lobbying Prohlbitlons 31 U.S.C. § 1352 18) Patent6 and Inter1ectuai Property Rights 35 U.S.C. § 200 et seq, 19) Procurement of Recovered iVieterlals section 6002 of Solid Waste Disposal Act 20) Terrorist Financing Executive Order 13224 21) Title lX of the Education Amendments of 1972 (Equal Opportunity in Education Mt) 20 U S.C. § 1881 et aeq, 22) `iraflicking Victims Protection Eli of 2000 22 t3, S.C, § 7104 23) Rehabilitation Act of 1973 Section 504, 29 U.B.C. § 794 24) USA Patriot Ad o12001 1 e1 U 8 C, § 175*172c 25) WhistJeblawer Protection Act 10 U, S,C, § 2409, 41 US C. § 4712, end 10 (J.S.C. § 2324$ 41 U.S.G. § 4304 and § 4310 28) 53 Pedersi Register 5034 27) Role Chapters 27P-6, 27P-11, and27P-19, Florida Administrative Code 59 ATTACHMENT E JUSTIFICATION OF ADVANCE PAYMENT SLiE.RECIP1ENT: if you are requesting an advance, indicate sanle by checking the box below. I 1 ADVANCE 121 QVT1 STED Advance payment of $ ..�__ is requested Balance of payments will bo made on a reinibargetnant boats, These func.i aces seeded to pay at , award bcsneflts to olier6, duplicate forms and purchase start-up supplies and equipment. We would not be able to operate flra program without this advance. If you are requesting an advance, C#mpk to the following chart and line item justification below, f,ST]iillRTLei alpxr—G'iViSi.'GI BUDGET CATEcOR'fl4..INE ITEMS (list applicable line items) Fiscal Year 20221 Anticipated Expenditures for First Three Months of Contract ESIDPntple ADMINISTRATIVE COSTS; F r 1_2,....gAngis PROGRAM EXPENSES: TOTAL EXPENSES: LINE ITEWLJUSTIFICA 1„QH (For each fine item, provide a detailed justification explaining the need for the cash advance, The justification must include supporting documentation that clearly shows the advance will be expended within the first ninety (90) days of the contract term. Support documentation should Include, but is not limited to than i"tsixr wing; quotes for purchases, deiivary timelines, salary and expense projections, etc, to provide the DNision rez onable and necessary support that the advance will be expended within the first ninety (90) days of the contract terns. Any advance funds not expended within the first ninety (9D) days of the contract terra shall be returned to the Clvislon Cashier, 2455 $huntarci Oak BUMENEirti, Tallahassee, Florida 32399, within thirty (30) days of receipt, along with any interest earned on the advance) *REQua5TS FOR AI VANCE PAYMENTS WILL SE CONSIDERED ON A CASE BY CASE BASIS* Signature of Sub-Repipiarst Date' Name and T+tic Sub.l cclpiont 60 ATTACHMENT F WARRANTIES AND REPRESENTATIONS Flnartcla) METarainertt. The Sub. eciplent's financial management system must comply with 2 C.F.R. §200,302. Any procurement undertaken with funds authorized by this Agreement must comply with the requirements of 2 C.F.R. §2O0, Part D—Foat Federal Award Requirements —Procurement Standards (2 C,F,R. §§200,313 through 200_327), ptlsiness Hops The Sub.Rocipient snail have its offices open for business, with the entrance door open to the public, and at least one employee on site, from: londav to fr1dgv S;QOar kqr 57,QODi'n excl aging holidays Li ensinq and Permitting All subcontractors or employees hired by the Sub«Rec pient shall have ail current licenses and permits required for the particular work for which they are hired by the Sub -Recipient. ATTACHMENT G CERTIFiCATtON REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Subcontractor Covered 'Transactions The prospective subcontractor, , .. , of the Sub-Reolpient certifies, by submission of this document, that neither It, it$ prIncrpels, nor Its affiliates are presently debarred, suspended, proposed far debarment, dectered trrellgIble, voluntarily excluded, or disqualified from participation in this transaction by any Federal department or so6rrcy SUB -CONTRACTOR: By: Signature Sub -Recipient's Name Name and This Street Address City, State, Zip Date POEM Contract Number DHS Grant Award Number 62 ATTACHMENT 14 STATEMENT OF ASSURANCES Alf of the Instructions, guidance, limitations, and other conditions set forth In the Notice of Funding Opportunity (NOFG) for this program are Incorporated here by reference in the terms and conditions of your award. Ail Sub -Recipients must comply with any such requirements set forth in the program NOFO. All Sub-Reolpiente who receive awarde made under programs that prohibit suappianting by law must ensure that Federal funds do not replace (supplant) funds that have been budgeted for the same purpose through non -Federal sources, Ali Sub.Recipients must acknowledge their use of federal funding when issuing statements, press releases, requests for proposals, bid invitations, and other documents describing protects or programs funded in whole or in part with Federal funds, Any met allocable 1.. particular Federal al,vao-..l provided for l,w 2 W C' Cl P 200 C+eubpert C may not Mn Pelt ni Vy wVai aiiVi+�,ii.+iv ::i'�'pi`G'i ii"vun-n�' i .�i�wi r- '�Vv iar ir' rivtii�.lvu for fi { � -�- ri 1• - 'Mi .�,,:v, :.. ::I.r,.i; � s. --,w� r.:� --:� charged to other Federal awards to overcome fund deficiencies, to avoid restrictions imposed by Federal statutes, regulations, or terms and conditions of the Federal awards, or for other reasons. However, thin prohibition would not preclude a Sub-Reotpientfrom shifting costs that are allowable under two or more Federal awards in accordance with existing Federal statutes, regulations, or the terms and conditions of the Federal award, Sub -Recipients aro required to comply with the requirements set forth in the government -wide Award Term regarding the System for Award Management and universal identifier Requirements located et 2 C,F.R, Part 26, Appendix A, the furl text of which incorparetsd hers by reference in the terms and conditions of your award. All Sub -Recipients must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff. 1, Sub -Recipient must cooperate with any compliance review or compliant investigation conducted by the State Administrative Agency or DHS, 2, Sub -Recipient will give the Stets Administrative Agency, DI-15 or through any authorized representative, access to and the right to examine and copy, records, aocounte, 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, es required by OHS regulations arid other applicable laws or program guidance. S. Sub -Recipient must submit timely, complete, and accurate reports to the FR!M end neint In appropriate backup dooumentetion to support the reports, Sub -recipients must also comply with ail other special reporting, data collection end evaluation requirements, as prescribed by law or detailed In program guidance. 4, Sub -Recipient will acknowledge their use of federal funding when issuing statements, press releases, requests for proposals, bid invitations, and other documents describing projects or programs funded in whole or in part with Federal funds. S, Sub -Recipient who receives awards made under programs that provlda emergency communications equipment and its related activities must comply with SAFECOM Guidance for Emergency Communications Grants, Including provisions on technical standards that ensure and enhance interopsreblc communications, G. When original or replacement equipment acquired under tills award by the Sub-Reclpient Is no longer nesded for the original project or program or for other activities currently or previously 63 supported by OHS/FEMA, you must request instructions from FOEM to make proper disposition of the equipment pursuant to 2 C.F.R. Section 200,3113. 7. Di-fS/FEMA funded activities that may require an EHP-review are subJeat to FEMA'e Environmental Planning and Historic Preservation (FHA") review process. Thia review does not address 0 federal, state, and local requirements. Acceptance of federal funding requires recipient to comply with ail 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, applicant will Immediately cease work in that area and notify the pass -through entity, if applicable, end DHS/FiwMA. 8. Sub -Recipient will comply with the applicable provisions of the following laws and palicios prohibiting lg discrimination; ii a Title Vi of the Civil Rights Act of 1 gra4, as amended, which prohibits discrimination teased on race, color, or national origin (including limited English proficiency), b. Section 504 cif the Rehabilitation Act of 1973, as amended, which prohibits discrimination based on disability, c, Title IX of the Education Amendments Act of 1972, ea amended, which prohibits discrimination based on sex in education programs or activities, el, Age Discrimination Act of 1975, which prohibits discrimination based on age, e, U.S. Department of Homeland Security regulation 6 C,F.R, Part 19, which prohibits discrimination based on religion in social service programs. 64 ATTACHMENT I MANDATORY CONTRACT PROVISIONS Provisions: Any contract or subcontract funded by this Agreement motcontain the applicable provisions outlined In Appendix 11 to 2 C,1=,R. Part 200, it Is the responsibility of the sub-reolpfent to include the required provisions, The following Is list of sarfple provisions from Appendix Ii to 2 C,F,R, Pari 200 That =4 be roq wired: I Appendix 19 to Part 200—Contract Provisions for Non -Federal Entity Contracts Under Federal Awards in addition to other previsions required by the Federal ag&wy ar nor -Federal entity, all contracts made by tio e -Feg3Cetentity u-nd_ - the Federal award must GC-alet p rvtalVi_ covering tha following,- , as applicable, (A) Contracts or more than the simplified acquisition threshold, which is the Inflation adjusted amount determined by the Clvilien Agency Acquisition Council end the Daterse Acquisition f egulet[ons Council (CouncIIs} as authorized by 41 if.S.C. 1008, roust address administrative, contractual, or legal remedies in instances where oontraatam violate or breach contract terms, and provide for such sanctions and penalties as appropriate, (S) Ail contracts in excess of $1 O,000 roust address termination for cause and for convenience by the non -Federal entity Including the manner by which it will be affected and the baste for rsettiernent, (0) Equal Employment Opportunity, Except as otherwise provided under 41 CFR Pert 60, all contracts that meet the definition of "fettera[ly assisted conetruatian collect" in 41 CFR Part 60-1.3 MO Include the equal opportunity clause provided under 41 CFR 60.114(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12310, 12 3a, 3 CFR Part, 1954-1965 Comp., p. 339), a;ti amended by Executive Order 11375, "Amending Executive Order 11248 Relating 10 Equal Employment. Opportunity," and Implementing regulations at 41 CFR part 60, "Office of Fedsrai Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," (b) Davis -Bacon Act, as amended (40 U.S.0, 3141-3148). When requiredi by Eeticra[ program legislation, all prima construction contracts In excess of $2,000 awarded by nch-Federal entities met include a provision for compliance with the Devis-Sacorr Act (40 U.S.C. 3141-3144, and 3146,3140) as scrppismerted by Department of Labor rec3utatbrrs (2.S CFR Pat 61 `Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). in accordance with the statute, contractors must be required to pay wages to laborers and mechanics eta rate not less than the prevailing wages specified in a wage determination made by the Secretary of irabor, Jr addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place e copy of the currant prevailing wage determination issued by the Department of Labor in each solicitation, The decision to award a contract or subcontract must be conditioned upon the acceptance of the wags determination. The non.FederaI entity must report ail suspected or reported violations to the Federal awarding agency, The contracts must also Include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Dapartmer$ €s1 Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Pubilc Work Financed In i1VhoIe or in Part by Loans or Grants from the United States"), The Act provides that eaoh contractor or Sub -recipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she Is otherwise entitled. The non. Federal entity must report all suspected or reported violations to the Federal awarding agency. (E) Contract 'Mils Hours and Safety Standards Act (40 U.S1C. 37d1-3708). Where applicable, all contracts awarded by the non-Federai entity in excess of $100,000 that involve the etr+pl*yrnent of mechanics or laborers must include a provision for compliance with 40 U,S,C § 3702 and 3704, as For example, the Davis -Bacon Act le not applicable to other FEMA grant arid ccaperative agreement programs, including the Public Assistance Program or Hazard Mitigation Grant Program; however, sub - recipient may include the provision in its subcontracts, 65 supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U,S.0, § S702 of the Auk, each contractor must be required to °ampute the wages of every mechanic and laborer on the basin of a standard work week of 40 hours, Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not leas than one and a half times the basic rate of pey for all hours worked In excess of 40 hours in the work week. The requirements of 40 U.S.C, § 3704 ere applicable to constructlorr Wort and provide thst no laborer or mechanic must be required to worl,c to surroundings or under working conditions which ars unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence, (F) Rights to Inventions Made Under a Contractor Agreement. if the F'ederst award meets the definition of "funding agreement" under 37 CFR §401,2 (a) end the reolplent or Sub-reolpisM wishes to enter into a contract with a small lousiness firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or ;sub -recipient must comply with the requirements of 37 CFR Part 401, "Rights to inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, i C _ Agreements," and -. , trripi...n� nt r. uictIn c idcued l y tit awarding 4JG11 LI t1U1a S7.I ll1 4JWU�.1Cr9ltLYp and any i1I II,R,LAII l��ill�lll� i V��1 �6A l,vr', .'�, �w...n..ru. by „i iw ,.. e..-,. .... ip agency, (G) Clean Air Ant (42 U.S.C. §§ 7401-7871q.) and the Federei Water Patiution Control Act (33 U,S,C, 1251-1387), as amended —Contracts and subgrents of amounts In excess of $150,000 must contain a provision that requires the non -Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.O. §§ 7401-7871q) and the Federal Water Pollution Conirot Act se amended (33 U.S.C. §§ 1251.1387). Violations must be reported to the Federal awarding agency and the Regional Offloe of the Environmental Protection Agency (EPA)., (Id) Debarment and Suspension (Executive Orders 12549 and 12889)---A contract award (see 2 CFR § 180.220) roust not be mode to parties listed on the goVernrnentwide Exoluded Parties Llst System to the System for Award Management (SAM), In accordance with the OMB guidelines at 2 CPR 180 that Implement Executive Orders 12549 (3 CFR Pert 1958 Comp., p. 189) and 12889 (3 CFR Part 1989 Comp., p, 235), "Debarment and Suspension." The 5%cluded Parties Lost Systerrr in SAM contains the names of part]es debarred, suspended, or otherwise excluded by agencies, es well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. (1) Byrd Anti -Lobbying Amendment (31 U.S,C, § 1352)—Contractors that apply or bid for an award of $100,000 or more must fife the required certification. Each tier certifies to the tier above that it will not and has rot used Federal appropriated funds to pey any person or organization for influencing or attempting to infivance an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, gram or any other award covered by 31 V.S,C. § 1352, Each tier must also disclose any lobbying With non -Federal funds that lakes place in connection with obtaining any Federal award, Such disclosures are forwarded from tier to tier up to the non-P ederei award. (J) See § 200.323 Procurement of recovered materials, (K) See §200,216 Prohibition on contain 15tecarnmurtioatlon and video surveliiance services or equipment, (1) See §200,322 Domestic preferences for procurements (Appendix 17 to Part 200,1evfsed 41,, I.1/12/2020), Keas.s Hate that the ,xub-recipient alone is nsponsible for ensuring that all language included in figs contracts meets' he roquaroments of 2 C.F.R, § 200,327 and 2 C.F1{, Part 200, Appendix 12 66 ATTACHMENT) FlNANCrAL ANiD PROGRAM MONITORING GULD Lt44ES Florida has enhanced state and local capability and capacity to prevent, prepare and respond to terrorist threats since 1999 through various funding sources including federal grant funds The Florida Division of E_mergenq Management (FQl=nri) has a re spoatsibliity to track and monitor the status of grant activity and items purchased to ensure compliance with applicable Homeland Security Grant Program (HSGP) grunt guidance and statutory regulations. The monitoring process is designed to assess a Sub -Recipient agency's compliance with applicable state and federal guidelines, Monitoring Is accomplished utilizing various methods Including desk monitoring and on -site visits. There are too primary areas reviewed during monitoring activities - financial and programmatic monitoring. Financial monitoring primarily focuses on statutory and regulatory cornpri Ice with administrative cran.i requirements, It involves the review or records ssociE(r d with the purchase and disposition of property, projects and contracts. Programmatic monitoring seeks to validate and assist In the grant progress, targeting Issues that may be t7tnckering project goals and ensuring compliance with the purpose of the grant arid overall grant program. Programmatic monitoring involves the observation cf equipment purchased, protocols and other associated records, Venous teveis of financial and programmatic review may be accomplished during the monitoring process. agitadniasilectifon and §checiuiing; each year the POEM wit! conduct monitoring bssed one "Risk Assessment". The risk assessment tool is used to help In determining the priority of Sub -I eclpients that should Pa reviewed and the level of monitoring that should be performed. it is Important to note that although a given grant may be closed, it is still subJect to either desk or on -site monitoring fora five (5) year period following ctasurs. .ea hajill be examine. (nalur.Je: • Management and administrative procedures; • Grant folder maintenance;, • Equipment eocountabiilty and 8ub.hand receipt procedures; • Program for obsolescence; • Status of equipment purchases; • Status of training for purchased equipment; • Status and number of response trainings conducted to include number trained; • Status and number of exercises; * Status of planning activity; • Anticipated projected completion, • Difficulties encountered In completing proisats; • Agency NIMS/ICS compiiance documentation; • Equal Employment ent Opportunity (EEO Status), e Procurement Policy FDEM may request additional monitoring/Information of the activity, or leek thereof, generates questions from the region, the sponsoring agency or FDEM leadership. The method of gathering this information will bo deism -fined an a case -by -case basis. Monitoring Activities; Desk reviews and sits visits are two forma of monitoring, Dash monitoring is the rsvlew of projects, financial activity and technical assistance between FDEM and the applicant via e-mail and telephone, On -site monitoring are actual visits to the Bub-F:eoipient agencies Icy Division representatives who examines records, procedures arid equipment. 67 Desk monitoring le an on -going process. Sub -Recipients will be requIred to participate In desk top nmonitoring as determined by FDEM. This contact will provide an opportunity to identify the need for technical assistance (TA) zandlor a site visit If MEM determines that a Sub -Recipient is having difficulty completing their project, As difficult/es/deficiencies are identified, the respective region or sponsoring agency tali( be notltled by the progra) office via email. Information will Include the grant Siib.Renipfer±t agrenr_.y name, year and project description and the nature of the issue in question, Many of the issues that arise may be resoivod at the regional oreponeorfng agency level, isause that require further TA wtil be referred to FD!~M for assistance, Examples of TA Include but are riot limited to: • Equipment selection or available vendors • Eligibility of items or services • Coordination and partnership with other agencies within or outside the region or discipline • Record Keeping - Reporting o..wt rrre n, .,nts O Documentation Ir support of a Request for Reimbursement Ort-sits monitoring will be conducted by PDEM or designated personnel. On -site monitoring visits will be scheduled in advance with the Sub -Recipient agency POC designated in the grant agreement. POEM will also conduot coordinated financial and grant filo monitoring. Subject matter experts from other agencies within the region or state may be called upon to assist In the form of a peer review as needed. 9n-81te Moni orJnn Protocol On -site monitoring visits will begin with those grantees that are currently spending or have completed spending for that federal fJecaf year (Pre), Site visits may be combined when geographically convenient, There to a finanolalf programmatic On -Bite monitoring checklist to assist in the completion of all required tasks. jte_12,Leguatio A letter milli be seat to the Sub -Recipient agency Point of Contact (POC) outlining the data, time and purpose of the site visit before the planned arrival dste. The appointment ehorytld be confirmed with the grantee in writing (email Is acceptable) and documented in the grantee folder The physical location of any equipment located at an alternate sits should be confirmed with a representative from that location and the address should be documented in the grantee folder before the site visit. P.,italto Monitoring Yislrt Once POEM personnel have arrived at the site, en orientation conference will be conducted. During this time, the purpose of the site visit and the Items FDEM intends to examine will be Identified. Alf objectives of the site visit will be explained during this tuna. POEM personnel will review all files and supporting documentation. Once the supporting documentation has been reviewed, a tour/visual/spot inspection of equipment will be conducted. Each item selected for review should be visually inspected whenever possible, Bigger Items (computers, response vehicles, etc.) should have an asset decal (informationlserlal number) placed In a prominent location on each piece of equipment as per Sila Recipient agency requirements. Tine serial number should correspond with the appropriate receipt to confirm purchase. Photographs should be taken of the equipment (large capital expenditures In excess of $1,000. per item). 68 if an item is not available (being used during time of the site visit}, the appropriate documentation must l,e provided to account for that particular place of equipment, Other programmatic issues can be discussed al this time, such as missing quarterly reports, payment qoucherlrelrn#cursement, equipment, questions, etc. Post ililon itari lea Visit L M personnel will review the On fete monitoring worksheets and backup documentation aQ a team and discuss the events of the tin -site monitoring. Within Forty -Five (40) calendar days of the site visit, a post monitoring letter will be generated and sent to the grantee explaining any issues and corrective actions required or commendations, Should Issues or findings he identified, a noncompliance letter to that effect will be generated and sent to the Sub,Recipient, The Sub -Recipient will submit *Corrective Action Plan within a timeframe as detenm fried by FP M, Noncompliance on behalf of cub -granters is resolved by management under the terms of the Sub -Grant Agreement. The art -Mtn monitoring report and all back up documentation w11i then be included in the Sub - Recipient's file, Min o Fde c i afi s -thr e; Subreroipients who are pass -through entitles are responsible for monitoring their sOrescipiente in a manner consistent with the tsrrns of the federal award Eit 2 C,F.R. Wart 2001 Including 2 C, 200,331 This Includes the pass -through entity's responsibility to monitor the activities of the subreciptant as necessary to ensure that the subeward is used for authorized purposes, in compliance with federai statutes, regulations, and the terms and conditions or the subaward, and that attbeward performance goals are achieved. Subrecipient responsibilities also include but are not limited to: accounting of receipts and expenditures, cash management, maintaining adequate financial records, reporting and refunding expenditures disallowed by audits, monitoring if acting as a poss•through entty, other assessments and reviews, and ensuring overall compliance with the terms and conditions of the ward or subaward, as applicable, including the terms of 2 G,F.Ft, Wart 200. ATTACHMENT K .E.HP GUIDELINES ENV€f ONMENTA4. PLANNING & HISTORIC PRESERVATION (i:;HP) COMPLIANCE GUIDELINES, The following types of projects are to be submitted to FEMA for compliance review under Federal ! r€virerrmentai Plarsnins end Historic Preservation (EHP) taws end requirener is prier to initlhtion of the project: • few Construction, Installation errd Renovation, Including but not lirnitad to: a Emergency Operation Centers .o Security Guard facilitlee a Equipment buildings (such.as those loco€ ponying cornmusiice.tian +very) o Waterside Structures (such as dock houses, piers,. etc,j • Placing a repealer and/or other equipment on art existing tower * Renovation of and modification. to buildings and structures that era 6b years.01d or older • Any other c rre4•ructrot) or rendration efforts that change or expand the footprint of a facility or structure including security enhartoernonts to improve perimeter security • physlcer Security Cnhancernents,:inekding but riot limited to: o Lighting Eenolh o Cioaed-clrptilt television •(CCTV) systems ,o Motion detection. syrsterns o Sarrisrs, doors, gates and related security anttancernonte to ad..dlflon, the erection of cornmunicatk ns towers that arc included in a jurisdiction's irrteroperoble communications' pion is allowed, subteet to ail' ap}altcable.t ors, regtfletiens, € ihti ilcenalrig provisions. Communication tower project* must bet *ubniitted to FEMA for EHP review. EHP SCREENING PoFgyf SU3M1SIQN for projects requiring EHP.review, the S4.,b-E acf,rrent mat submit the EI-tP a�rearting pare to the $tMs Abrrriitisirafive A)ar4y (SAA) fer review prior to funds being expended. The SAA.Point of Contact for eHP review 18: §, Felicia f?ir as Jr au of sti 2555 t . pilled' Oak C3otfle ard, Tellehfyssee Fj ids 59-21OU Ieieohorie: a504.15-434 , Evittpatio,cligperri rnyflkrida.com Ii. The SAA FOC will forward EliP Screening Farms to DHSIFEMA for revtr w and approval. Sub -Recipient's nru8t receive written approval from tne SSA prior to the use of grant funds for project implementation. THE PROJECT MAY NOT fiEGlN UNTL FINAL FEMA APPROVAL f5 RECEIVED, 7U ATTACHMENT L REIMBURSE ENT CHECKLIST PLANNING u 1, Does the amount billed by consultant add up correctly? 2. Has all appropriate documentation to denote hours worked been properly signed? 0 3. Have copies of all planning materials and work product (e,g, meeting documents, copies of plans) been included? (Note , if a meeting was held by Sub -Recipient or contractor/consultant of Sub- i eoipient, en agenda and signup sheet with mooting date El 4, -Hes we invoice fro,, n Ywit nticontra.orbevt„ Included? ISNots — grant agreement Must be referenced on the Invoice.) 5, . Has proof of payment been Included? Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement S. Has Attachment G (found within Agreement with FDEM) been completed for this contractor/consultant and Included In the reimbursement package? El 7. Has proof of purchase methodology been included? Please see Form 5 of Reporting Farms or Purchasing Besies Attsahrnant if further clarify la needed. Sole Source {epprovsd by FDEM for purchases exceeding $25,000) State Contract (pogo showing contraot #, price list) T �. _... Competitive bid results (e,g, Quotewlre, bid tabulation page) C9naultan Oonftxarltpro SI`fp a _il�ie aupAea tata.rrortrq ocoilleg billed undo! ArganJzatign) TRAINING f, is the course OHS approved? ▪ 2. Is there a course or catalog number? 3. if not, has FDEM approved the non-DHS training? • 4. Have Sign-fn Sheets, Rosters and Agenda been provided? If billing for overtime and/or backfill, has documentation bean provided that lists attendee names, department, # of hours spent at training, hourly rats and total amount paid to saoh attendee? Hive documentation from entity's financial system been provided as proof attendees were paid? For backflii, has a clear delineation/cross reference been provided showing who was backf rung who? 5. Have the names on the sign -In sheets boon cross-referenced with the names of the Individuals for whom training reimbursement costs are being sought? • 7, Have any expenditures occurred In support of the training ouch as printing costs, costa related to administering the training, planning, scheduling, facilities, materials and supplies, reproduction of materials. and equipment? If so, receipts and proof of payrnent must bo submitted, 71 Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFI) Confirmation Credit Card statement & payment to credit card company far that statement in 7. Has proof of purchase mstho laiagy been included? Please ,sae Form 5 at Reporting Farms or euronasing Ecnsfas Attachment if fikrher Oerity is ri iidri, Sale Sauce (approved by 1"f?EM for purchases exceeding $25,000) �, State Contract Spate $bowing contraot#, price Illy} Competitive bid results (e.g. Quotewire, bid tabulation page) 1. l-tes documentation been provided on the purposaiabJectives 011ie exercise? Situation Manual Exercise Flan El 2, if exercise has been conducted are the following included: After-aotcrl report _•_,•, Stgnaln sheets Agenda - . floaters 5, if billing for Overtime and backfiJl, has a spreadsheet been prov[ded that lists attendee names, department, of hours spent at exercise, hourly rate and total paid to rich attendee? Have documentation from entity's finanolal system bears provided to prove ettentiees were paid? For beokfill, has a clear detinaatlanleroas refarerme been provided showing w17o was backiiAing who? A. Have the names on the sign-n sheets been crass -referenced with the naives of the individuals for whom exercise reimbursement casts ass Ming sought'? El 5, Have any expenditures occurrent on suppf'fss (s ., copying paper, gloves, tr;+pe, eto) in support of the exercise? If so, recall* and proof of payment must be Included, Cenccsied sheds, Berk statement or transaction history (Showing the trensa,ation was pre oessed by the bank) eiectro+1ic Funds Transfer (EFT) Confirmation _ ^ Credit Card Statement a, payrnent to credit card oornpany for that statement Ei 6, Has any expenditures occurred" on rental of spacetiueatlons for exercises planning and conduct, exercise signs, hedges, etc.? If vs, recelpis end proof el payment must be Included Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) EIectronie Funds Transfer (ET) Cor rmstior Credit Card Statement payment to credit, carat company for that statement C] 7, Has proof of purchase methodology been included? Maass sea Forrn 5 of RepnrtJrrQ worms or Purrhaairrg Basics Attaclrmsrrf if fialher clarity Is needed, sole Source (approved by FU M far purchases exceeding $26,001)) State Contract (page showing contract #, price list) Competitive bid results (e.. Quotewire, bid tabulation page) aumiviptr [l 1. Have all Invoices been included? 72 2. Has an At;L # been Identified for each purohase? 3. if servicelwarranty expenses are listed, are they only for the perlotmence period of the grant? E] 4. Has proof of payment bean included? Canceled check, bank statement or transaction history (Showing the transaction was procossed by the bank) Electronic Funds Transfer (EFT) Confirmation _ . ...... Credit Card Statement & payment to credit card company for that statement 5. If 2MIP form needed, has a copy of the approval DHS been Included? 6, Has proof of purchase methodology been Included? Please see )orm 6 or Reporfing Forma or Purchasing 8aslcs Attachment If rurlher °tardy /a needed. Sole Source (approved by F©EM for purchases exceeding $26,000) Starxa nentrant Inaeia glinwEnn nnntrnot .&. orbs riot) will J LI IVv wiu rvoiiiI (v,4{, '. �1. VYiio, IOU I lI UI ILIUIL JJ ) T'AVEL/C9JiP 'laENCES 1. Have all receipts been turned In, itemized and do the dates on the receipts match travel dates? Airplane reoeipie Proof of mileage (Gloogie erYahoo map printout or mileage log) Toll and/or Parking receipts Hotel receipts (is there a zero balance?) Car rental receipts Registration fen receipts Note, Make sure that meals paid for by conference are not Included In per diem amount • 2. If travel la a conference has the conference agenda been Included? El 3. Has proof of payment to traveler been Included? Canceled ollook, bank statement or transaction history (Showing the transaction was processed by the bank Electronic Funds Transfer (EFT) Confirmation . Credit Card Statement & payment to credit card company for that statement Copy of paycheck if reimbursed through payroll SA,f,.ARY POSITIQK$.. 1. Has a *no tirnesheet by employee and supervisor bean included? Tlmesheet must certify the hours and information presented as true and correct. 2, kiss proof for time worked by the employee been included? Is time period summery included? Statement of Earnings Copy of Payroll Check Payroll Register For fusion centeranalysts, have the certification documents been provided to the SAA to demonstrate compliance with training and experience standards? C31taAlWZAilON El 1, If Wang for overtime and baokflli, has a spreadsheet bean provided that lists attendee names, department, # of hours spent at exercise, hourly rate and tote! paid to each attendee? Have documentation from entity's financial system been provided to prove attendees warn paid? 73 For backflli, has a clear delineation/cross reference been provided showing who was baokfilling who? L S !f K EJ 1. Have all relevant forms been completed and Included with each request for reimbursement (Including Daily Activity Reports for 0PSG)? 2. Have the costs incurred been charged to the appropriate POSTE category? 3, Doss the total on ail Farms submitted match? 4, Has Reimbursement Form been signed by the ©rant Manager and Financial Officer? E] 5. Has the reimbur5amsnt package been entered into Sub -Recipients records/spreadsheet? .I I 7. Have the (L%ny and unit cost been nVeirion RvlirJurge v5i Budget Breakdown? t. If this purchase was made via Sale Source, have you included the approved Sale $ource documentation and fustificatIon? ED 8. Do all of your vendors have a current V-@ (Taxpayer Identification) on Ole? 0. Has the Attachment 0 (found within Apraement with FDt~M) or proof of SAM.gov registration been provided flor the contractcrsloOnsultants with the reimbursement package, Please note: FDE1M reserves the right to update this checklist throughout the life of the grant to ensure compliance with applicable federal and state rules and regulations. 74 FY 2021 Budget -Miami -Ft, Lauderdale UASI Exhibit #2 :0-q2K-iglif— :42,44* g L`c Niff,91:APH V litiAr< li! tail'°IiillieNhk r;-3 ri:V ,_-' '75' II', IS. ' thkrilkAlliPallt 7±,i' • ,„, „ ,Il ''' ',149r,t-'24.:,4i iiiq$01:411Ae:±Wirlq: BEMA Planning Personnel Emergency Management 2021-£16A Emergency Management Planner 1 $115,325.00 $115,325.00 DEMA Equipment Equipment Emergency Management 2021- Light Towers for Night Field13A Operations 030E-03-LTPA ! ' 2 $11,000.00 $249,000.00 BSO Planning Training Emergency Management. 2021-0613 BSO PTE - CiEMP/COOP/COG - National Homeland Security Conference 1 $14000.00 $14,00.0.00 DSO Equipment Equpmeit. Fire DeSCUe 2.02 Microwa 13M5 ve Mink System3-DSA for Aircraft OBCP.4)3-MINAll ! 1 $226,0611.04.1 $226,60640 BSO Equipment Equipment All Disciplines 2021-050 Y Bomb Suit 02PE-01-B5UT I 2 $12,500.00 $25,1)00.01) 050 Equipment Equipment Pim Rescue 2021-LiSC Microwave Downlink System for SUAS 06CP-03-MWAV ! 5 i $ /3,000,00 S05,000.00 BSO Equipment Equipment Law Enforcement 2.021-050 3 900 Night Vision Goggles 030E-02-TitA 1 $34.325.00 $34,325.00 Coral Gables Equipment Training Fire Rescue 2021-12A ERRIIE Response Small Mreboat and applicable EJASBLA Fire lioat training, EIFPA 1405, 1005, PRM5 5118, 509 17VVC-00-ISOKI, 21GN-00-TRNE $1.73,755.00 $.173,75S.00 Coral Springs Equipment Equipment Lew . Enforcement 2021.01A V Real rim e Crime Center Facial Recognition Software 13F-00-Pka1 $99,293.02 $0.00 Cos1 Springs Equipment Equipment Law Enforcement 2021-04A Y License Plate Reader System (LPN ifixed to existing Pold0 030E-01.-ALPR, ZIGROLYINST, 210N-00-St-liP 6 $30, , $130,000.00 COM] Sprigs Equipment Equy ipment Law Enforcement 2021-02A Portable Bollards for Special Events and Polling Locations 145W-01-WALL 7 $7,143.00 $50,001.00 Fort Lauderdale Equipment Equipment Emergency Management 2021-07A Ft Lauderdale EOC - Enhancement 216N-00-0EEQ, : 05CP-05-1/CON, 06CP-01-PORT, El4MD-03-DISP, 044-1W-01-HEICD 05PM-00-PTCR, OECC-03-SATP, 06CC-03-SATI3, INCC-04,SADS, 0ECC-01-CELL, 14SW-01-PA3, 140-00-Coop, 21GN.-6134NST, 0411W-01-CA01 1 79,450„00 $70,450.00 Fort Lauderdale Equipment Training Ali niscilgines zozi-OSA Ft, 1fEquip Lauderdale CERT $7,300 and Training $7,300 21GN-00-CCEQ 1 $14,600.09 $1400. ,Er00 Fort Lauderdale Equipment Equipment Law Enforcement 2e21-138 Ballistic Helmets oitE-ai-iiiika 4 $1,835.00 $7,340.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-0.5E Twin Port 6as rviasks for Bomb Squad 01AR-07-ARR 10 . $691.00 $6,910.00 Fort Lauderdale Equipment Equipment Fire Rescue 2021-12B TRT Enhancements to include supplied fits) air respirators and a throwabie caniera OIAR-OL-SAR„ 030E-01-CTAC, 21ON-00-SHEP 1 $35512.0o $35,51400 Fort Lauderdale Equipment Equipment Emergency Management 2021-13A Repeater for CERT 06CP-01-REPT $20,00131M $20,0001)0 Fort Lauderdale Equipment Equipment A Discipline.s 2021-01B Er Contingency Operations System (Redundancy li System to include servers, application Licenses and network peripherals) 14CI -COOP i $42,000.00 $42,000.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-03A Y RICE Enhancement to &nthdo 3 Video displays 04MD-01-01SP, 216N-00-1FIST 1 $29,9311.00 $24,930.00 Fort Lairderdafe Equipment Equipment law Ent ortetrient 2021-13C Night Vision Boggles fur SWAT 030E-02-T11A S32,4orio0 $74.400.00 '.aiatZdY:.�ip:nn.°ai'.4ys. :.Y.5t[[..7N...�:.,,� ?:s.."NNs.k,<`l.it[[1r.�;t'f>y��` aiS4a�[�?yP^;^f'$:a9:a' :�,r¢nx:- e�t411 �Th�,. �1....1. ..a.t,'.Pr4,di ✓,§}�B r?so-` � 37 ., '; a:. .,ir�?�[Y,:771. .;°1}'��tiyyy�§ yy'n� rY.A..tl.yy�9sx,,„E6��{ :._ e.h,f.. l ?!9eI,°x , a"[.'e�e.E.fi. {r.�'z-"��. ..<�..9gE :3.a.} ».7,..xo<i:cS.§.Ce' t^[-ef<f'dM:4�e;...': ^"..f. -.{[F�.__�a:d8.3E. yM. 3, y .a<��.:@.::': E i: 5...y-° .rt ,. $S. 1.ff,.1)o-EE,,:„'.�MS DktR! 9 9 .° 3Li'7�'«>-..4�tq%.s... ;_ F.1'rfi''¢�t3{' :r•4i _�; [rta l'rsn[rz-- iA. ,J'1 ' :o= b QaY.i4frair�. , Fort Lauderdale Egrsipment Equipment Law Enforcement 2021-02B Y CCITT System instatied at EOC and RTCC .145W-01-VIDA., 21 NOES-IN51' ' 2 $14,100,00 $2/3,200.co Fort La uiierd&e Equipment Equipment Fire Rescue 2021-1513 Hairnet Enhancement to include I deployable tactical cnmms kit and 1 throwable camera 05CC-02-05Ai3. 03OE-OI-CFAC $16,174.0a $16.174.00 hialeah Equipment E.quiprnent Law La Enforcement 2021-O2C taw Enforcement Surveillance (CCN) (he Closed Grcuit.TV project wilt allow the Hialeah Police Department opportunity tairistaiiCCiVegttipmegtlnthe area of soft targets attd enhance our ability to deter and investigate terrorist activity.) 14SW-01416lt D4H1N-Oi,tiVHW 04MD-03-1it5t.' 2IGN-00-Moll, 210N-00-I145i" 35 $16,072,0 $562,520.00 Hialeah. Training Planning Ai Disciplines 2021-06C PT&E: HazMatco rses,Homeland Security Conference and updating local COOP Plan 1 $135,614.00 $135,614.00 Hialeah Planning : Personnel Law #ar[errient 2021-04B Y LPRRnatystSustaintnent - - 1 $62,549.00 $62,54i1,00 Hialeah _ Planning Personnel Emergency Management 2.021-06D- Emergency Management Planner I. $100.000.00 $100,000.00 Hialeah Equipment Equipment law • Enforcement 2021-04C Y License Plate Reader System (LPR) • Fixed on pales 13LE OO StJR1! . £WAP-02-Avu1' . 030E-01-AtPit i8 . $22,636.00 $407,448.00 Hriliywood Exercise Planning all Disciplines 2021.01C Y Gybersecurity Exercise and Plan Development 1 $273,4970) $273,497.00 Holm ood Equipment q P ment ent Equipment q Emergency Management 2021-07t#- EOC Enhancements to include computer ... O411W-OI-INHtV 1 $60,f3000D $50,ODO.SlO Key Biscayne Equipment Equipment Fire Rescue 2021-130. Ballistic Vest and Helmets for Fire 01LE-01-5HLE {!iL€-OitiLMl' 1 $2.3• .Cib 523,200.OD MikA Management and Admiuistratia n All Disdptlne9 2021-17 M&A M&A 1 $560,500.Ci0 $560,500.00 Miami Equipment Equipment All Disciplines 2021-09A Tula-sntenance/5ustainment/ itepair]Replacementfor H56F Purchased Equipment. EM $138,000, Fire $5,000 216N-00-MM% 1 $I43,000,CKt $143,000.110 ' . ta el ' gq#00.tr017.4' Miami Equipment Equipment Emergency Ivianagerrient 2021-07C FOC EnhancernentsjiVlaintenance instainment 216N--00-0C(ia I4Cl-00-000 P 07SE-03-EhiliS 06CC-OS-PillY 06CC,02-05a D 2/613-00-IN5T, Cahn:1-03-0SP, 1-INJ UV 1 $210,000.00 6210,00040 Miami Equipment Equipment NI Di5Ciplines 2021-16A This project will continue services for a Metro -Ethernet line that provides fast network connectivity between the City's network and the E911 backup center. 140-01-COC P 1 620,000.00 620,000.00 lvtia mi Equipment Equipment All Disciplines 21121-15C Satellite Phone Sustainment Citywide 112 months). This project will sustain the satellite phones that are installed throughout City Departments including police and fire stations which allow all first responders to communicate when primary communkation senrices are down. includes Rey Riscayne _C-03-SfiTti 630,000,00 630,000.00 Miami Planning Training All Disciplines 2021-06E P,TS. E. This project will support multi -disciplinary projects for the City of Miami under the leadership of !MEM. Project scope will involve e fill scale exercise, revision of planning documents such as the CHAP/COOP/COG and trainings that benefit terrorism -related emergency management tralnings. Trainings will include ICS ; Hazinat 160 and any other specialized courses needed due to staff attrition. Fire 664,894, EM $171,258 1 6226,152M 6226,1S2.00 iVliand 2021-15D Depioyable Repeaters 136CP-01-REPT 6 624714.00 $130,234.00 Miami All Disciplines Z021-036 CERT/Miami - Training and equipment $170,00oto $17(000.00 4 ��.::F R'4 s �4 . �pk?z"' .. F ��,§. a-:mo�o#:-� ; ?Pa3 � Y�" .. IW., b'�' -,.,� { .:_. `t i,..;ar#�. gig ;spl� a a<ai..; c d r ", Ef t ..l , � Y i C 'E ^tl° ! a? . - . � � {3A e?�i`'�:��i,k L�,: s :.-w d -R> --.9 P -..i.% ss la-ia' ,s.: s y. ..: .. - i,-P � �.,ri �i� ,:°ilh R� '.. � PY E $( ; ,: a: nt, f{f€3 .:.�''::' - �,:?�'1�r11'i't >.s?�^'. ...c P-, <_x s.r<as 1" .� ��.`. � kEB _ ° i .L.,z3s f^" �, , 'E.� „. - Bi�ePa�?%' b,..a<➢ e... € F.. .-;, ._ .. � �'.. 1..� d p� ` s� °:.p, SB R..eP ,E t... i�-,�b�E? ^: is dII�I i � ._ F � '�E.. , ki: . M :t ' � �E-:ki `�r3�1-�sl ' R :...2. - .'':t¢'�',,- h:� "E �P° ....t SCE.. c, " . s€ r. ,Y•< tlq r� § aaa;da' r - ..r1d, is�'^�f�!- :aI SL $ can 4:b - �?, sa.6d^e......, .e ,.. .: a;� �,�'. �€ .'f"..., 3 - ir.. - � £#-f. #��� �#�'14�� k..'. f. se€r.-,i [ .a lii. F;YN �k {$�� '- ���. - §:.��i^� 4, : sva- a i=. �.. #.. �-.,afd . .as..c.§ -9 8 _. 3 16 { ^c.an ..4„ }4z y C f p ,F y. ,. 1,.i€ a ,..r E i C �� b3 7 �: iE > �.�y 3'.,,.Y�.;1;¢{ a. a ?�k[rsc $ �9�r�Wi� ; i z: . ,..., � P � -, �{ .. ..E i#. s.- '. "GS - e� [. 6; F �' ...�_.. i .. - � Y 11E Organization Organization 2021-020 Y apPratio by T for approved al fire al.Eve 0 EW r Special $ 2.,000s $5A00.00 $5,0©0.00 Equipment Equipment Law Enforcement 2023-02E Y Law Enforcement Surveillance (CM) ('The Closed Circuit TV project will allow the Miami Police Department the opportunity #a deploy CCTV equipment in the area of soft targets and enhance our ability to dater and investigate terrorist activity.] 145W-01-VIDA OSffW-OI-INtW 44MO-03-1)ISP 21GN-€1:1-MAIN 1 $313,56.66 $313,567.00 I. =11111111111 Miami i:goipment Equipritent Law Enforcement "21-04i3 virtual Reality Counter -Terrorism Training System Project. SPS.tfski.[x3 $178,000.00 Law Enforcement 2021-10A Armored Response Project Reamer 12VE-llO-MISS 1. $30O,OO I O $300,006.06 Equipment Equipment Law E arcement 202143E BadisticVestfor SWAT and lt9 0/LE-01-AMVill 25 $4,436.00 $110,900.00 IN Miami Planning Planning Personnel Emergency Management 2021-66F Emergency Management Coordinator (12 months). This position will assist with the development/revision of citywide emergency management plans Such as the CEMP, COG and COOP. 1 S85,006.60 5$5..000.00 Personnel Emergency Management 2621-66G Emergency Management Planner (12 months}.. This position will assist with general planning respadsibititiesrelated tothe implementation of the UA51 grant Program - 1 $8 $,000AF1 $85,000,00 Miami Planning Personnel Emergency Managemont Equipment loveritory Planner112 months}. This position will ha responsible for resource 2621.06H managementtracicingand planning portion of the EHP process. 3 $ 000.60 $60. .00 Miami Equipment Equipment Fire Rescue 4-Gas Meters and call Ixaton 202I-651 �sensors(69) 7CIJ-01-ii#'i1Rf 1 $64.950.00 '$54,95£L66 5 1:::,W0g1.1.1M t;:i4S-41RA!;:dP'' ' , .,qqqr, Hii '''' ' ' 4 '. , , r, — -."'-' gj 1:"., ''''."' tz v it':!. ,-! ifEfiligalkt ri''' Y,° '', <, 516: ' •,,,Y ' .01.''',.11 ,e !-',-, '''-1 , A 4-!: , 11 ',,, , , ...,,,,,, _... , 3,, Fl.Vi,l lirif.eijt`N, .. iil ., , #01,Pllf, ,Ifie..9ft%iM-P-Oh,i9b,..,-N,' ' , „ t ;',,,-.7'•, • , :,",:qi7.0,,,,,r.,,,,Ts.,,,,,-',',,,,,q•,--, Miami Equipment Equipment Fire Rescue 2021-01D PSAP 613 Kits ICOOP Project) 140-111-COOP 1 ,001100 $35,400.00 Miami Equipment Equipment Fire Rescue 20214356 1ifAT Explosion Detection 07ED-01-11,1013, 0722-60-leCOR $18,500JDO $32,56E1,06 Kliarni Equipment Equipment Fire Rescue 2021-12C Tablets for Survey /23 0414W-01-1111W SO S1,700.00 SE15,000.00 Mia Beach Equipment Equipment Law Enforcement 2021-02F Y Target Hardening et Miami Beach Facarties (Fire Stations, Satellite Police 5tetern, Youth Centers) 145W-411-Vittrii, 21613-00-1NET1 $264,1336.00 $264,836.00 Miami Gardens Equipment Equipment Law EnEnrcernent 21U1-02G Y Video Wail S.. Covert Surveillance Technology 134iiW-01-iNH Al,, 046A001m, 1211r-024EQ,P, 030E-02-RO% T, 04SW-04-NETni, 04SW-415-SE1D $327,884.00 S327,884.0E1 tvliami-Dade Equipment Equipment Emergency Management 2621-071) WettECK IViunicipai Enhancement 04M1)-61-0:45 1 $75,000.30 $75,000.60 Mlarni-Dade Planning Planning Ernergenty Management 202/-061 TRIRA/SPR for the County 1 $90000.00 $90,0E14.00 Miarril-Dade Equipment Equipment Emergency Management 2021_02H Y Security Camera/Access Contrat for MD Elections Department HQ 14SW-01.410N, 2/GH-00-iniST 1 $1.50,-000m $130.00G.00 Miami -Dade Planning Coritract Emergencyor Management 2021,061 Whole Community 1 $161,000.00 $161,000.00 rViilarni-Dade Exercise Coritractor Emergency Management 2021-14A Closed POD Exercise and Training Video $75,515,80 $75,515.00 Miarni-Dade Equipment Equipment Emergency !Management 2021-02I Y Access Control at MD Elections De pa rtrnent Building 14SW-01-PACS, ziGN-00-1NST $250,000.en Sasofloixoe Miarni-Dade 2 Equipment Equipment Law Enforcement 2 41RE1 V Forensic Video Covert Streaming Systems 13LE-00-SOR'1, 04111W-01-11C01,. CaliV10-03,01$P, 10GE-00-GEh ft $134,05100 $134,058.!10 Miami -Dade Equipment Equipment Law Enforcement 202.1021 Y Multi Functional Video Wall and work station4 for fusion Center and RTCC 12441W-01-iNEIW /31T-00-IN1... ziGHtt-O,OCEQ 21G13-00-INSr, 04MD-03-01P 1 $667,457.10 S00,457,00 Miarni-Dade Equipment Equipment Fire Rescue 2021-11A Mobile Solar Power Supply Unit 1013C-00-501R 1 $1137,554.fle $107,554.410 6 Mnni-Dade TitrY itts,vibek Equipment .lrkragissi€ Equipment Fire Resclie 2021-051-1 MO Ambulance Bus/Mobile Treatment Unit lIVITIfi 12VE-00-ARUS 1 $583,961.00 $583,961110 Miarni-Dade Training Training Fire Rescue zrin-oec NIMS ICS Position Specific Training si05,00cuao $10S,C00.00 Miami -Dade Planning Training Fire Rescue 2021-06L Planning, Training and Exercises: flASI Homeland Security Cnfeence r N/A $5,000.00 $5,000.0o Miramar Equipment Equipment Fire Rescue ,2021-08C -Training Mannequins for CERT 04AP-08-5iNIS 3 $4,000.00 $12,000.£10 Miramar Equipment Equipment Fire Rescue 2021-06D Miramar cEm Equipment 21GN-00-CCECt 1 $1,293.00 $1,293.00 Miramar Equipment Equipment fire Rescue 2021-07E Web&3C Heel Eyes Software 04AP-05-COSS, 04AP-02-AIAS 1 $30, 000.00 $30,000.00 Miramar Equipment Equipment Fire Rescue 2021-12D Thermal Imaging Cameras 030E-02-T14 5 $9,000.i $45,000.00 Miramar Equipment Equipment Eire Rescue ,2021-13F Beltistic He rnets IIILE-01-HLMT 1 $10,000.00 $10,800.00 Miramar Exercise Exercise Emergency Management 2021-01E Y Cylaersecurity Election Based incident Response TEX 1 $100,000.00 $100,000:00 Miramar Planning Contractor (mergemcy , Management 2021-06M Ti BRA/5PR for the Gty 1 $93,oamoo $50,000.00 Miramar Training Planning Emergency Management i 21321-06N PT&E-i Homeland Security Conference and iCS courses iVirtual if necessary) $71,000.00 S71,000.00 Miramar Equipment Equipment Fire Rescue 202.14151 Y Personal Radiation Detectors ifl-RD) 07RD-02-PITOA 4 $2.500.00 $10,000.00 Monroe Equipment Equipment Law Enforcement 2021108 SWAT Personnel Carrier with Corns 12VE-00-M155 1 $106,000.00 $100,000.00 Monroe Equipment Equipment Law Enforcement 2021-1.5E APX6000 700/600 Portable Radios 06CP-01-PORT 6 $5,403.00 $32,418.00 Monroe Equipment Exercise Emergency Management 2021-051 Radiation Portal Monitor 15SC.00-PMON $is,2ss.on $18,285.00 7 W---' '. --,'•0°.1,.A.- ;4,,,iie, .N' „ grgiiil ":''7' lillt+,*::SPriti': j.. ' ,..,..,:'' , , , ,..,. .. ,V.TR,"4:Ni - 1 b Moruoe Equipment Equipment Fire Rescue 202.1-03X Hazmat Trailer with various hatmat equipment anti ffPE nTR-00-TECIP, 01ca-04-EN56.4 0/CB-02-EA15M 015/1-432-FEWEL 01VT-02-4ARM, 0.11.7-02-GLOV, 03.2.A414-14EAR, 07C0-01-UPGC see template for list of AELs 1 ! $11.4,133.ao $13.4,13a.00 Paint Beach County Equipment Equipment Eriiergency Management 2021-07E ECIC Technology Upgrades to include 53 microcomputers, 104 laptops, 2 all4 mone computers, 27 desktop computers 3 ad 4 printers 1 $156,150.00 $156,150.00 Palm Reach County Equipment Equipment Emergency Management 21121-11B Logistics/Eleployalsie equipment: Fors/shelter (125k) and genet a tor f$64.576) 1 $209,576.00 $209,576.00 P850 Equipment Equipment law Enforceitient 2021-13G SWAT Night Vision OgleS 030E-02.-TILA 19 $8,600.01) $163,400.00 PESO Training Planning law Enforcement 2021-04E y Community Business Partners Against Terrorism Program . 1 $92,326.00 $92,326.00 PBSO Equipment Equipment taw Enforcement 2021-051 Y Bomb Suit alk) and Man tPartallge 13411111Robot 170k) 02PE-01-BSU f and 02EX-02- RRTI 1 $110,000.013 $110,000.00 Pembroke Pines Equipment Equipment Fire Rescue 2021-13H 66 Roily Helmets and Body Armor for Fuse/EMS pernnel sofor deployment to hotzones. 011E-,01-.ARIvif : 011E431-1f/M1 66 62433.00 $74,728.00 Pembroke . Pines • Equipment Equipment Law Enforcement 2071.01P V Data Analytics for RTC(' 1317-00-FAM• C4liVil-01.-itliitlif 1 $214,000.00 $0.00 Pembroke Pines Equipment m Equipent Fire Rescue 2021-05M Y &Gas Detectors 07C0-01-11PGC 10 $2,3110.00 $23,00apo Pembroke Pines E Eire Rescue 2021-.12E Ther alImaging Cameras 030E-02-T11A $6,30100 $18,900.00 Sunrise Equipment Equipment Law. Enforcement 2011-10C Bear Cat for %MAT 12VE-00-M1S5 1 $360,121.0u $360,121,00 rH%.. (� .es -iqq'S { .,. .4 "E..et t.. ..E.=«_, 111111 uv=,iI. �yyy,}aal�,..E ._ �1R� ,. ":aEE. _. li : loci.��u.{_ i...i"xkE..S t _�"'iu -%%Yx3,i, i:t�":..< b d.... ..� Y,,:.FF'.. F .. �CtE,.. �t ii -"., : �•i°. S:, °�. &' .� i9S N°% a�d e'" � rr, i...6s .".>,. . �.. � � u. .. r...il., g � >, .,.,3 r�i a .., x'3iwn: 71k-.3 1 3E E €�p Regional Miami Planning Personnel Emergency Management 20214360 RegIonai Program Manager. This position assists the Miami and Ft. Lauderdale with regional planning Steeds (e.g. drafting of investment justifications, coordination of UAWG meetings, development of annual budgets, etc.), Planning 1 � $11o,000.o3 $314,0oo.ou Regional Miami Planning Personnel Emergency Management 2021-f36P Regional Planning. Training and Exercises Coordinator- this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. Planning 1 $75,000.00 S75,000,00 Regional PBSO Fusion Organization Personnel Law Enforcement 2021-03C Y Fusion Center Analysts Organization $ $57,500.00 $287,501100 Regional Miami Planning Training Emergency Management 2p21-06Q Regional planning. Training & Exercise to include attendance at grant related meetings 21Ge1-00-TRNIi S $20.876_ s0 $20,376.00 Regional Miami Organization Equipment taw Enforcement 202i:-T31G y- Regional CybersetarltyAnalysts Project 2 $150,000.00 $300,000.00 RegTonal. PB$O Fusion planning Personnel Law forcemant EnFusion 2021-0111 Y Metedate Planner 1 $43,000.00 $43 000.00 Regional Ph$O Fusion Equipment Training LaW Enforcement 2021-030 Y Center Operations to include computer hardware and peripherals, software maintenance. OHS sponsored Training, alert system andTLO program support and office supplies/equipment 04NW-01-INHVt 3.31T-00-1NTL 131T-00-ALRT 1 $270,000J)l) S270,000.00 Regional Miami Equipment Training Emergency Management 2021-07G Incident command software system needed for regional info sharing during emergency operations as well as non- emergency situations to provide a platform for day-to-day regional info sharing and updates. {WebE0C1 -05-C€35S 04AP-03-055 NETIh! - Y $150,000.0 $150,000.00 Regional Ft. Lauderdale Training Equipment Ail Disciplines 2021-08E Regional Citroen Corps/CERT Planning, Training Exercise and Equipment 19514-00-6GPK 06CP-in-PORT 21GN-40-CCEQ 3 $100,000.00 $300,000.00 , 0 .-i.Ri.}0..i• '74W-p.,.-5 ..:,..,., - al-p , „ Regional Ft. Lauderdale Equipment Training AR Disciplines 2021-15E Deployable 1TE Radio Es Celina( Cte111$11 Kit - RDSTE 7 InterOPerable Trailer - Regional Project 0fic,c_07_0s413 2161,4_00410.0c1 523,150.00 $23,150.00 Regional Erni Equipment Equipment Law Enforcement 7021-156 Communications Interoperatillity Syttern 0CP6-01.-PORT 1 $8,050.00 $8,000,00 Regional EDLE Equipment Equipment Law _ .. rcmen t 2071-15H 7 Satellite Radios °6CC-03-.54TM 1 $6,570.00 $6,570.00 Regional FDLE Equipment „vain° Equipment Law Enforcement 2071-09B Mainteriance/Sustailimerit - fiegionai Command Vehicle Wrap 716N-00-MAlN 1 $5,750.00 $5,750,00 Regional Miami Beach Equipment E tt pment Law elforcerneni 2021-04F 7 Regional OR Project . 131T-00-IFFIL 030E-01-ALPR, 210N-03-CF.IST 1 $250,000.00 $250,000.00 Regional Miami Equipment E ulprrient Fire 20.71-0SN Radiation Detection for Haiirnat to include: 1 AreaRae Pro Rapid Deployment Kit RDK, cylinder (calibration), FUR ldentifinder R200 ERNI), annual calibration, FT1R Technology, Autorae murales and cradles 07Cs43/..KAsic, 07c0_0140 ma, 07RD,0z4,BnA ,1 07CS-01-KLCS $150,000-00 $350,000.00- Regional PESO Equipment Equipment Law Enforcement 2021-03E Y Regional Maritime Radar Project - Monroe 145W-07-RADR $330,000.00 $330,000.00 Regional /MEM Planning Exercise Emergency Management 2021-11C Logistics/Resource Management Project $116,725.00 $116,225.00 Regional lVIDED Equipment Equipment Fire Z021-15: Curnintmications 700Mili Overlay 06CP-01-BASE, 06CP-07-MG $416,886.00 $436,8E8.00 Regional PESO Training Law Enforcement 2 0071- 1 Y Cyber Response Training 1 $313;293.00 $313,293.00 Total $14,012,50M0 $/4,01.2,..5eanG $0.00 $Z212,500tXI 10 iSdBfx'of'p�s...:. m. 3=; -5 tif:'.'.'Y,li3 ...,1.?€ . e ;s `K€9PS.>p r.E ::F."..-»..e: {¢f c e:. 9.;4,a. e �n as ti ....s.��, t�,...a�ep.ia P�a' €$g8,e. ?$.. :F f L. s>, 4 :. .. E.... vi$^ 4.= °".4:2 . -g ,. L �{i e 4 „-.�1�IM°?eg(,, .,ai£. �. ¢ . Ge.` - S.S > :E s 3d. .6[P"86 5' z.isr E r t : :e ? 'se'$ia6s;;-d:EF$.:CC'.a '%. _„��`�.� sE t, ...z?ee{ �a; .%�.:lY 3 .�. .. a ,; ".,3 ,:s .'�' x'•(3;a.,. t - �<..�...t.n.; E SUIT 11 2021 UASI Sub -Recipients Broward County Emergency Management (BEMVIA) Broward Sheriff's Office (BSO) Coral Gables Coral Springs Fort Lauderdale Hialeah Hollywood Key Biscayne Miami Beach Miami Gardens Miami -Dade (Fire, Police and Emergency Management) Miramar Monroe County (fire, Police and Emergency Management) Palm Beach County Emergency Management Palm Beach County Sheriff's Office (PB50) Pembroke Pines Sunrise Regional — Projects shared across the entire region that includes members listed above as well as; Florida Department of Law Enforcement (FDLE) MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2021 "Jurisdiction" Agreement Number; R0521 FAIN Number: EMW-2021-SS-00056-S01 CFDA #; 97.007 This Agreement is entered into this day of • 2022. by ancd between the City of Miami, a municipal corporation of the State of Florida, (the "Sponsoring Agency") and , (the "Participating Agency"), RECITALS WHEREAS, the U.S. Department of Homeland Security (USDHS) is providing financial assistance to the Miami urban area in the amount $14,012,500 dollars through the Urban Area Security Initiative (UASI) Grant Program 2021; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2021; and WHEREAS, as the USDHS requires that the urban areas selected for funding take a regional metropolitan area approach to the development and implementation of the UASI Grant Program 2021 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2021 Urban Area has been defined Miami and Ft. Lauderdale collectively and anticipates sub -granting a portion of the UASI funds in accordance with the grant requirements; and WHEREAS, the City Commission, by Resolution No. , adopted on 2022 , has authorized the City Manager to enter into this Agreement with each participating agency on behalf of the City of Miami; and WHEREAS, the Sponsoring Agency wishes to work with the participating agencies through the Urban Area Working Group process to enhance Miami and its surrounding jurisdictions ability to respond to a terrorist threat or act. NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follow: 1 I, PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency' and the Participating Agencies for activities under the UASI Grant Program 2021 which was made available by the U.S, Department of Homeland Security and the State of Florida Division of Emergency Management (FDEM). B. This Agreement serves as the Scope of Work between the Participating Agency and the Sponsoring Agency. II. SCOPE A. T ne provisions Of this AgreAmeinf apply to l IA.S! Grant Prnnram 2021 sot vlties to b© parfr.rme et the „ ply .__ _. _..._ _ .tea. ... _.._ .._.......... .,. ..... p.... ���.�.,.. ur aiv request of the federal government, provided at the option of the Sponsoring Agency, and In conjunction with, preparation for, or in anticipation af, a major disaster or emergency related to terrorism and or weapons of mass destruction. B. No provision In this Agreement limits the activities of the Urban Area Working Group or Its Sponsoring Agency in performing local and stale functions, III, DEFINITIONS A. Critical Infrastructure; Any system or asset that if attacked would result In catastrophic foss of life andlor catastrophic economic loss management of resources (Including systems for classifying types of resources); qualifications and certification; and the collection, tracking, and reporting of incident information end incident resources. B. Core County The County within which the core city is geographically located. The oore city is the City of Miami. C. UASI Grant Program 2021: The UASI Grant Program 2021 reflects the intent of Congress and the Administration to enhance and quantify the preparedness of t e nation to combat terrorism and continues to address the unique equipment, training, planning, organization and exercise needs of large high threat urban areas, and program activities must involve coordination by the identified core city, core county/counties, and the respective State Administrative Agency, Funding for the UASI Grant Program 2021 was appropriated by U.S. Congress and is authorized by Public Law 108-11, the Emergency Wartime Supplemental Appropriations Act, 2003, The funding will aid in building an enhanced and sustainable capacity to plan, prevent, protect, mitigate, respond to, and recover from threats or acts of terrorism for the selected urban areas. D. National Incident Management System (NJMS): This system will provide a consistent nationwide approach for federal, state, and local governments to work effectively and efficiently together to prepare for, respond to, and recover from domestic Incidents, regardless of cause, size, or complexity. To 2 provide for interoperability and compatibility among Federal, State, and local capabilities, the NIMS will include a core set of concepts, principles, terminology, and technologies covering the incident command system; multi -agency coordination systems; unified command and training, E. Urban Area Working Group (UAWG): The State Administrating Agency Point of Contact (SAA POC) must work through the Mayor/CEOs from all other Jurisdictions within the defined urban area to identify POCs from these jurisdictions to serve on the Urban Area Working Group. The Urban Area Working Group will be responsible for coordinating development end implementation of all program elements, including the urban area assessment, strategy development, and any direct services that are delivered by ,,,w grani the ,. F. Urban Area: An urban area Is limited to inclusion of jurisdictions contiguous to the core city and county/counties, or with which the core city or county/counties have established formal mutual aid agreements. IV. SPONSORING AGENCY SHALL BE RESPONSIBLE FOR: A, Providing an administrative department, which shall be the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with The FDEM and USDHS. C. Conducting a ccmprehensive Urban Area Assessment, which will in turn guide the development of an Urban Area Stakeholder Preparedness Review. D. Ensuring the participation of the following critical players in the assessment and strategy development process. taw enforcement, emergency rnedioal services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. E. Developing a comprehensive Urban Area Stakeholder Preparedness Review and submit to the SAA POE. F. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #f ", G. Ensuring satisfactory progress toward the goals or objectives stipulated in "Exhibit #1". H. Following grant agreement requirements and/or special condltinns as stipulated in "Exhibit #1", 3 E. Submitting required reports. V. THE PAR ICIPl'I'I11'G AGENCIES SHALL v` RESPONSIBLE FOR; A. Providing an administrative department, which shelf be the main liaison and partner with the City of Miami Fire -Rescue Department, authorized to tarry out the herein agreed upon responsibilities of the Sponsoring Agenoy. R., Partlr.ipatinn ArlRnrFP$ anrl anir c�rh-nrantaaartii ct ahirla hy the great real iirementa led irlinn h irlgal a tsthorizations, required eccount'mg and reporting expenditures, proper use of Funds, and tracking of assets as stipulated in "Exhibit #1". C. Submitting quarterly reports to the City of Miami detailing the progress of projects to include direct purchases of equipment or services as stipulated in "Exhibit 41". D. Complying with aIJ UASI Grant Program 2021 requirements as stipulated in "Exhibit #1". E. Participating as a member of the Urban Area Working Group to include coordinating with and assisting the City of Miami in conducting a comprehensive Urban Area Assessment, which in turn will guide development of an Urban Area Stakeholder Preparedness Review. F. Ensuring the participation of the following critical players in the assessment and Stakeholder Preparedness Review development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, pubilc safety communications, healthcare and public health. G, Assisting the sponsoring agency In development of a comprehensive Urban Area assessment and Stakeholder Preparedness Review. H. Complying with the requirements or statutory objectives of federal lew as stipulated in "Exhibit #1". I. Ensuring satisfactory progress toward the goals or objectives as stipulated !n "Exhibit#1', J. Submitting required reports as prescribed by the Sponsoring Agency as stipulated In "Exhibit #1". K. Maintaining an equipment inventory of UASI purchased items. L, Ensure that equipment obtained from the UASI Grant Program 2021, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies, special 4 events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by OHS, FDEM, and the Sponsoring Agency. If the Participating Agency is Incapable of staffing the equipment, such equipment shall be made available to another Participating Agency for use during any actual emergencies, special events or exercises. Failure to ensure equipment availability may result In loss of funding and/or equipment to the Participating Agency. M. All equipment obtained from the UASI Grant Program 2021, as Identified in "Exhibit 2", is the sole responsibility of the receiving agency. This includes, where applicable, maintenance, replacement, training en equipment, and Insuring of equipment and personnel, and compliance with intra-agency auditing requirements. VI. THE SPONSORING AGENCY AND THE PARTICIPATING AGENCY AGREE: A. That funding acquired and identified for the Urban Arse Security Initiative will be administered solely by the Sponsoring Agency. B. The Participating Agencies will provide financial and performance reports to the sponsoring agency in a timely fashion, The Sponsoring Agency will prepare consolidated reports for submission to the State of Florida as stipulated In "Exhibit 1". C. The Sponsoring Agency is not responsible for personnel salaries, benefits, workers compensation or time related issues of the Participating Agency personnel. D. The Sponsoring Agency and Participating Agency are subdivisions as defined In Section 768.28, Florida Statutes, and each party agrees to be fully responsible for the respective acts and omissions of its agents or employees to the extent permitted by law, Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be aonsirued as consent by a municipality, state agency or subdivision of the State of Florida to be sued by third parties in any manner arising out of this Agreement or any other contract. E. This is a reimbursement grant that requires the Participating Agencies to purchase, receive, and pay invoices in full for equipment, services, and allowable personnel costs PRIOR to submitting the same for reimbursement to the Sponsoring Agency, VII. FINANCIAL AGREEMENTS A. Financial and Compliance Audit Report: Recipients that expend $750,O00 or more of Federal funds during their fiscal year are required to submit an ❑rganization-wide financial and compliance audit report. The audit must be performed In accordance with the U.S. General Accounting Office Government Auditing Standards and 2 CFR 200. 5 B. The Secretary of Homeland Security and the Comptroller General of the United States shall have access to any books, documents, and records of recipients of UASI Grant Program 2021 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these documents are rotated to the rsce'spt or use of such assistance. The grantee will also give the sponsoring agency or the Comptroller General, through any authorized representative, access to and the right to examine All records, books, papers or documents related to the grant. C. Financial Status Reports are due within 14 days after the end of each calendar quarter. A report must I__ su bmitte for __.__. q......1__ IL..1 tL., e........�1 :_ active, including partial calendar .cart___ __._,I e_ k s7uLJ11II LLCU IVI GYCI(' quarter that the award ID Q4LIV G, FIILIUL+III j partial LI I71 calendar �{UQILGI �, of 4Y' IE Gil' for periods where no grant activity occurs as stipulated in "Exhibit 1". D. Submit progress reports to describe progress to date in implementing the grant and its impact on homeland security in the state. E. Ail financial commitments herein are made subject to the availability of funds and the continued mutual agreements of the parties as identified in "Exhibit 2", Vllt. CONDITIONS, AMENDMENTS, ANC► TERIVIfNATION A. The Participating Agency will not illegally discriminate against any employee or applicant for employment on the grounds of race, color, religion, sex, age, or national origin in fulfilling any and aI{ obligations under this Agreement. B. Any provision of this Agreement later found to be in conflict with Federal law or regulation, or invalidated by a court of competent jurisdiction, shall be considered inoperable and/or superseded by that law or regulation. Any provision found Inoperabio is severable from this Agreement, and the remainder of the Agreement shall remain In Full force and effect. C. This Agreement may be terminated by either party an thirty (30) days written notice to the other party at the address furnished by the parties to one another to receive notices under this agreement or If no address Is specified, to the address of the parties' signatory executing this contract. C. This Agreement shall be considered the full and complete agreement between the undersigned parties and shall supersede any prior Memorandum cf Agreement among the parties, written or oral, except for any executory obligations that have not bean fuliilled, 6 E. This Agreement wIli end on June 30, 2023, unless otherwise extended, by a written amendment duly approved and executed prior to June 30, 2023, unless otherwise extended, at which time the parties may agree to renew the association. Renewal will be based on evaluation of the Sponsoring Agency's ability to conform lo procedures, training and equipment standards as prescribed by the grant. IX. MISCELLANEOUS OVERALL Counterparts, Electronic Signatures. Thls Agreement may be executed in any number of counterparts, each of which shall be deemed an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be antitled to sign and transmitaneiprtron,in eignati ire of this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name its contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: BY: 13Y: Todd t3, Hannon City Cleric Arthur Noriega City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: I3Y: BY: Victoria Mendez Ann -Marie Sharpe, Director City Attorney Department of Risk Management 7 A 1—ffES Name: Title: PARTICIPATING AGENCY "(sub-recipientZ" NAME: TITLE,: FID #: DUNS: APPROVED AS TO FORM AND CORRECTNESS: Participating Agency Attorney 8 Becraft, Andrea From: Felix, Garlene Sent: Wednesday, June 21, 2023 9:28 AM To: arojas; Bates, William; Brad Mock (BMock@coralsprings.org; Chad Scibilia (cscibilia@keysso.net); Coiina, RL (Colina-RL@MonroeCounty-FL.Gov); Valentin, David - Police; Edward Bermudez (ebermudez@mdpd.com); Emmanuel Louis (elouis@hialeahfl.gov); Fernandez, Alejandro (MDOEM); Garcia, Anthony (MDFR); Jaime Hernandez (jahernandez@hollywoodfl.org); Jason Fernandez (jason.fernandez@miamidade.gov); Jennifer Bourgouin (Jennifer_Bourgouin@bsosid.org); Jo -Ann Lorber; Jorge Llanes (JLLANES@hialeahfl.gov); Keefe, Timothy; Kenny Rampersad (KRampersad@pbcgov.org); Kipp Shimpeno (kshimpeno@ppines.com); Manning -Jeff; mblakene; Plasencia, Adrian; Robert Allen (AllenRL@pbso.org); Hevia, Robert; Robin Starks (Robin.starks@mgpdfl.org); Shannon Davis -Weiner (weiner-shannon@monroecounty-fl,gov); Troy Walker (troywalker@fdle.state.fl.us); LVunkannon; Wagner, Tara A. (tawagner@mframarfd.org) Cc: Moore, Mark; Becraft, Andrea; Katrina.hollis-baker; Gricel.acosta; r.ramos; Diaz Angela; Alvarez, Yahiritza (MDOEM); Baez -Silva, Lesbia (MDFR); Blanco, Suhaill (MDFR); Celina Green -Mike; David Noble (David.noble@mgpdfl.org); Guzzi, Denise; Josh Green;; Salmeron, Johanna; Chanda Jenkins; Kizzy K. Caban (Kizzy.Caban@em.myflorida.com) Subject: Notice of Approval - UASI 2021 MPD Regional Attachments: UASI 2021 - MPD Regional.xis; Votes - 2021 MPD Regional.xls To: Miami -Fort Lauderdale UASI UAWG Voting Members Subject: Notice of UAWG Approval of 06/16/2023 Amendment UASI 2021 Please find attached UASI Amendment Form and the UAWG voting chart. Thanks. Regards, Garlene Felix-Dunois, MPA Urban Areas Security Initiative Special Projects Coordinator Division of Emergency Management City of Miami Fire -Rescue (Tel): 305-416-5476 (Fax): 305-400-5394 gfelix(u)iniamigov.eonr 1 From: Felix, Garlene Sent: Friday, June 16, 2023 7:35 AM To: Armando Rojas (arojas@hialeahfl.gov) <arojas@hialeahfl.gov>; Bates, William <WBates@sunrisefl.gov>; Brad Mock (BMock@coralsprings.org <BMock@coralsprings.org>; Chad Scibilia (cscibilia@keysso.net) <cscibilia@keysso.net>; Colina, RL (Colina-RL@MonroeCounty-FL.Gov) <Colina-RL@MonroeCounty-FL.Gov>; David Valentin (7358@miami- police.org) <7358@miami-police.org>; Edward Bermudez (ebermudez@mdpd.com) <ebermudez@mdpd.com>; Emmanuel Louis (elouis@hialeahfl.gov) <elouis@hialeahfl.gov>; Fernandez, Alejandro (MDOEM) <Alejandro.Fernandez3@miamidade.gov>; Garcia, Anthony (MDFR) <anthony.garcia@miamidade.gov>; Jaime Hernandez (jahernandez@hollywoodfl.org) <jahernandez@hollywoodfl.org>; Jason Fernandez (jason.fernandez@miamidade.gov)<jason.fernandez@miamidade.gov>; Jennifer Bourgouin (Jennifer_Bourgouin@bsosid.org) <Jennifer_Bourgouin@bsosid.org>; Jo -Ann Lorber - City of Fort Lauderdale (jlorber@fortlauderdale.gov) <jlorber@fortlauderdale.gov>; Jorge Llanes (JLLANES@hialeahfl.gov) <JLLANES@hialeahfl.gov>; Keefe, Timothy <Timothy_Keefe@sheriff.org>; Kenny Rampersad (KRampersad@pbcgov.org) <KRampersad@pbcgov.org>; Kipp Shimpeno (kshimpeno@ppines.com) <kshimpeno@ppines.com>; Manning Jeff (Manning-Jeff@monroecounty.fl-gov) <manning-jeff@monroecounty-fl.gov>; Mary E. Blakeney (MBlakene@pbcgov.org) <MBlakene@pbcgov.org>; Piasencia, Adrian <APlasencia@miamigov.com>; Robert Allen (AIIenRL@pbso.org) <AllenRL@pbso.org>; Robert Hevia (RobHevia@miamigov.com) <RobHevia@miamigov.com>; Robin Starks (Robin.starks@mgpdfl.org) <Robin.starks@mgpdfl.org>; Shannon Davis -Weiner (weiner- shannon@monroecounty-fl.gov) <weiner-shannon@monroecounty-fl.gov>; Troy Walker (troywalker@fdlestate.fl.us) <troywalker@fdle.state.fl.us>; Vun Kannon, Lori <LVunkannon@broward.org>; Wagner, Tara A. (tawagner@miramarfd.org) <tawagner@miramarfd.org> Cc: Moore, Mark <MMoore@miamigov.com>; Becraft, Andrea <abecraft@miamigov.com>; Hollis -Baker (MDFR) <katrina.hollis-baker@miamidade.gov>; Acosta Gricel <gricel.acosta@miamidade.gov>; Ramos Roxana - Miami Dade Police (r.ramos@mdpd.com) <r.ramos@mdpd.com>; Diaz Angela <adiaz@mdpd.com>; Alvarez, Yahiritza (MDOEM) <yahiritza.alvarez@miamidade.gov>; Baez -Silva, Lesbia (MDFR) <Lesbia.Baez-Silva@miamidade.gov>; Bianco, Suhaill (MDFR) <Suhaill.Blanco@miamidade.gov>; Celina Green -Mike (celina.greenmike@mgpdfl.org) <celina.greenmike@mgpdfl.org>; David Noble (David.noble@mgpdfl.org) <david.noble@mgpdfl.org>; Guzzi, Denise <DGuzzi@Sunrisefl.gov>; Josh Green <jgreen@ci.miramar.fl.us> Subject: Notice of Amendment - UASI 2021 MPD Regional To: Miami -Fort Lauderdale UASI UAWG Voting Members Subject: Amendment Request/Transfer of funds UASI 2021 Action Needed: Approval or Disapproval reply via email by 06-20-23 Carlene Felix-Dunois, MPA Urban Areas Security Initiative Special Projects Coordinator 2 Division of Emergency Management City of Miami Fire -Rescue (Tel): 305-416-5476 (Fax): 305-400-5394 gfelix@miamigov.com 3 Miami UASI Budget Amendment Form instructions: 1 1 I I I I 1 1 I 1 1. Each grant year is treated as a separate and distinct entity. If a line item is "moved" from one grant year to the other, it should be "deleted" from one grant year and added es a "new item" in a separate budget amendment for the other grant year. 2. Amendments should be prepared by the agency or by organizational unit that has authority over It's own budget, for example, police, public works, etc. and then submitted to the appropriate UASI Paint-of-Conact 3. All amendments must have a net change of zero for each grant year. Deficit amendments are not allowable. 4. Amendments should always have a UASI line item number for current line items. Line kern #s will be assigned by the Project Manager for new items. 5. There are three allowable actions: add a new item, delete an item, modify an item. 6. Completed farms should be sent to the project mans er. Date: Amendment # Jurisdiction: Person Completing Form: Agency: Phone No.: Other 6/16/2023 MPD Regional Garlene Felix-DunOis City of Miami 305-416-5476 AEL NO. Action (New, Delete, Increase, Decrease) Item Description Comment This is the Current Budget Amount (includes all previous amendments, this does not reflect expenditures or current balances). This only shows the total amount allowed to be spent on this project. This is what the New Budget Total will be if the amendment is approved This is the Requested Amendment Increase or Decrease (do not edit Formulas) y v v m Current UASI Line Item # o m ma. E e 0 ''6 _ P, 2021 2021-02E Equipment MPD 14SW-01-VIDA 04HW- 01-INHW 04MD-03- MP 21GN-00- MAIN Decrease Law Enforcement Surveillance (CCTV} (The Closed Circuit TV project will allow the Miami Police Department the opportunity to deploy CCTV equipment in the area of soft targets and enhance our ability to deter and investigate terrorist activity.) Transfer out $302,921.62 to line item 2021-10E $302,921.62 $0.00 ($302,921.62) 2021 2021-04D Planning MPD Decrease Virtual Reality Counter - Terrorism Training System Project Transfer out $143,279.38 to line item 2021-10E $168,000.00 $24,720.62 ($143,279.38) 2021 2021-10E Equipment q MPD 17WcooBOAT 216N-00-TRNG New Marine Patrol Vessel Transfer in $446,201 from: line item 2021-02E $302,921.62 and line item 2021-04D $143,279.38 $0.00 $946,201.00 $446,201.00 2021 2021-15L Equipment Regional fADEM O6CP-01-MOBL O5CP-01-PORT 06CP-03-PRAC Change of Jurisdiction Portable Radios at EOC for Dora! Change of jurisdiction from MDEM to Dora! $57,000.00 $57,000.00 sem DORAL rOrncs $527,921.62 $527,921.62 $0.00 Must be zero 2021 - MPD Regional UAWG: Y = Approved, N = Disa Name pproved, 000 = out of office, Y*= Partial, A= Abstain Rote Title Organization Vote Email M Edward Bermudez M Emmanuel Louis M Jorge L. Llanes M Armando Rojas M Robert Hevia M Adrian Plasencia M David Valentin M Anthony Garcia M Alejandro Fernandez Jeff Manning for Shannon Davis -Weiner Chad Sciblia M M M RL Colina FL FL FL FL FL FL FL FL FL FL Troy Walker Josh Green for Tara Wagner Jo -Ann Lorber Brad Mock William Bates Timothy Keefe Mary Blakeney Robin Starks Lori Vun Kannon Robert Allen Jaime Hernandez FL Kipp Shimpeno FL Troy Johnson Miami -Dade Police Rep. Hialeah Fire Rep. Hialeah Police Rep. Hialeah EM Rep. & Administrator Miami Fire Rep. Miami EM RepJUA Administrator Miami Police Rep. Miami -Dade Fire Rep. Miami -Dade County EM Rep. Monroe County EM Rep. Monroe County Sheriff Rep. Monroe County Fire Rep. LE POC Miami & Ft. L Miramar Rep Fort Lauderdale Rep Coral Springs Rep Sunrise Rep BSO Rep Palm Beach EM Rep Miami Gardens Police Dept Broward EM Rep PBSO Rep Hollywood Rep Pembroke Pines Rep Citizens Corp Rep Lieutenant Medical Services Division Chief Police Commander EM Director Deputy Fire Chief Emergency Manager Executive Officer Chief Division Director Deputy Director Lieutenant Deputy Chief Emergency Services SAC Division Chief Assistant Chief Deputy Chief Lieutenant Fire Chief Director Major of Operations Acting Director Colonel Emergency Mgmt Coordinator Chief EM Coordinator Miami -Dade Police City of Hialeah City of Hialeah City of Hialeah Fire Miami Fire -Rescue Miami Fire -Rescue Miami Police Miami -Dade Fire Rescue Miami -Dade County EM Monroe Monroe Monroe FDLE County EM County Sheriff County Fire Miramar Fire -Rescue Fort Lauderdale EM Coral Springs Sunrise PD Broward Sheriffs Office Palm Beach Co. EM Miami Gardens PD Broward EM PBSO City of Hollywood Pembroke Pines PD Miami -Dade Fire Rescue y y ebermudez(c�mdpd.com elouisOhialeahfl.gov jllanes o..hialeahfl.gov y y y arojas@hialeahfl.gov robhevia( miamigov.com aplasenciaemiamigov.com 7358emiami police.orq y anthon . arcia miamidade. ov Alejandro.Fernandez3 cr.miamidade.gov y Weiner -Shannon r,.monroecounty-fl.gov y y cscibiliaOkeysso. net Colina-RL ..monroecounty-fl.gov troywalker(a7fdle.state. fl. us twaoneremiramarfd.orq y JLorber anfortlauderdale.gov Bmock@a.coralsprinos.com 'Count y y y WBates@sunrisefl.gov Timothy Keefe@sheriff.org mblakene@pbcgov.orq robin.starks@mgpdfl.orq LVunkannon a broward.orq AllenRL@pbso.org jahernandez c{r�.hollywoodfl.orq y 14 kshimpeno cx,ppines.com Trov. John sona m is m idade. gov FY 2021 Budget -Miami -Ft. Lauderdale UASI Jurisdiction Regional Project Procurement Mission Area Core Capability Category Discipline Line Item 9 Detailed Item Description AEL 9 EHP Qty Unit Cost Final Budget Allocation Notes BEMA Common Planning Planning Emergency Management 2021-06A Emergency Management Planner No 1 $115,325.00 $115,325.00 BEMA Response - CBRNE On -Scene Security Protection, and Law Enforcement Equipment Emergency Management 2021-13A Light Towers for Night Field Operations 030E-03-LTPA No 20 $11,000.00 $0.00 JMS 1/23/23: Transfer out $249,000 to line item 2021- lOD Approved Amendment 1/17/23. BSO Common Planning Planning Emergency Management 2021-06B BSO PTE - CEMP/COOP/COG - National Homeland Security Conference No 1 $14,000.00 $65,000.00 1MS 8/10/22: Transfer in $126,000 from line item 2021-05A Approved amendment 8/04/22. 1MS 11/16/22: Transfer out $60,000 to: line item 2021-151 $15,000 and line item 2021- 131 $45,000 Approved Amendment 11/09/22. 1MS 1/23/23: Transfer out $15,000 to line item 2021-151 Approved Amendment 1/17/23. BSO Response- Communications Operational Communications Equipment Fire Rescue 2021-05A BMS Microwave Downlink System for Aircraft 06CP-03-MWAV Yes 1 $226,000.00 $0.00 1MS 8/10/22: Transfer out $226,000 to: $126,000 to line item 2021-06B and $100,000 to line item 2021-07H Approved amendment 8/04/22. BSO Prevention Interdiction and Disruption Equipment All Disciplines 2021-05B Bomb Suit 02PE-01-BSUT No 2 $12,500.00 $24,325.00 JMS 2/16/23: Transfer out $675 to line item 2021-05D Approved Amendment 2/13/23. BSO Response - Communications Operational Communications Equipment Fire Rescue 2021-05C Microwave Downlink System for SUAS 06CP-03-MWAV Yes 5 $13,000.00 $0.002021-15J 1MS 11/16/22, Transfer out $65,000 to Approved Amendment 11/09/22. BSO Response - CBRNE On -Scene Security Protection, and Law Enforcement Equipment Law Enforcement 2021-05D 3 EOD Night Vision Goggles 030E-02-TILA No 1 $34,325.00 $35,000.00 JMS 2/16/23: Transfer in $675 from line item 2021-05B Approved Amendment 2/13/23. Coral Gables Response - CBRNE Mass Search and Rescue Ops Equipment Fire Rescue 2021-12A CBRNE Response Small Fireboat and applicable NASBLA Fire Boat training, NFPA 1405, 1005, NIMS 508, 509 17WC-00-BOAT, 21GN-00-TRNG No 1 $173,755.00 $0.00 FEMA Waiver Needed/Vehicle Form Needed. 1MS 1/9/23: Transfer out $173,755 to: line item 2021-06R $100,000, line item 2021-09D $48,755 and line item 2021-06S $25,000 (original project being transferred to FY 2022) Approved Amendment 1/02/73. Coral Springs Prevention Intelligence and Information Sharing Equipment Law Enforcement 2021-01A Real Time Crime Center Facial Recognition Software 131T-00-FACE No 1 $99,293.00 $5,194.00 will move back from 1 to 3 when cyber hold is released. 1MS 7/14/22: Transfer in $99,293 from line item 2021-05N Approved Amendment 7/5/22. 1MS 5/25/23: Transfer out $94,099 to line item 2021-02A Approved Amendment 5/22/23 Coral Springs Prevention Screening Search, and Detection Equipment Law Enforcement 2021 04A License Plate Reader System (LPR) (fixed to existing poles) 030E-01-ALPR, 21GN-00-INST, 21GN-00-SHIP Yes 6 $30,000.00 $180,000.00 Move from 2 to 4 Coral Springs Protection Physical Protective Measures Equipment Law Enforcement 2021-02A 1MS 5/25/23: Transfer in $94,099 Portable Bollards for Special Events and Polling Locations 14SW-01-WALL Yes 7 $7,143.00 $144,100.00 from line item 2021-olA Approved Amendment 5/22/23 1 Jurisdiction Regional Project Procurement Mission Area Core Capability Category Discipline Line Item # Detailed Item Description AEL # EHP Qty Unit Cost Final Budget Allocation Notes Fort Lauderdale Common Operational Coordination Equipment Emergency Management 2021-07A Ft. Lauderdale EOC - Enhancement umly-UU-UUtI4, 06CP-05-VCON, 06CP-01-PORT, 04MD-03-DISP, 04H W-01-HHCD 05PM-00-PTCH, 06CC-03-SATP, 06CC-03-SATB, 06CC-04-SADS, 06CC-01-CELL, 14SW-01-PACS, Yes 1 $79,450.00 $106,321.00 ,Iv. yie/u: I rooster in p[ts,mu from line item 2021-07A. Replace plotter for EOC that has been purchased previously via MMRS grant funds; Add AEL 04AP-03-GISS Approved Amendment 2/13/23. 1MS 3/21/23: Transfer in $495 from line item 2021-13C Approved Amendment 3/17/23. 1MS 4/10/23: Transfer out $1824 to: line item 2021. 13D $324 and line item 2021-12B Fort Lauderdale Mitigation Community Resilience Equipment All Disciplines 2021-08A Ft. Lauderdale CERT (Equip $7,300 and Training $7,300) 21GN-00-CCEQ No 1 $14,600.00 $14,600.00 Fort Lauderdale Response -CBRNE On -Scene Security Protection, and Law Enforcement Equipment Law Enforcement 2021-13B Ballistic Helmets 01LE-01-HLMT No 4 $1,835.00 $0.00 JMS 3/21/23: Transfer out $7340 to line item 2021-13K Approved Amendment 3/17/23. Fort Lauderdale Response- CBRNE On -Scene Security Protection, and Law Enforcement Equipment Law Enforcement 2021-05E Twin Port Gas Masks for Bomb Squad 01AR-02-APR No 10 $691.00 $0.00 JMS 3/14/23: Transfer out $6910 to line item 2021-050 Approved Amendment 3/09/23. Fort Lauderdale Response - CBRNE Mass Search and Rescue Ops Equipment Fire Rescue 2021-12B Enhancements to include supplied (10) air respirators and a throwable camera 01AR-01-SAR,TRT 21GN-00-SHIP, 030E-05-ROPH, 030E-05-ROPS, 030E-05-HARN No 1 $35,512.00 $35,892.45 JMS 2/16/23: Remove AEL 030E- 01-CTAC and add the following Air Carts, Air hoses; rope rescue harness packs (purchased via MMRS grant in the past). New AELs: 030E-05-ROPH; 030E-05- ROPS; 030E-05-HARN Approved Amendment 2/13/23. JMS 4/10/23: Transfer in $1500 from line item 2021-07A Approved Amendment 4/5/23. JMS 5/25/23: Transfer out $1137.85 to line item 2021-05S Approved Amendment 5/22/23. JMS 5/31/23: Transfer in $18.30 from line item 2021-15B Approved Amendment 5/25/23. Fort Lauderdale Response - Communications Operational Communications Equipment Emergency Management 2021-15A Repeater for CERT 06CP-01-REPT Yes 1 $20,000.00 $20,000.00 Fort Lauderdale Protection Physical Protective Measures Equipment All Disciplines 2021-01B IT Contingency Operations System (Redundancy IT System to include servers, application licenses and network peripherals) 14CI-01-COOP No 1 $42,000.00 $42,000.00 Fort Lauderdale Prevention Intelligence and Information Sharing Equipment Law Enforcement 2021-03A RTCC Enhancement to include 3 Video displays 04MD-01-DISP, 21GN-00-INST Yes 1 $29,930.00 $29,930.00 Fort Lauderdale Response - CBRNE On -Scene Security Protection, and Law Enforcement Equipment Law Enforcement 2021-13C Night Vision Goggles for SWAT 030E-02-TILA 6 $12,400.00 $0.00 JMS . / 11/ 1.: 1 ranster out $42130 to: line item 2021-05S $11,050 ; line item 2021-13M $30,585; line item 2021-07A $495 Approved Amendment 3/17/23. JMS 4/10/23: T.�ncfe. ..,,h Q'2') 77r1 h.,• lino 2 Jurisdiction Regional Project Procurement Mission Area Core Capability Category Discipline Line Item # Detailed Item Description AEL # EHP Qty Unit Cost Final Budget Allocation Notes Fort Lauderdale Protection Physical Protective Measures Equipment Law Enforcement 2021-02B CCTV system installed at EOC and RTCC 14SW-01-VIDA, 21GN-00-INST 2 $14,100.00 $0.00 11e1n1e, rruc 7LO,LUU w nne RCM 2021-07A (Project will cost more than funding allotted. Re -allocating funds for EOC plotter) Approved Amendment 2/13/23. JMS 2/16/23: Transfer out $28,200 to line item 2021-07A (Project will cost more than funding allotted. Re -allocating Fort Lauderdale Response - Communications Operational Communications Equipment Fire Rescue 2021-15B Hazmat Enhancement to include 1 deployable tactical comms kit and 1 throwable camera 06CC-02-DSAD, 030E-01-CTAC 1 $16,174.00 $16,154.00 JMS 5/31/23 'Transfer out $20 to: line item 2021-12B $18.30 and line item 2021-05S $1.70. Approved Amendment 5/25/23. Hialeah Protection Physical Protective Measures Equipment Law Enforcement 2021-02C Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Hialeah Police Department the opportunity to install CCTV equipment in the area of soft targets and enhance our ability to deter and investigate terrorist activity.) 14SW-01-VIDA 04HW-01-INHW 04MD-03-DISP 21GN-00-MAIN, 21GN-00-INST Yes 35 $16,072.00 $538,134.00 JMS 5/25/23: Transfer out $24,836 to line item 2021-O6C Approved Amendment 5/22/23 Hialeah Common Planning Training All Disciplines 2021-06C PT&E: HazMat courses, Homeland Security Conference and updating local COOP Plan No 1 $135,614.00 $60,000.00 Training $94,614; Planning $41,000. JMS 12/7/22: Transfer out $100,000 to line item Approved Amendment 11/30/22. JMS 5/25/23: Transfer in $24,836 to line item 2021-02C Approved Amendment 5/22/23 Hialeah Prevention Intelligence and Information Sharing Planning Law Enforcement 2021-04B LPR Analyst Sustainment No 1 $62,549.00 $62,549.00 Move from 3 to 4 Hialeah Common Planning Planning Emergency Management 2021-06D Emergency Management Planner No 1 $100,000.00 $100,000.00 Hialeah Prevention Screening Search, and Detection Equipment Law Enforcement 2021-04C License Plate Reader System (LPR) Fixed on poles 13LE-00-SURV 04AP-02-AVLS 030E-01-ALPR Yes 18 $22,636.00 $407,448.00 Move from 2to4 Hollywood Protection Cybersecurity Exercise All Disciplines 2021-01C Cybersecurity Exercise and Plan Development p No 1 $273,497.00 $0.00 JMS 12/28/22: Transfer out $273,497 to line item 2021- 013 A 11� Approved Amendment Hollywood Common Operational Coordination Equipment Emergency Management 2021-07B EOC Enhancements to include computer 04HW-01-INHW No 1 $60,000.00 $0.00 JF1SI2/28/22: Transfer out $60,000 to: line item 2021- 12F $18,447.96, line item 2021-15K $23,000 and line item 2021-13J $18,552.04 Approved Amendment 17/7O/77_ Key Biscayne Response - CBRNE On -Scene Security Protection, and Law Enforcement Equipment Fire Rescue 2021-13D Ballistic Vest and Helmets for Fire O1LE-0I-SHED O1LE-0IHLMT 1 $23,200.00 $23,200.00 M&A M&A M&A Management and Administratio n All Disciplines 2021-17 M&A M&A No 1 $560,500.00 $560,500.00 Miami Mitigation Long -Term Vulnerability Reduction Equipment All Disciplines 2021-09A Maintenance/Sustainment/ Repair/Replacement for HSGP Purchased Equipment. EM $138,000; Fire $5,000 21GN-00-MAIN No 1 $143,000.00 $153,906.20 JMS 9/22/22: Transfer in $10,906.20 from line item 2021-O8B (for CERT Trailer maintenance and sustainment) Approved Amandmant 9/19/77. 3 Jurisdiction Regional Project Procurement Mission Area Core Capability Category Discipline Line Item 0 Detailed Item Description AEL 0 EHP Qty Unit Cost Final Budget Allocation Notes Miami Common Operational Coordination Equipment Emergency Management 2021-07C EOC Enhancements/Maintenance/ Sustainment 21GN-00-OCEQ 14CI-00-COOP 075E-03-ENVS 06CC-05-PRTY 06CC-02-DSAD 21GN-00-INST, 04MD-03-DISP, 04H W-01-IN H W yes 1 $210,000.00 $210,000.00 Miami Recovery Infrastructure Systems Equipment All Disciplines 2021-16A This project will continue services for a Metro -Ethernet line that provides fast network connectivity between the City's network and the E911 backup center. 14CI-01-COOP No 1 $20,000.00 $20,000.00 cyber? Miami Response - Communications Operational Communications Equipment All Disciplines 2021-15C Satellite Phone Sustainment Citywide (12 months). This project will sustain the satellite phones that are installed throughout City Departments including police and fire stations which allow all first responders to communicate when primary communication services are down. Includes Key Biscayne 06CC-03-SATB No 1 $30,000.00 $30,000.00 Miami Common Planning Planning All Disciplines 2021-06E P,T & E. This project will support multi -disciplinary projects for the City of Miami under the leadership of MEM. Project scope will involve a full scale exercise, revision of planning documents such as the CEMP/COOP/COG and trainings that benefit terrorism -related emergency management trainings. Trainings will include ICS, Hazmat 160 and any other specialized courses needed due to staff attrition. Fire $54,894, EM $171,258 No 1 $226,152.00 $226,152.00 Miami Response - Communications Operational Communications Equipment Fire Rescue 2021-15D Deployable Repeaters 06CP-01-REPT, 21GN-00-TRNG, 21GN-00-MAIN, 21GN-00-INST, 06CP-03-TOWR Yes 6 $21,714.00 $176,000.00 JM511/16/22: Transfer in $45,716 from line item 2021-05G and add AEIS:: 21GN-00-TRNG, 21GN-00-MAIN, 21GN- 00-INST and 06CP-03-TOW R Approved Amendment 11/09/22. Miami Mitigation Community Resilience Planning All Disciplines 2021-08B CERT/Miami -Training and equipment No 1 $170,000.00 $159,093.80 JMS 9/22/22: Transfer out $10,906.20 to line item 2021- 09A1 Approved Amendment 9/19/22. Miami Protection Interdiction and Disruption Organization Fire Rescue 2021-02D Operational OT for Special Events approved by FEMA; Fire $22,000 No 1 $5,000.00 $5,000.00 4 Jurisdiction Regional Project Procurement Mission Area Core Capability Category Discipline Line Item # Detailed Item Description AEL # EHP Ott Unit Cost Final Budget Allocation Notes Miami Protection Physical Protective Measures Equipment Law Enforcement 2021-02E Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Miami Police Department the opportunity to deploy CCTV equipment in the area of soft targets and enhance our ability to deter and investigate terrorist activity.) 14SW-01-VIDA 04HW-01-INHW 04MD-03-DISP 21GN-00-MAIN yes 1 $313,567.00 $o.00 JMS 2/16/23: Transfer out $10,645.38 to line item 2021-10A Approved Amendment 2/13/23. JMS 6/21/23: Transfer out $302,921.62 to line item 2021-10E Approved Amendment 6/16/23. Miami Common Planning Equipment Law Enforcement 2021-04D Virtual Reality Counter -Terrorism Training System Project 1 $178,000.00 $24,720.62 Possible switch from A to 4. 1MS 2/16/23: Transfer out $10,000 to line item 2021-10A Approved Amendment 2/13/23. 1MS 6/21/23: Transfer out $143,279.38 to line item 2021-10E Approved Amendment 6/16/23. Miami Response -CBRNE Critical Transportation Equipment Law Enforcement 2021-10A Armored Response Project - Bearcat 12VE-00-MISS 1 $300,000.00 $320,684.18 JMS 2/16/23: Transfer in $20,684.18 from: Line item 2021- 04D $10,000, line item 2021-13E $38.80 and line item 2021-02E $10,645.38 Approved Amendment 2/13/23. Miami Response - CBRNE On -Scene Security Protection, and Law Enforcement Equipment Law Enforcement 2021-13E Ballistic Vest for SWAT and K9 01LE-01-ARMR 25 $4,436.00 $110,861.20 JMS 2/16/23: Transfer out $38.80 to line item 2021-10A Approved Amendment 2/13/23. Miami Common Planning Planning Emergency Management 2021-06F Emergency Management Coordinator (12 months). This position will assist with the development/revision of citywide emergency management plans such as the CEMP, COG and COOP. No 1 $85,000.00 $85,000.00 Miami Common Planning Planning Emergency Management 2021-06G Emergency Management Planner (12 months). This position will assist with general planning responsibilities related to the implementation of the UASI grant program. No 1 $85,000.00 $85,000.00 Miami Common Planning Planning Emergency Management 2021-06H Equipment Inventory Planner(12 months). This position will be responsible for resource management tracking and planning portion of the EHP process. No 1 $60,000.00 $60,000.00 Miami Prevention Screening Search, and Detection Equipment Fire Rescue 2021-05F 4-Gas Meters and calibration sensors (69) 07CD-01-DPMG No 1 $64,950.00 $64,950.00 Miami Protection Physical Protective Measures Equipment Fire Rescue 2021-01D PSAP Go Kits (COOP Project) 14CI-01-COOP 1 $35,000.00 $35,000.00 Miami Prevention Screening Search, and Detection Equipment Fire Rescue 2021-05G 1HAT Explosion Detection 07ED-01-IMOB, 07ZZ-00-NCBR 5 $18,500.00 $46,784.00 1MS 11/16/22: Transfer out $45,716 to line item 2021-15D Approved Amendment 11/09/22. Miami Response - CBRNE Mass Search and Rescue Ops Equipment Fire Rescue 2021-12C Tablets for Survey 123 04HW-01-INHW No 50 $1,700.00 $85,000.00 5 Jurisdiction Regional Project Procurement Mission Area Core Capability Category Discipline Line Item 5 Detailed Item Description AEL 5 EHP Qty Unit Cost Final Budget Allocation Notes Miami Beach Protection Physical Protective Measures Equipment Law Enforcement 2021-02F Target Hardening at Miami Beach Facilities (Fire Stations, Satellite Police Stations, Youth Centers) 14SW-01-VIDA, 21GN-00-INST Yes 1 $264,836.00 $264,836.00 Miami Gardens Prevention Intelligence and Information Sharing Equipment Law Enforcement 2021-02G Video Wall & Covert Surveillance Technology 04H W-01-INHW, 04MD-01-VCAM, 12TR-02-TEQP, 030E-02-ROVL, 04SW-04-NETW, 04SW-05-SCAD No 1 $327,884.00 $327,884.00 Miami -Dade Common Operational Coordination Equipment Emergency Management 2021-07D WebEOC Municipal Enhancement 04MD-01-CDSS No 1 $75,000.00 $75,000.00 Miami -Dade Common Planning Planning Emergency Management 2021-061 THIRA/SPR for the County No 1 $90,000.00 $90,000.00 Miami -Dade Protection Physical Protective Measures Equipment Emergency Management 2021-02H Security Camera/Access Control for MD Elections Department HQ 14SW-01-VIDA, 21GN-00-INST Yes 1 $150,000.00 $150,000.00 Miami -Dade Common Planning Planning Emergency Management 2021-061 Whole Community No 1 $161,000.00 $161,000.00 Miami -Dade Response - CBRNE Public Health, Healthcare and EMS Exercise Emergency Management 2021-14A Closed POD Exercise and Training Video No 1 $75,515.00 $75,515.00 Miami -Dade Protection Access Control and Identity Verification Equipment Emergency Management 2021-021 Access Control at MD Elections Department Building 14SW-01-PACS, 21GN-00-INST Yes 1 $250,000.00 $250,000.00 Miami -Dade 2 Prevention Intelligence and Information Sharing Equipment Law Enforcement 2021-03B Forensic Video Covert Streaming Systems 13LE-00-SURV, 04HW-01-INHW, 04MD-03-DISP, 10GE-00-GENR Yes 1 $134,058.00 $134,058.00 Miami -Dade Prevention Intelligence and Information Sharing Equipment Law Enforcement 2021-021 Multi Functional Video Wall and work stations for Fusion Center and RTCC 04HW-01-INHW 131T-00-INTL 21GN-00-OCEQ 21GN-00-INST, 04MD-03-DISP Yes 1 $667,457.00 $657,457.00 Originally submitted at $700k and was reduced to stay within allocation. JMS 5/31/23: Transfer out $10,000 to 2021-06U. Approved Amendment 5/25/23. Miami -Dade Response - CBRNE Logistics and Supply Chain Management Equipment Fire Rescue 2021-11A Mobile Solar Power Supply Unit 10BC-00-SOLR No 1 $107,554.00 $107,554.00 Miami -Dade Response -CBRNE Critical Transportation Equipment Fire Rescue 2021-05H MCI Ambulance Bus/Mobile Treatment Unit (MTU) 12VE-00-ABUS Yes 1 $583,961.00 $0.00 JMS 3/14/23: Transfer out $583,961 to: line item 2021-05P $223,691; line item 2021-05Q $60,000 and line item 2021-05R $300,000 Approved Amendment 3/09/23. Miami -Dade Common Planning Training Fire Rescue 2021-06K NIMS ICS Position Specific Training 1 $105,000.00 $105,000.00 Miami -Dade Common Planning Planning Fire Rescue 2021-06L Planning, Training and Exercises: UASI Homeland Security Conference N/A No 1 $5,000.00 $5,000.00 Miramar Mitigation Community Resilience Equipment Fire Rescue 2021-08C Training Mannequins for CERT 04AP-08-SIMS; AEL # 09TR-01- MKIT& 09TR-01- CSIM No 3 $4,000.00 $50,000.00 JMS 1/23/23: Transfer in $38, 000 from: line item 2021-12D $38,000, and adding New AEL # 09TR-01- MKIT& 09TR-01-CSIM). Please refer to "Training Mannequins -Detail Line" sheet for detailed breakdown Approved Amendment 1/17/23. Miramar Mitigation Community Resilience Equipment Fire Rescue 2021-08D Miramar CERT Equipment 21GN-00-CCEQ No 1 $1,293.00 $0.00 JMS 1/23/23: Transfer out $1293 to line item 2021-06T Approved Amendment 1/17/23. Miramar Common Operational Coordination Equipment Fire Rescue 2021-07E WebEOC Fleet Eyes Software 04AP-OS-CDSS, 04AP-02-AVLS No 1 $30,000.00 $30,000.00 6 Jurisdiction Regional Project Procurement Mission Area Pa ty Core Capability Cate gory Discipline p Line Item 0 Detailed Item Description p AEL 0 EHP QtyUnit Cost Final Budget Allocation ge Notes Miramar Response - CBRNE Mass Search and Rescue Ops Equipment Fire Rescue 2021-12D Thermal Imaging Cameras 030E-02-TILA 5 $9,000.00 $0.00 JMS 1/23/23: Transfer out $45,000 to: line item 2021-08C $38,000 and line item 2021-06T $7,000; Approved Amendment 1/17/23. Miramar Response - CBRNE On -Scene Security Protection, and Law Enforcement Equipment Fire Rescue 2021-13F Ballistic Helmets O1LE-01-HLMT No 1 $10,000.00 $0.00 JMS 1/23/23: Transfer out $10,000 to line item 2021-06T Approved Amendment 1/17/23. Miramar Protection Cybersecurity Exercise Emergency Management 2021-01E Cybersecurity Election Based Incident Response TTX No 1 $100,000.00 $100,000.00 Miramar Common Planning Planning Emergency Management 2021-06M THIRA/SPR for the City No 1 $50,000.00 $0.00 JMS 1/23/23: Transfer out $50,000 to line item 2021-06T Approved Amendment 1/17/23. Miramar Common Planning Training Emergency2021-06N Management PT&E: Homeland Security Conference and ICS courses (Virtual if necessary) 1 $71,000.00 $0.00 JMS 1/23/23: Transfer out $71,000 to line item 2021-06T Approved Amendment 1/17/23. Miramar Prevention Screening Search, and Detection Equipment Fire Rescue 2021-051 Personal Radiation Detectors (PRD) 07RD-02-PRDA 4 $2,500.00 $0.00 JMS 1/23/23: Transfer out $10,000 to line item 2021-06T Approved Amendment 1/17/23. Monroe Response - CBRNE Critical Transportation Equipment Law Enforcement 2021-10B SWAT Personnel Carrier with Coms 12VE-00-MISS 1 $100,000.00 $0.00 JMS 9/22/22: Transfer out $100,000.00 to line item 2021-15E Approved Amendment 9/19/22. Monroe Response - Communications Operational Communications Equipment Law Enforcement 2021-15E APX6000 700/800 Portable Radios 06CP-01-PORT No 6 $5,403.00 $132,418.00 JMS 9/22/22: Transfer in $100,000 from line item 2021- 1OB Approved Amendment 9/19/22. Monroe Prevention Screening Search, and Detection Equipment Emergency Management 2021-051 Radiation Portal Monitor 15SC-00-PMON 1 $18,285.00 $18,285.00 Monroe Response - CBRNE Environmental Response/Health and Safety Equipment Fire Rescue 2021-05K Hazmat Trailer with various hazmat equipment and PPE 12TR-00-TEQP, 01CB-04-ENSM, 01CB-02-ENSM, 01VT-02-FTWR, O1VT-02-GARM, 01VT-02-GLOV, 01ZA-04-HEAR, 07CD-01-DPGC, see template for list of AELs 1 $114,133.00 $114,133.00 Palm Beach County Common Operational Coordination Equipment Emergency Management 2021-07F EOC Technology Upgrades to include 53 microcomputers, 104 laptops, 2 all -in -one computers, 27 desktop computers and 4 printers No 1 $156,150.00 $147,650.00 JMS 12/28/22: Transfer out $8500 to line item 2021-11B Approved Amendment 12/20/22. Palm Beach County Response - CBRNE Logistics and Supply Chain Management Equipment Emergency Management 2021-11B Logistics/Deployable equipment: Fort/shelter (125k) and generator ($84,576) No 1 $209,576.00 $218,076.00 JMS 12/28/22: Modify project scope to purchase a 2O0KW generator and a 15OKW generator and transfer in $8500 from line item 2021- O7F Approved Amendment 12/20/22. PBSO Response - CBRNE On -Scene Security Protection, and Law Enforcement Equipment Law Enforcement 2021-13G SWAT Night Vision Goggles 030E-02-TILA No 19 $8,600.00 $163,400.00 PBSO Prevention Public Information and Warning Training Law Enforcement 2021-04E Community Business Partners Against Terrorism Program No 1 $92,326.00 $92,326.00 Possible switch from 2 to 4 7 Jurisdiction Regional Project Procurement Mission Area Core Capability Pa ry CategoryDiscipline p Line Item # Detailed Item Description p AEL # EHP QtyUnit Cost Final Budget Allocation ge Notes PBSO Prevention Interdiction and Disruption Equipment Law Enforcement 2021-05L Bomb Suit (40k) and Man Portable Bomb Robot (70k) 02PE-01-BSUT and 02EX-02- RBTL No 1 $110,000.00 $110,000.00 Pembroke Pines Response - CBRNE On -Scene Security Protection, and Law Enforcement Equipment Fire Rescue 2021-13H 66 Body Helmets and Body Armor for Fire/EMS personnel for deployment to hotzones. 01LE-01-ARMR O1LE-O3-HLMT 66 $1,133.00 $73,253.00 JMS 5/31/23: Transfer out $1525 to line item 2021-12G Approved Amendment 5/25/23. Pembroke Pines Prevention Intelligence and Information Sharing Equipment Law Enforcement 2021-01F Data Analytics for RTCC 131T-00-FACE; 04HW-03-INHW 1 $214,000.00 $214,000.00 Switch back from 1 to 3 once cyber hold is released. 1MS 7/14/22: Transfer in $214,000 from: line item 2021-05N $50,707 and line item 2020- 11C $116,225, line item 2021-151 $47,068 Approved Amendment 7/5/22. Pembroke Pines Prevention Screening Search, and Detection Equipment Fire Rescue 2021-05M 6-Gas Detectors 07CD-01-DPGC 10 $2,300.00 $19,930.00 1MS 5/31/23: Transfer out $3070 to line item 2021-12G Approved Amendment 5/25/23. Pembroke Pines Response - CBRNE Mass Search and Rescue Ops Equipment Fire Rescue 2021-12E Thermal Imaging Cameras 030E-02-TILA 3 $6,300.00 $17,570.00 1MS 5/31/23: Transfer out $1330 to line item 2021-12G Approved Amendment 5/25/23. Sunrise Response -CBRNE Critical Transportation Equipment Law Enforcement 2021-10C Bear Cat for SWAT 12VE-00-MISS No 1 $360,121.00 $360,121.00 Regional Miami Common Planning Planning Emergency Management 2021-060 Regional Program Manager. This position assists the Miami and Ft. Lauderdale with regional planning needs (e.g. drafting of investment justifications, coordination of UAWG meetings, development of annual budgets, etc.). Planning No 1 $110,000.00 $110,000.00 Regional Miami Common Planning Planning Emergency Management 2021-06P Regional Planning, Training and Exercises Coordinator- this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. Planning No 1 $75,000.00 $75,000.00 Regional PBSO Fusion Prevention - Fusion Intelligence and Information Sharing Organization Law Enforcement 2021-03C Fusion Center Analysts Organization No 5 $57,500.00 $287,500.00 Regional Miami Common Planning Planning Emergency Management 2021-06Q Regional Planning, Training & Exercise to include attendance at grant related meetings 21GN-00-TRNG No 1 $20,876.00 $20,876.00 Regional Miami Protection Cybersecurity Organization Law Enforcement 2021-01G Regional Cybersecurity Analysts Project No 2 $150,000.00 $300,000.00 Regional PBSO Fusion Prevention - Fusion Intelligence and Information Sharing Planning Law Enforcement 2021-01H Metadata Planner No 1 $43,000.00 $43,000.00 move from 3to 1 Regional PBSO Fusion Prevention - Fusion Intelligence and Information Sharing Equipment Law Enforcement 2021-03D Fusion Center Operations to include computer hardware and peripherals, software maintenance, DHS sponsored Training, alert system and TLO program support and office supplies/equipment 04HW-01-INHW 131T-00-INTL 131T-00-ALRT No 1 $270,000.00 $270,000.00 8 Jurisdiction Regional Project Procurement Mission Area Core Capability Category Discipline Line Item # Detailed Item Description AEL # EHP Qty Unit Cost Final Budget Allocation Notes Regional Miami Common Operational Coordination Equipment Emergency Management 2021-07G Incident command software system needed for regional info sharing during emergency operations as well as non - emergency situations to provides platform for day-to-day regional info sharing and updates. (Web EOC) 04AP-05-CDSS 04AP-03-GISS 04SW-04-NETW No 1 $150,000.00 $150,000.00 Regional Ft. Lauderdale Mitigation Community Resilience Training All Disciplines 2021-08E Regional Citizen Corps/CERT Planning, Training Exercise and Equipment 19GN-00-BGPK 06CP-01-PORT 21GN-00-CCEQ 030E-03-LTPA 19GN-00-HSSF 09TR-01-CSIM No 3 $100,000.00 $300,000.00 1MS3/14/23: Adding AELs: 030E-03- LTPA (portable lighting); 19GN-00-HSSF (Housing, Subsistence & Sanitation); 09TR- 01-CSIM (Equip. Training) Approved Amendment 3/09/23. Regional Ft. Lauderdale Response - Communications Operational Communications Equipment All Disciplines 2021-15F Deployable LTE Radio & Celluar Comm Kit - RDSTF 7 Interoperable Trailer- Regional Project 06CC-02-DSAD, 21GN-00-TRNG No 1 $23,150.00 $23,150.00 Regional FDLE Response - Communications Operational Communications Equipment Law Enforcement 2021-15G Communications lnteroperability System 06CP-01-PORT No 1 $8,000.00 $8,000.00 Regional FDLE Response - Communications Operational Communications Equipment Law Enforcement 2021-15H 7 Satellite Radios 06CC-03-SATM No 1 $6,570.00 $6,570.00 Regional FDLE Mitigation Long -Term Vulnerability Reduction Equipment Law Enforcement 2021-09B Maintenance/Sustainment - Regional Command Vehicle Wrap 21GN-00-MAIN 1 $5,750.00 $5,750.00 Regional Miami Beach Prevention Screening Search, and Detection Equipment Law Enforcement 2021-04F Regional LPR Project 131T-00-INTL 030E-03-ALPR, 21GN-00-CNST 1 $250,000.00 $0.00 Switch from 2 to 4. 1MS 3/15/23: Transfer out $250,000 to: line item 2021- 13N $30,000, line item 2021-15L $57,000 and line item 2021-18 $163,000 Approved Amendment 3/8/23. Regional Miami Prevention Screening Search, and Detection Equipment Fire 2021-05N Radiation Detection for Hazmat to include: 1 AreaRae Pro Rapid Deployment Kit RDK, cylinder (calibration), FLIR Identifinder R200 PRND, annual calibration, FTIR Technology, Autorae controler and cradles 07CS-01-KAVC, 07CD-01-DPMG, 07RD-02-PRDA, 07CS-01-KEGS 1 $150,000.00 $0.00 Will be removed to meet cyber minimum once hold is released. 1MS 7/14/22: Transfer out $150,000 to: line item 2021- 01A $99,99,293 and line item 2021-01F $50,707 Approved Amendment 7/5/22. Regional PBSO Prevention Interdiction and Disruption Equipment Law Enforcement 2021-03E Regional Maritime Radar Project - Miami Dade County 14SW-02-RADR Yes 1 $330,000.00 $330,000.00 Move from 5 to 3. 1MS 9/22/22: To move project from Monroe County to Miami Dade County Approved Amendment 9/19/22. 1MS9/22/22: To move project from Monroe County to Miami Dade County Approved Amendment 9/19/22. Regional MDEM Response -CBRNE Logistics and Supply Chain Ma nagement Planning Emergency Management 2021-11C Logistics/Resource Management Project 1 $116,225.00 $0.00 Will be removed to meet cyber minimum once hold is released. 1MS 7/14/22: Transfer out $116,225 to line item 2021- O1F Approved Amendment 7/5/22. Regional MDPD Response - Communications Operational Communications Equipment Law Enforcement 2021-151 Communications 700MHz Overlay 06CP-01-BASE, 06CP-02-BRDG Yes 1 $436,888.00 $389,820.00 Will be reduced to $389,820 to meet cyber minimum. 1MS 7/14/22: Transfer out $47,068 to line item 2021-01F Approved Amendment 7/5/22. Regional PBSO Protection Cybersecurity Training Law Enforcement 2021-011 Cyber Response Training 1 $313,293.00 $313,293.00 Added to meet cyber minimum BSO Common Operational Coordination Planning Emergency Management 2021-07H Emergency Management Technical Support Specialist 1 $100,000.00 $100,000.00 JMS 8/10/22: Transfer in $100,000 from line item 2021-05A Approved amendment 8/04/22. 9 Jurisdiction Regional Project Procurement Mission Area Pa ty Core Capability Cate gory Discipline p Line Item # Detailed Item Description p AEL # EHP QtyUnit Cost Final Budget Allocation ge Notes BSO Response - CBRNE On -Scene Security Protection, and Law Enforcement Equipment Law Enforcement 2021-131 SWAT Robot 030E-07-ROBT 1 $45,000.00 $45,000.00 1MS 11/16/22: Transfer in $45,000 from line item 2021-06B Approved Amendment 11/09/22. BSO Response - Communications Operational Communications Equipment 2021-151 Digital Vehicle Repeater System (DVRS) Radios 06CP-01-REPT $95,000.00 1MS 11/16/22: Transfer in $80,000 from: line item 2021-05C $65,000 and line 2021-06B $15,000 Approved Amendment 11/09/22. 1MS 1/23/23: Hialeah Mitigation Long -Term Vulnerability Reduction Equipment Law Enforcement 2021-09C Maintenance and Sustainment of UASI Command Vehicle 21GN-00-MAIN 1 $100,000.00 1MS 12/7/22: Transfer in $100,000 from line item 2021-06C Approved Amendment 11/30/22. Hollywood Protection Cybersecurity Equipment All Disciplines 2021-011 Cybersecurity Software: Spyglass Security and Compliance Software 05NP-00-SIEM 1 $273,497.00 $273,497.00 JMS 12/28/22: Transfer in $273,497 to line item 2021- 01C Approved Amendment 12/20/22. Hollywood Response -CBRNE Mass Search and RescueOps Equipment Fire Rescue 2021-12F Thermal Imaging Monocular 030E-02-TILA 1 $18,447.96 $16,809.102021-07B JMJ IL/ L8/ LL: t ransrer in $18,447.96 from line item Approved Amendment 12/20/22. JMS 6/16/23: Transfer out eh, <00 0<... 1:....:..... nnnl _ Hollywood Response - Communications Operational Communications Equipment Law Enforcement 2021-15K Suitcase Radio Repeater 06CP-01-REPT 1 $23,000.00 $23,000.00 JMS 12/28/22: Transfer in $23,000 from line item 2021- 07B Approved Amendment 12/20/22. Hollywood Response - CBRNE On -Scene Security Protection, and Law Enforcement Equipment Law Enforcement 2021-131 Simunition Project to include marking cartridges and simunition guns 030E-01-NLTA 1 $18,552.04 $18,524.592021-07B JMJ IL/ La/ LL: t ransrer in $18,552.04 from line item Approved Amendment 12/20/22. JMS 6/16/23: Transfer out $27.45 Coral Gables Common Planning Planning Emergency Management 2021-06R EM Planner 1 $100,000.00 $100,000.00 1MS 1/9/23: Transfer in $100,000 from line item 2021-12A Approved Amendment 1/03/23. Coral Gables Mitigation Long -Term Vulnerability Reduction Equipment Fire Rescue 2021-09D Maintenance/Sustainment/ Repair/Replacement for HSGP Purchased Equipment. 21GN-00-MAIN 1 $48,755.00 $48,755.00 1MS 1/9/23: Transfer in $48,755 from line item 2021-12A Approved Amendment 1/03/23. Coral Gables Common Planning Training Fire Rescue 2021-06S Training and Exercise 1 $25,000.00 $25,000.00 1MS 1/9/23: Transfer in $25,000 from line item 2021-12A Approved Amendment 1/03/23. BEMA Response -CBRNE Critical Transportation Equipment Emergency Management 2021-10D Mobile Command Vehicle 12VE-00-CMDV 1 $249,000.00 $249,000.00 JMS 1/23/23: Transfer in $249,000from line item 2021- 13A Approved Amendment 1/17/23. Miramar Common Planning Training Fire Rescue 2021-06T Technical Rescue Team Training 035R-01-ABAG 035R-02-TRIG 035R-02-TPHY 145W-03-SIDV 12VE-00-MISS 719N-00-INST 1 $149,293.00 $149,293.00 JPro 1/ L31 Ls: 1 ransrer n >avy,zwa from: line item 2021-08D $1293, line item 2021-12D $7,000, line item 2012-13F $10,000, line item 2021-06M $50,000, line item 2021- 06N $71,000 and line item 2021-05I c.n nnn u.................,_..a.,. 10 Jurisdiction Regional Project Procurement Mission Area Core Capability Category Discipline Line Item # Detailed Item Description AEL # EHP Qty Unit Cost Final Budget Allocation Notes Miramar Protection Cybersecurity Equipment Fire Rescue 2021-01K Cyber Security - Command Centeral Aware Software -Public Safety Ops Center 13IT-00-DFSN 1 $100,000.00 pending amendment Fort Lauderdale Prevention Interdiction and Disruption Equipment Law Enforcement 2021-050 FLPD Bomb Squad - Special Purpose Probe Kit (Live wire detection) 030E-04-CRNT 1 $6,910.00 $3,784.11 JMS 3/14/23: Transfer in $6910 from line item 2021-05E Approved Amendment 3/09/23. JMS 5/25/23: Transfer out $3125.89 to line item 2021-05S Aooroved Amendment 5/22/23 Miami-Dade Response-CBRNE Environmental Response/Health and Safety Equipment Fire 2021-05P MDFR CBRNE Robot and components 030E-07-ROBT 02EX-02-RB7L 1 $223,961.00 $223,961.00 JMS 3/14/23: Transfer in $223,961 from line item 2021- 05H Approved Amendment 3/09/23. Miami -Dade Response - CBRNE Environmental Response/Health and Safety Equipment Fire 2021-05Q MDFR Raman Scattering Spectrometer technology 07CD-01-DPGC $60,000.00 $60,000.00 JMS 3/14/23: Transfer in $60,000 from line item 2021-05H Approved Amendment 3/09/23. Miami -Dade Response - CBRNE Environmental Response/Health and Safety Equipment Fire 2021-05R MDFR Gas Chromatograph Mass Spectrometry 07CD-01-DPGC $300,000.00 $300,000.00 JMS 3/14/23: Transfer in $300,000 from line item 2021- 05H Approved Amendment 3/09/23. Fort Lauderdale Response - CBRNE On -Scene Security Protection, and Law Enforcement Equipment Law Enforcement 2021-13K FLPD SWAT - Simmunition Non- Lethal firearm; hearing protection and defensive combat training kits 09TR-01-CSIM, 030E-01-NLTA andO1ZA-04- HEAR 1 $7,340.00 $5,819.00.r„ JmJ .2/ L1/ L.S: i ransTer in $7340 from line item 2021- 13B Approved Amendment 3/17/23. JMS 4/10/23: Transfer(out $1521 to line �,? Fort Lauderdale Response -CBRNE Environmental Response/Health and Safety Equipment Law Enforcement 2021-05S HazmatSuitforSWAT; 01SP-01-ENSE 1 $11,050.00 $12,665.44 g. 3/ Y�3: 1 ;la nire r In L $11,050 from line item 2021- 13C Approved Amendment 3/17/23. JMS 4/10/23: Transfer out $2650 to line item 2021-13D Approved Amendment 4/S/23_ 1MC Fort Lauderdale Response - CBRNE On -Scene Security Protection, and Law Enforcement Equipment Law Enforcement 2021-13L Vehicle Mounted Breaching System and Remote Controlled Breaching System 20TR-00-NTRY 1 $32,270.00 pending amendment Fort Lauderdale Response - CBRNE On -Scene Security Protection, and Law Enforcement Equipment Law Enforcement 2021-13M Ballistic Panelled Vest and Ballistic Shield 01LE-01-ARM 01LE-01-SHLD 1 $30,585.00 $47,350.00 JMS 3/21/23: Transfer in $30,585 from line item 2021- 13C Approved Amendment 3/17/23. JMS 4/10/23: Regional PB50 Response - CBRNE On -Scene Security Protection, and Law Enforcement Equipment Law Enforcement 2021-13N Large EOD Robotic Platform 030E-07-ROBT 1 $30,000.00 $30,000.00 JMS 3/15/23: Transfer in $30,000 from line item 2021-04F Approved Amendment 3/8/23. Regional City of Doral Response - Communications Operational Communications Equipment Emergency Management 2021-15L Portable Radios at EOC for Doral 06CP-Ol-MOBL, 06CP-01-PORT, 06CP-03-PRAC No 1 $57,000.00 $57,000.00 JMS 3/15/23: Transfer in $57,000 from line item 2021-04F Approved Amendment 3/8/23. JMS 6/21/23: Change of jurisdiction from MDEM to Doral Aooroved Amendment 6/16/23. 11 Jurisdiction Regional Project Procurement Mission Area Pa y Core Capability Cate gory Discipline p Line Item # Detailed Item Description p AEL # EHP QtyUnit Cost Final Budget Allocation ge Notes Fort Lauderdale Response - CBRNE On -Scene Security Protection, and Law Enforcement Equipment Law Enforcement 2021-130 Safety Gear (eye protection) and medical pouches 01ZA-03-LASR, 09ME-01-BAGM 1 $20,000.00 $20,000.00 JMJ 4/ la/ L3: 1 ransTer in $20,000 from: line item 2021- 13C $15,505, line item 2021- 13K $1521, line item 2021- 05S $2650 and line item 2021- „„ a•,,,,, „ _....,,,, Regional 2021-18 Deob $163,000.00 JMS 3/15/23: Transfer in $163,000 from line item 2021- 04F Approved Amendment 3/8/23. Pembroke Pines Response -CBRNE Mass Search and Rescue Ops Equipment Fire Rescue 2021-12G TRT Equipment 03SR-02-TPEL 1 $8,862.00 $5,925.00 JMJ 0/31/L3: 1 ransrer in $5925 from: line item 2021- 13H$1525,Iineitem2021- 05M $3070, line item 2021- 12E $1330 Approved MDPD Common Planning Planning 2021-06U Planning, Training and Exercises: Homeland Security Conference $10,000.00 JMS 5/31/23: Transfer in $10,000 from 2021-021 Approved Amendment 5/25/23. Hollywood Response-CBRNE On -scene Security, Protection and Law Enforcement Equipment Law Enforcement 2021-13P Spotting Scope and Tripod 030E-02-SCOP 1 $1,666.31 $1,666.31 JMS 6/16/23: Transfer in $1666.31 from: line item 2021- 12F $1638.86 and line item 2021-137 $27.45 Approved Amendment 6/13/23. Miami Response-CBRNE Critical Transportation Equipment Law Enforcement 2021-10E Marine Patrol (WRT) Vessel 17WC-00-BOAT, 21GN-00-TRNG 1 $446,201.00 $446,201.00 penamg amenamenc. Requires FEMA approval. JMS 6/21/23: Transfer in $446,201 from: line item 2021 02E $302,921.62 and line item Total $14,012,500.00 $14,012,500.00 $0.00 Projected Regional Total To Fund 12