HomeMy WebLinkAboutBack-Up DocumentsFOR:
U.S. Department of Homeland Security
Washington, DC 20472
FEMA
US&R PROGRAM DIRECTIVE - 2024-005
September 20, 2024
National Urban Search & Rescue Response System
Task Force Representatives
FROM: Kenneth Pagurek Jr, Chief
Urban Search and Rescue Branch
SUBJECT: US&R Program Directive 2024-005 — FY23 US&R Readiness Cooperative
Agreement — Supplemental Award with FY24 Funding
Implementation Date: September 20, 2024; Expiration Date: September 30, 2024
The 28 National Urban Search and Rescue (US&R) Response System ("the System") task forces
have an opportunity to receive supplemental funding within their FY23 US&R Readiness
Cooperative Agreements.
This potential funding will continue to address the finding identified in the last Government
Accountability Office (GAO) Audit, which highlighted the System's need to develop a
comprehensive plan to prioritize and finance the replacement of equipment for the Urban Search
and Rescue (US&R) task forces. Further direction and instruction pertaining to the purchase of
specific equipment, along with corresponding specifications and quantities will be provided in
subsequent US&R Program Directives after the funding is received. The direction given will
address the funding received in this supplemental award.
Terms and Conditions: These supplemental funds may only be used for expenses incurred
on/after October 1, 2023 (i.e., they cannot be used to cover expenses incurred before the federal
FY24). These supplemental funds can be used for expenses incurred through the end of the FY23
award period of performance.
Since this action will need to be completed by the end of the fiscal year (September 30, 2024), the
System needs to be prepared to receive the funding as soon as it is available. To this end, all task
forces will need to initiate and submit a cost amendment request in FEMAGO no later than 5 pm
EDT, on Wednesday, September 25, 2024, for the supplemental to be awarded once the funding
is received.
REQUIRED ACTIONS
The issue is approved for FEMA National US&R Response System implementation.
All task forces are to submit a cost amendment request in FEMAGO to the FY23 award no later
than 5 pm EDT on Wednesday, September 25, 2024. Because it is unclear as to the amount of
funding (if any) that would be provided, each task force should leave the dollar amount blank and
this will be filled in once the dollar amount is known. In the "narrative" field, include the
www.fema.gov
US&R Program Directive 2024-009 — FY2023 US&R Readiness Cooperative Agreement —
Supplemental with FY2024 Funding
Page 2
following: "This funding will be used to continue the re -capitalization of the task force
equipment cache. More specific direction will be provided by the US&R Branch."
Attach a copy of this PD to your amendment request.
Refer to the attached FEMA GO Request Amendment User Guide for instruction on how to submit
a cost change amendment.
Attachment: FEMA GO Request amendment User Guide
cc:
US&R Strategic Group
US&R Advisory Group
US&R Branch Staff
FEMA Regional/Federal/International ESF #9 Representatives
US&R Task Force Grant Managers
FEMA Grants Program Directorate
www.fema.gov
Amendment Memo
Effective date: 09/27/2024
U.S. Department of Homeland Security
Washington, D.C. 20472
FEMA
FEMA has made an amendment to your award: EMW-2023-CA-05396. The change to your grant was
reviewed and is hereby approved as specified below. All other terms and conditions of the grant remain
unchanged.
Budget or scope amendment
FEMA has amended the budget or scope of work of your award. Please view the full budget or scope of work
within the Award Summary below, including justifications for differences between the approved costs and
scope of work in this amendment and the previously approved costs and scope of work.
• Project
Cost share change: Yes
Budget change:
Object Class
Previous total
Adjusted total
Personnel $866,532.00 $866,532.00
Fringe benefits $25,133.00 $25,133.00
Travel $85,500.00 $85,500.00
Equipment $155,891.00 $301,263.00
Supplies $7,000.00 $7,000.00
Contractual $177,400.00 $177,400.00
Construction $0.00 $0.00
Other $0.00 $0.00
Indirect charges $0.00 $0.00
Federal
Non-federal
$1,317,456.00
$0.00
$1,462,828.00
$0.00
L Total
$1,317,456.00
$1,462,828.00
Terms and conditions amendment(s)
FEMA has reviewed the terms and conditions of your award.
The following terms and conditions have been added to your award:
Article 53 FY24 Supplemental funding for the FY23 Award
FEMA is adding Fiscal Year (FY) 2024 funding as a supplement to your FY 2023 award, which is indicated in
the obligating document of this amended award package. These supplemental funds may only be used for
expenses incurred on/after October 1, 2023 (i.e., they cannot be used to cover expenses incurred before the
federal FY 2024). These supplemental funds can be used for expenses incurred through the end of your FY
2023 award period of performance.
Your amended award package is included below. The amended award package incorporates changes
approved in this amendment as well as any previously approved amendments.
Award Letter
U.S. Department of Homeland Security
Washington, D.C. 20472
Effective date: 09/27/2024
FEMA
Miroslava Musser
CITY OF MIAMI
444 SW 2ND AVENUE 5TH FLOOR - GRANTS ADMINISTRATION
MIAMI, FL 33130
EMW-2023-CA-05396
Dear Miroslava Musser,
Congratulations on behalf of the Department of Homeland Security, your application submitted for the Fiscal
Year (FY) 2023 National Urban Search & Rescue (US&R) Response System Readiness Cooperative
Agreement, has been approved in the amount of $1,462,828.00 in Federal funding. This award of federal
assistance is executed as a Cooperative Agreement.
Before you request and receive any of the Federal funds awarded to you, you must establish acceptance of
the award through the FEMA Grants Outcomes (FEMA GO) system. By accepting this award, you
acknowledge that the terms of the following documents are incorporated into the terms of your award:
• Award Summary - included in this document
• Agreement Articles - included in this document
• Obligating Document - included in this document
• FY 2023 National Urban Search & Rescue (US&R) Response System Readiness Cooperative
Agreement Notice of Funding Opportunity
Please make sure you read, understand, and maintain a copy of these documents in your official file for this
award.
Sincerely,
PAMELA WILLIAMS
Assistant Administrator, Grant Programs
Region 4
Award Summary
Program: Fiscal Year 2023 Urban Search and Rescue
Recipient: CITY OF MIAMI
UEI-EFT: KJT5RFPMWTK5
DUNS number: 072220791
Award number: EMW-2023-CA-05396
Summary description of award
The purpose of this award is to provide funding to ensure the sustainment and readiness of the 28 task forces
that make up the National Urban Search and Rescue (US&R) Response System (the System).
Amount awarded table
The amount of the award is detailed in the attached Obligating Document for Award.
The following are the budgeted estimates for object classes for this amended award (including Federal share
plus your cost share, if applicable):
Object Class Total
Personnel
Fringe benefits
Travel
Equipment
Supplies
Contractual
Construction
Other
Indirect charges
Federal
Non-federal
Total
Program Income
$866,532.00
$25,133.00
$85,500.00
$301,263.00
$7,000.00
$177,400.00
$0.00
$0.00
$0.00
$1,462,828.00
$0.00
$1,462,828.00
$0.00
Approved scope of work
FEMA has approved the below scope of work. Differences between the approved scope of work in this
amendment and the previously approved scope of work are justified below. You must submit scope or budget
revision requests for FEMA's prior approval, via an amendment request, as appropriate per 2 C.F.R. §
200.308 and the FY2023 US&R NOFO.
Approved request details:
Project
Supplies
DESCRIPTION
Supplies
Cost 1
Equipment
DESCRIPTION
Equipment
Cost 1
QUANTITY UNIT PRICE TOTAL BUDGET CLASS
1 $7,000.00 $7,000.00 Supplies
QUANTITY UNIT PRICE TOTAL BUDGET CLASS
1 $301,263.00 $301,263.00 Equipment
CHANGE FROM APPLICATION
Unit price from $155,891.00 to $301,263.00
JUSTIFICATION
Adding FY24 Supplemental funding to the FY23 Award
Contractual
DESCRIPTION
Contractual
Cost 1
QUANTITY UNIT PRICE TOTAL BUDGET CLASS
1 $177,400.00 $177,400.00 Contractual
Fringe benefits
DESCRIPTION
Fringe Benefits
QUANTITY UNIT PRICE TOTAL BUDGET CLASS
Cost 1 1 $25,133.00 $25,133.00 Fringe benefits
Personnel
DESCRIPTION
Personnel Cost
QUANTITY UNIT PRICE TOTAL BUDGET CLASS
Cost 1 1 $866,532.00 $866,532.00 Personnel
Travel
DESCRIPTION
Travel
Cost 1
QUANTITY UNIT PRICE TOTAL BUDGET CLASS
1 $85,500.00 $85,500.00 Travel
Agreement Articles
Program: Fiscal Year 2023 Urban Search and Rescue
Recipient: CITY OF MIAMI
UEI-EFT: KJT5RFPMWTK5
DUNS number: 072220791
Award number: EMW-2023-CA-05396
Table of contents
Article 1 Assurances, Administrative Requirements, Cost Principles, Representations and
Certifications
Article 2General Acknowledgements and Assurances
Article 3Acknowledgement of Federal Funding from DHS
Article 4Activities Conducted Abroad
Article 5Age Discrimination Act of 1975
Article 6Americans with Disabilities Act of 1990
Article 7Best Practices for Collection and Use of Personally Identifiable Information
Article 8Civil Rights Act of 1964 — Title VI
Article 9Civil Rights Act of 1968
Article Copyright
10
Article Debarment and Suspension
11
Article Drug -Free Workplace Regulations
12
Article Duplication of Benefits
13
Article Education Amendments of 1972 (Equal Opportunity in Education Act) — Title IX
14
Article E.O. 14074 — Advancing Effective, Accountable Policing and Criminal Justice Practices to
15 Enhance Public Trust and Public Safety
Article Energy Policy and Conservation Act
16
Article False Claims Act and Program Fraud Civil Remedies
17
Article Federal Debt Status
18
Article Federal Leadership on Reducing Text Messaging while Driving
19
Article Fly America Act of 1974
20
Article Hotel and Motel Fire Safety Act of 1990
21
Article John S. McCain National Defense Authorization Act of Fiscal Year 2019
22
Article Limited English Proficiency (Civil Rights Act of 1964, Title VI)
23
Article Lobbying Prohibitions
24
Article National Environmental Policy Act
25
Article Nondiscrimination in Matters Pertaining to Faith -Based Organizations
26
Article Non -Supplanting Requirement
27
Article Notice of Funding Opportunity Requirements
28
Article Patents and Intellectual Property Rights
29
Article Procurement of Recovered Materials
30
Article Rehabilitation Act of 1973
31
Article Reporting of Matters Related to Recipient Integrity and Performance
32
Article Reporting Subawards and Executive Compensation
33
Article Required Use of American Iron, Steel, Manufactured Products, and Construction Materials
34
Article SAFECOM
35
Article Terrorist Financing
36
Article Trafficking Victims Protection Act of 2000 (TVPA)
37
Article Universal Identifier and System of Award Management
38
Article USA PATRIOT Act of 2001
39
Article Use of DHS Seal, Logo and Flags
40
Article Whistleblower Protection Act
41
Article Environmental Planning and Historic Preservation (EHP) Review
42
Article Applicability of DHS Standard Terms and Conditions to Tribes
43
Article Acceptance of Post Award Changes
44
Article Disposition of Equipment Acquired Under the Federal Award
45
Article Prior Approval for Modification of Approved Budget
46
Article Indirect Cost Rate
47
Article Program Income
48
Article Warehouse Leases
49
Article Cooperative Agreement
50
Article Renovation and Modification Costs
51
Article Performance Goals
52
Article FY24 Supplemental funding for the FY23 Award
53
Article 1
Article 2
Article 3
Assurances, Administrative Requirements, Cost Principles, Representations and
Certifications I. DHS financial assistance recipients must complete either the Office of
Management and Budget (OMB) Standard Form 424B Assurances - Non -Construction
Programs, or OMB Standard Form 424D Assurances - Construction Programs, as
applicable. Certain assurances in these documents may not be applicable to your
program, and the DHS financial assistance office (DHS FAO) may require applicants to
certify additional assurances. Applicants are required to fill out the assurances as
instructed by the awarding agency. II. DHS financial assistance recipients are required to
follow the applicable provisions of the Uniform Administrative Requirements, Cost
Principles, and Audit Requirements for Federal Awards located at Title 2, Code of Federal
Regulations (C.F.R.) Part 200 and adopted by DHS at 2 C.F.R.Part 3002. III. By
accepting this agreement, recipients, and their executives, as defined in 2 C.F.R. §
170.315, certify that their policies are in accordance with OMB's guidance located at 2
C.F.R. Part 200, all applicable federal laws, and relevant Executive guidance.
General Acknowledgements and Assurances All recipients, subrecipients,
successors, transferees, and assignees must acknowledge and agree to comply with
applicable provisions governing DHS access to records, accounts, documents,
information, facilities, and staff. I. Recipients must cooperate with any DHS compliance
reviews or compliance investigations conducted by DHS. II. Recipients must give DHS
access to examine and copy records, accounts, and other documents and sources of
information related to the federal financial assistance award and permit access to facilities
or personnel. III. Recipients must submit timely, complete, and accurate reports to the
appropriate DHS officials and maintain appropriate backup documentation to support the
reports. IV. Recipients must comply with all other special reporting, data collection, and
evaluation requirements, as prescribed by law, or detailed in program guidance. V.
Recipients (as defined in 2 C.F.R. Part 200 and including recipients acting as pass -
through entities) of federal financial assistance from DHS or one of its awarding
component agencies must complete the DHS Civil Rights Evaluation Tool within thirty
(30) days of receipt of the Notice of Award for the first award under which this term
applies. Recipients of multiple awards of DHS financial assistance should only submit one
completed tool for their organization, not per award. After the initial submission, recipients
are required to complete the tool once every two (2) years if they have an active award,
not every time an award is made. Recipients should submit the completed tool, including
supporting materials, to CivilRightsEvaluation@hq.dhs.gov. This tool clarifies the civil
rights obligations and related reporting requirements contained in the DHS Standard
Terms and Conditions. Subrecipients are not required to complete and submit this tool to
DHS. The evaluation tool can be found at https://www.dhs.gov/publication/dhs-civil-rights-
evaluation-tool. DHS Civil Rights Evaluation Tool I Homeland Security. The DHS Office for
Civil Rights and Civil Liberties will consider, in its discretion, granting an extension if the
recipient identifies steps and a timeline for completing the tool. Recipients should request
extensions by emailing the request to CivilRightsEvaluation@hq.dhs.gov prior to
expiration of the 30-day deadline.
Acknowledgement of Federal Funding from DHS Recipients must acknowledge their
use of federal funding when issuing statements, press releases, requests for proposal, bid
invitations, and other documents describing projects or programs funded in whole or in
part with federal funds.
Article 4 Activities Conducted Abroad Recipients must ensure that project activities performed
outside the United States are coordinated as necessary with appropriate government
authorities and that appropriate licenses, permits, or approvals are obtained.
Article 5
Article 6
Article 7
Article 8
Article 9
Article 10
Article 11
Age Discrimination Act of 1975 Recipients must comply with the requirements of the
Age Discrimination Act of 1975, Public Law 94-135 (1975) (codified as amended at Title
42, U.S. Code, § 6101 et seq.), which prohibits discrimination on the basis of age in any
program or activity receiving federal financial assistance.
Americans with Disabilities Act of 1990 Recipients must comply with the requirements
of Titles I, II, and III of the Americans with Disabilities Act, Pub. L. 101-336 (1990)
(codified as amended at 42 U.S.C. §§ 12101- 12213), which prohibits recipients from
discriminating on the basis of disability in the operation of public entities, public and
private transportation systems, places of public accommodation, and certain testing
entities.
Best Practices for Collection and Use of Personally Identifiable Information
Recipients who collect personally identifiable information (PII) are required to have a
publicly available privacy policy that describes standards on the usage and maintenance
of the PII they collect. DHS defines PII as any information that permits the identity of an
individual to be directly or indirectly inferred, including any information that is linked or
linkable to that individual. Recipients may also find the DHS Privacy Impact Assessments:
Privacy Guidance and Privacy Template as useful resources respectively.
Civil Rights Act of 1964 - Title VI Recipients must comply with the requirements of
Title VI of the Civil Rights Act of 1964 (codified as amended at 42 U.S.C. § 2000d et
seq.), which provides that no person in the United States will, on the grounds of race,
color, or national origin, be excluded from participation in, be denied the benefits of, or be
subjected to discrimination under any program or activity receiving federal financial
assistance. DHS implementing regulations for the Act are found at 6 C.F.R. Part 21 and
44 C.F.R. Part 7.
Civil Rights Act of 1968 Recipients must comply with Title VIII of the Civil Rights Act of
1968, Pub. L. 90-284, as amended through Pub. L. 113-4, which prohibits recipients from
discriminating in the sale, rental, financing, and advertising of dwellings, or in the
provision of services in connection therewith, on the basis of race, color, national origin,
religion, disability, familial status, and sex (see 42 U.S.C. § 3601 et seq.), as implemented
by the U.S. Department of Housing and Urban Development at 24 C.F.R. Part 100. The
prohibition on disability discrimination includes the requirement that new multifamily
housing with four or more dwelling units—i.e., the public and common use areas and
individual apartment units (all units in buildings with elevators and ground -floor units in
buildings without elevators) —be designed and constructed with certain accessible
features. (See 24 C.F.R. Part 100, Subpart D.)
Copyright Recipients must affix the applicable copyright notices of 17 U.S.C. §§ 401 or
402 and an acknowledgement of U.S. Government sponsorship (including the award
number) to any work first produced under federal financial assistance awards.
Debarment and Suspension Recipients are subject to the non -procurement debarment
and suspension regulations implementing Executive Orders (E.O.) 12549 and 12689,
which are at 2 C.F.R. Part 180 as adopted by DHS at 2 C.F.R. Part 3002. These
regulations restrict federal financial assistance awards, subawards, and contracts with
certain parties that are debarred, suspended, or otherwise excluded from or ineligible for
participation in federal assistance programs or activities.
Article 12
Article 13
Article 14
Article 15
Article 16
Article 17
Article 18
Drug -Free Workplace Regulations Recipients must comply with drug -free workplace
requirements in Subpart B (or Subpart C, if the recipient is an individual) of 2 C.F.R. Part
3001, which adopts the Government -wide implementation (2 C.F.R. Part 182) of Sec.
5152-5158 of the Drug -Free Workplace Act of 1988 (41 U.S.C. §§ 8101-8106).
Duplication of Benefits Any cost allocable to a particular federal financial assistance
award provided for in 2 C.F.R. Part 200, Subpart E may not be charged to other federal
financial assistance awards to overcome fund deficiencies; to avoid restrictions imposed
by federal statutes, regulations, or federal financial assistance award terms and
conditions; or for other reasons. However, these prohibitions would not preclude
recipients from shifting costs that are allowable under two or more awards in accordance
with existing federal statutes, regulations, or the federal financial assistance award terms
and conditions may not be charged to other federal financial assistance awards to
overcome fund deficiencies; to avoid restrictions imposed by federal statutes, regulations,
or federal financial assistance award terms and conditions; or for other reasons.
Education Amendments of 1972 (Equal Opportunity in Education Act) — Title IX
Recipients must comply with the requirements of Title IX of the Education Amendments of
1972, Pub. L. 92-318 (1972) (codified as amended at 20 U.S.C. § 1681 et seq.), which
provide that no person in the United States will, on the basis of sex, be excluded from
participation in, be denied the benefits of, or be subjected to discrimination under any
educational program or activity receiving federal financial assistance. DHS implementing
regulations are codified at 6 C.F.R. Part 17 and 44 C.F.R. Part 19.
E.O. 14074 — Advancing Effective, Accountable Policing and Criminal Justice
Practices to Enhance Public Trust and Public Safety Recipient State, Tribal, local,
or territorial law enforcement agencies must comply with the requirements of section 12(c)
of E.O. 14074. Recipient State, Tribal, local, or territorial law enforcement agencies are
also encouraged to adopt and enforce policies consistent with E.O. 14074 to support safe
and effective policing.
Energy Policy and Conservation Act Recipients must comply with the requirements of
the Energy Policy and Conservation Act, Pub. L. 94- 163 (1975) (codified as amended at
42 U.S.C. § 6201 et seq.), which contain policies relating to energy efficiency that are
defined in the state energy conservation plan issued in compliance with this Act.
False Claims Act and Program Fraud Civil Remedies Recipients must comply with
the requirements of the False Claims Act, 31 U.S.C. §§3729- 3733, which prohibit the
submission of false or fraudulent claims for payment to the Federal Government. (See 31
U.S.C. §§ 3801-3812, which details the administrative remedies for false claims and
statements made.)
Federal Debt Status All recipients are required to be non -delinquent in their repayment
of any federal debt. Examples of relevant debt include delinquent payroll and other taxes,
audit disallowances, and benefit overpayments. (See OMB Circular A-129.)
Article 19
Article 20
Article 21
Article 22
Article 23
Article 24
Federal Leadership on Reducing Text Messaging while Driving Recipients are
encouraged to adopt and enforce policies that ban text messaging while driving as
described in E.O. 13513, including conducting initiatives described in Section 3(a) of the
Order when on official government business or when performing any work for or on behalf
of the Federal Government.
Fly America Act of 1974 Recipients must comply with Preference for U.S. Flag Air
Carriers (air carriers holding certificates under 49 U.S.C.) for international air
transportation of people and property to the extent that such service is available, in
accordance with the International Air Transportation Fair Competitive Practices Act of
1974, 49 U.S.C. § 40118, and the interpretative guidelines issued by the Comptroller
General of the United States in the March 31, 1981, amendment to Comptroller General
Decision B-138942.
Hotel and Motel Fire Safety Act of 1990 Recipients must ensure that all conference,
meeting, convention, or training space funded in whole or in part with federal funds
complies with the fire prevention and control guidelines of Section 6 of the Hotel and Motel
Fire Safety Act of 1990, 15 U.S.C. § 2225a
John S. McCain National Defense Authorization Act of Fiscal Year 2019
Recipients, subrecipients, and their contractors and subcontractors are subject to the
prohibitions described in section 889 of the John S. McCain National Defense
Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232 (2018) and 2 C.F.R. §§
200.216, 200.327, 200.471, and Appendix II to 2 C.F.R. Part 200. Beginning August 13,
2020, the statute - as it applies to DHS recipients, subrecipients, and their contractors
and subcontractors - prohibits obligating or expending federal award funds on certain
telecommunications and video surveillance products and contracting with certain entities
for national security reasons
Limited English Proficiency (Civil Rights Act of 1964, Title VI) Recipients must
comply with Title VI of the Civil Rights Act of 1964, (42 U.S.C. § 2000d et seq.) prohibition
against discrimination on the basis of national origin, which requires that recipients of
federal financial assistance take reasonable steps to provide meaningful access to
persons with limited English proficiency (LEP) to their programs and services. For
additional assistance and information regarding language access obligations, please refer
to the DHS Recipient Guidance: https://www.dhs.gov/guidance- published-help-
department- supported -organizations -provide -meaningful -access -people -limited and
additional resources on http://www.lep.gov.
Lobbying Prohibitions Recipients must comply with 31 U.S.C. § 1352, which provides
that none of the funds provided under a federal financial assistance award may be
expended by the recipient to pay any person to influence, or attempt to influence an officer
or employee of any agency, a Member of Congress, an officer or employee of Congress,
or an employee of a Member of Congress in connection with any federal action related to
a federal award or contract, including any extension, continuation, renewal, amendment,
or modification.
Article 25
Article 26
Article 27
Article 28
Article 29
Article 30
Article 31
National Environmental Policy Act Recipients must comply with the requirements of
the National Environmental Policy Act of 1969, (NEPA) Pub. L. 91-190 (1970) (codified as
amended at 42 U.S.C. § 4321 et seq. and the Council on Environmental Quality (CEQ)
Regulations for Implementing the Procedural Provisions of NEPA, which require
recipients to use all practicable means within their authority, and consistent with other
essential considerations of national policy, to create and maintain conditions under which
people and nature can exist in productive harmony and fulfill the social, economic, and
other needs of present and future generations of Americans
Nondiscrimination in Matters Pertaining to Faith -Based Organizations It is DHS
policy to ensure the equal treatment of faith -based organizations in social service
programs administered or supported by DHS or its component agencies, enabling those
organizations to participate in providing important social services to beneficiaries.
Recipients must comply with the equal treatment policies and requirements contained in 6
C.F.R. Part 19 and other applicable statues, regulations, and guidance governing the
participations of faith- based organizations in individual DHS programs.
Non -Supplanting Requirement Recipients receiving federal financial assistance
awards made under programs that prohibit supplanting by law must ensure that federal
funds do not replace (supplant) funds that have been budgeted for the same purpose
through non-federal sources.
Notice of Funding Opportunity Requirements All the instructions, guidance,
limitations, and other conditions set forth in the Notice of Funding Opportunity (NOFO) for
this program are incorporated here by reference in the award terms and conditions. All
recipients must comply with any such requirements set forth in the program NOFO.
Patents and Intellectual Property Rights Recipients are subject to the Bayh-Dole Act,
35 U.S.C. § 200 et seq, unless otherwise provided by law. Recipients are subject to the
specific requirements governing the development, reporting, and disposition of rights to
inventions and patents resulting from federal financial assistance awards located at 37
C.F.R. Part 401 and the standard patent rights clause located at 37 C.F.R. § 401.14.
Procurement of Recovered Materials States, political subdivisions of states, and their
contractors must comply with Section 6002 of the Solid Waste Disposal Act, Pub. L. 89-
272 (1965), (codified as amended by the Resource Conservation and Recovery Act, 42
U.S.C. § 6962.) The requirements of Section 6002 include procuring only items
designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. Part
247 that contain the highest percentage of recovered materials practicable, consistent
with maintaining a satisfactory level of competition.
Rehabilitation Act of 1973 Recipients must comply with the requirements of Section
504 of the Rehabilitation Act of 1973, Pub. L. 93-112 (1973), (codified as amended at 29
U.S.C. § 794,) which provides that no otherwise qualified handicapped individuals in the
United States will, solely by reason of the handicap, be excluded from participation in, be
denied the benefits of, or be subjected to discrimination under any program or activity
receiving federal financial assistance.
Article 32
Article 33
Reporting of Matters Related to Recipient Integrity and Performance General
Reporting Requirements: If the total value of any currently active grants, cooperative
agreements, and procurement contracts from all federal awarding agencies exceeds
$10,000,000 for any period of time during the period of performance of this federal award,
then the recipients must comply with the requirements set forth in the government -wide
Award Term and Condition for Recipient Integrity and Performance Matters located at 2
C.F.R. Part 200, Appendix XII, the full text of which is incorporated here by reference in
the award terms and conditions.
Reporting Subawards and Executive Compensation Reporting of first tier
subawards. Recipients are required to comply with the requirements set forth in the
government -wide award term on Reporting Subawards and Executive Compensation
located at 2 C.F.R. Part 170, Appendix A, the full text of which is incorporated here by
reference in the award terms and conditions.
Article 34
Article 35
Required Use of American Iron, Steel, Manufactured Products, and Construction
Materials Recipients must comply with the "Build America, Buy America" provisions of
the Infrastructure Investment and Jobs Act and E.O. 14005. Recipients of an award of
Federal financial assistance from a program for infrastructure are hereby notified that
none of the funds provided under this award may be used for a project for infrastructure
unless: (1) all iron and steel used in the project are produced in the United States --this
means all manufacturing processes, from the initial melting stage through the application
of coatings, occurred in the United States; (2) all manufactured products used in the
project are produced in the United States —this means the manufactured product was
manufactured in the United States; and the cost of the components of the manufactured
product that are mined, produced, or manufactured in the United States is greater than 55
percent of the total cost of all components of the manufactured product, unless another
standard for determining the minimum amount of domestic content of the manufactured
product has been established under applicable law or regulation; and (3) all construction
materials are manufactured in the United States —this means that all manufacturing
processes for the construction material occurred in the United States. The Buy America
preference only applies to articles, materials, and supplies that are consumed in,
incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools,
equipment, and supplies, such as temporary scaffolding, brought to the construction site
and removed at or before the completion of the infrastructure project. Nor does a Buy
America preference apply to equipment and furnishings, such as movable chairs, desks,
and portable computer equipment, that are used at or within the finished infrastructure
project but are not an integral part of the structure or permanently affixed to the
infrastructure project. Waivers When necessary, recipients may apply for, and the agency
may grant, a waiver from these requirements. Information on the process for requesting a
waiver from these requirements is on the website below. (a) When the federal agency has
made a determination that one of the following exceptions applies, the awarding official
may waive the application of the domestic content procurement preference in any case in
which the agency determines that: (1) applying the domestic content procurement
preference would be inconsistent with the public interest; (2) the types of iron, steel,
manufactured products, or construction materials are not produced in the United States in
sufficient and reasonably available quantities or of a satisfactory quality; or (3) the
inclusion of iron, steel, manufactured products, or construction materials produced in the
United States will increase the cost of the overall project by more than 25 percent. A
request to waive the application of the domestic content procurement preference must be
in writing. The agency will provide instructions on the format, contents, and supporting
materials required for any waiver request. Waiver requests are subject to public comment
periods of no less than 15 days and must be reviewed by the Made in America Office.
There may be instances where an award qualifies, in whole or in part, for an existing
waiver described at "Buy America" Preference in FEMA Financial Assistance Programs
for Infrastructure I FEMA.gov. The awarding Component may provide specific instructions
to Recipients of awards from infrastructure programs that are subject to the "Build
America, Buy America" provisions. Recipients should refer to the Notice of Funding
Opportunity for further information on the Buy America preference and waiver process.
SAFECOM Recipients receiving federal financial assistance awards made under
programs that provide emergency communication equipment and its related activities
must comply with the SAFECOM Guidance for Emergency Communication Grants,
including provisions on technical standards that ensure and enhance interoperable
communications.
Article 36
Article 37
Article 38
Article 39
Article 40
Terrorist Financing Recipients must comply with E.O. 13224 and U.S. laws that prohibit
transactions with, and the provisions of resources and support to, individuals and
organizations associated with terrorism. Recipients are legally responsible to ensure
compliance with the Order and laws.
Trafficking Victims Protection Act of 2000 (TVPA) Trafficking in Persons. Recipients
must comply with the requirements of the government -wide financial assistance award
term which implements Section 106 (g) of the Trafficking Victims Protection Act of 2000
(TVPA), codified as amended at 22 U.S.C. § 7104. The award term is located at 2 C.F.R.
§ 175.15, the full text of which is incorporated here by reference.
Universal Identifier and System of Award Management Requirements for System
for Award Management and Unique Entity Identifier Recipients are required to comply
with the requirements set forth in the government -wide financial assistance award term
regarding the System for Award Management and Universal Identifier Requirements
located at 2 C.F.R. Part 25, Appendix A, the full text of which is incorporated here by
reference.
USA PATRIOT Act of 2001 Recipients must comply with requirements of Section 817 of
the Uniting and Strengthening America by Providing Appropriate Tools Required to
Intercept and Obstruct Terrorism Act of 2001 (USA PATRIOT Act), which amends 18
U.S.C. §§ 175-175c.
Use of DHS Seal, Logo and Flags Recipients must obtain permission from their DHS
FAO prior to using the DHS seal(s), logos, crests or reproductions of flags or likenesses of
DHS agency officials, including use of the United States Coast Guard seal, logo, crests or
reproductions of flags or likenesses of Coast Guard officials.
Article 41 Whistleblower Protection Act Recipients must comply with the statutory requirements
for whistleblower protections (if applicable) at 10 U.S.0 § 2409, 41 U.S.C. § 4712, and 10
U.S.C. § 2324, 41 U.S.C. §§ 4304 and 4310.
Article 42
Article 43
Article 44
Article 45
Environmental Planning and Historic Preservation (EHP) Review DHS/FEMA
funded activities that may require an Environmental Planning and Historic Preservation
(EHP) review are subject to the FEMA EHP review process. This review does not address
all federal, state, and local requirements. Acceptance of federal funding requires the
recipient to comply with all federal, state and local laws. DHS/FEMA is required to
consider the potential impacts to natural and cultural resources of all projects funded by
DHS/FEMA grant funds, through its EHP review process, as mandated by: the National
Environmental Policy Act; National Historic Preservation Act of 1966, as amended;
National Flood Insurance Program regulations; and any other applicable laws and
executive orders. General guidance for FEMA's EHP process is available on the
DHS/FEMA Website at: https://www.fema.gov/grants/guidance-tools/environmental-
historic. Specific applicant guidance on how to submit information for EHP review
depends on the individual grant program and applicants should contact their grant
Program Officer to be put into contact with EHP staff responsible for assisting their
specific grant program. The EHP review process must be completed before funds are
released to carry out the proposed project; otherwise, DHS/FEMA may not be able to fund
the project due to noncompliance with EHP laws, executive orders, regulations, and
policies. If ground disturbing activities occur during construction, applicant will monitor
ground disturbance, and if any potential archaeological resources are discovered the
applicant will immediately cease work in that area and notify the pass -through entity, if
applicable, and DHS/FEMA.
Applicability of DHS Standard Terms and Conditions to Tribes The DHS Standard
Terms and Conditions are a restatement of general requirements imposed upon
recipients and flow down to sub -recipients as a matter of law, regulation, or executive
order. If the requirement does not apply to Indian tribes or there is a federal law or
regulation exempting its application to Indian tribes, then the acceptance by Tribes of, or
acquiescence to, DHS Standard Terms and Conditions does not change or alter its
inapplicability to an Indian tribe. The execution of grant documents is not intended to
change, alter, amend, or impose additional liability or responsibility upon the Tribe where
it does not already exist.
Acceptance of Post Award Changes In the event FEMA determines that an error in the
award package has been made, or if an administrative change must be made to the
award package, recipients will be notified of the change in writing. Once the notification
has been made, any subsequent requests for funds will indicate recipient acceptance of
the changes to the award. Please call FEMA Grant Management Operations at (866) 927-
5646 or via e-mail to: ASK-GMD@fema.dhs.gov if you have any questions.
Disposition of Equipment Acquired Under the Federal Award For purposes of
original or replacement equipment acquired under this award by a non -state recipient or
non -state sub -recipients, when that equipment is no longer needed for the original project
or program or for other activities currently or previously supported by a federal awarding
agency, you must request instructions from FEMA to make proper disposition of the
equipment pursuant to 2 C.F.R. section 200.313. State recipients and state sub -recipients
must follow the disposition requirements in accordance with state laws and procedures.
Article 46
Article 47
Article 48
Article 49
Prior Approval for Modification of Approved Budget Before making any change to
the FEMA approved budget for this award, you must request prior written approval from
FEMA where required by 2 C.F.R. section 200.308. For purposes of non -construction
projects, FEMA is utilizing its discretion to impose an additional restriction under 2 C.F.R.
section 200.308(f) regarding the transfer of funds among direct cost categories,
programs, functions, or activities. Therefore, for awards with an approved budget where
the federal share is greater than the simplified acquisition threshold (currently $250,000),
you may not transfer funds among direct cost categories, programs, functions, or
activities without prior written approval from FEMA where the cumulative amount of such
transfers exceeds or is expected to exceed ten percent (10%) of the total budget FEMA
last approved. For purposes of awards that support both construction and non -
construction work, FEMA is utilizing its discretion under 2 C.F.R. section 200.308(h)(5) to
require the recipient to obtain prior written approval from FEMA before making any fund or
budget transfers between the two types of work. You must report any deviations from your
FEMA approved budget in the first Federal Financial Report (SF-425) you submit
following any budget deviation, regardless of whether the budget deviation requires prior
written approval.
Indirect Cost Rate 2 C.F.R. section 200.211(b)(15) requires the terms of the award to
include the indirect cost rate for the federal award. If applicable, the indirect cost rate for
this award is stated in the budget documents or other materials approved by FEMA and
included in the award file.
Program Income Per 2 CFR section 200.307, recipients are encouraged to earn income
to defray program costs where appropriate. Program income means gross income earned
by the recipient that is directly generated by a supported activity or earned as a result of
the Federal award during the period of performance except as provided in 2 CFR section
200.307 paragraph (f).Program income includes but is not limited to income from fees for
services performed, the use or rental of real or personal property acquired under Federal
awards, the sale of commodities or items fabricated under a Federal award, and principal
and interest on loans made with Federal award funds. Interest earned on advances of
Federal funds is not program income. Except as otherwise provided in Federal statutes,
regulations, or the terms and conditions of the Federal award, program income does not
include rebates, credits, discounts, and interest earned on any of them. When the
recipient earns program income under this cooperative agreement, this program income
must be added to the Federal award as described by 2 CFR section 200.307(e)(2)). The
program income must be used for the purposes and under the conditions of the Federal
award.
Warehouse Leases Task force management is reminded you may only use cooperative
agreement funds to pay for warehouse leases for a twelve-month consecutive period
within the overall period of performance and that there is no guarantee of cooperative
agreement funding in future years. See Section VI, Cooperative Agreement Funding at
pages 3-4. Task forces may write contracts with an available fund's clause or option years
for protection.
Article 50
Article 51
Article 52
Article 53
Cooperative Agreement Program authority and responsibility under this cooperative
agreement resides with FEMA and the recipient, consistent with the terms of the award,
including the Notice of Funding Opportunity. FEMA will work with the recipient to review
and refine work plans to ensure program goals and objectives can be effectively
accomplished. The recipient and its subrecipients shall not develop or engage in the
development of tasks not approved in recipient's application without post -award approval
from the FEMA program office, and the issuance of a Grant Amendment from FEMA.
FEMA will monitor the project on a continual basis by maintaining ongoing contact with
the recipient and will provide input to the program's direction, in consultation with the
recipient, as needed.
Renovation and Modification Costs Except for minor renovations and modifications of
existing warehouse facilities that do not change the footprint of the structure, construction
and renovation costs are not allowed. Examples of permissible minor renovation and
modification costs include but are not limited to office/storage space build -out
reconfiguration, ceilings, loading docks/doors, lighting, HVAC, and security fencing. The
National US&R Branch approval is required for reimbursement of renovation and
modification costs. The purpose of allowing minor renovation and modification costs is to
ensure the equipment cache is maintained as required under the National Urban Search
and Rescue Response program. See 42 U.S.C. section 5165f(I)(2); 44 C.F.R. section
208.23(c)(4).
Performance Goals The objective of the FY 2023 National Urban Search and Rescue
(US&R) Response System (the System) is to provide funding for 28 national task forces
staffed and equipped to assist State and local governments to conduct around -the- clock
search -and -rescue operations following a Presidentially declared major disaster or
emergency under the Stafford Act. FEMA will measure the effectiveness of the
Cooperative Agreement program by comparing the input of federal resources used to
sustain readiness of the System and local jurisdictions to respond and deploy to no -notice
and notice events within the timeframes specified for each particular category of incident
and locality upon having received a request from the Authority Having Jurisdiction. In
addition, FEMA will evaluate whether the recipient's activities provided for the
sustainment and readiness of the System and local jurisdiction in support of OHS Mission
5, Goal 5.1: Enhance National Readiness, which seeks to reduce the vulnerability of
individuals and families and mitigate risks to communities. In order to measure
performance, FEMA may request information throughout the period of performance and in
response to the recipient's final performance report submitted at closeout.
FY24 Supplemental funding for the FY23 Award FEMA is adding Fiscal Year (FY)
2024 funding as a supplement to your FY 2023 award, which is indicated in the obligating
document of this amended award package. These supplemental funds may only be used
for expenses incurred on/after October 1, 2023 (i.e., they cannot be used to cover
expenses incurred before the federal FY 2024). These supplemental funds can be used
for expenses incurred through the end of your FY 2023 award period of performance.
Obligating document
1. Agreement
No.
EMW-2023-CA-
05396 _
6. Recipient Name and
Address
CITY OF MIAMI
3500 PAN AMERICAN DR
MIAMI, FL 33133
9. Name of Recipient
Project Officer
Miroslava Musser
2. Amendment
No.
1
3. Recipient 4. Type of
No. Action
596000375 AMENDMENT
7. Issuing FEMA Office and
Address
Grant Programs Directorate
500 C Street, S.W.
Washington DC, 20528-7000
1-866-927-5646
9a. Phone
No.
305-
5694044
5. Control No.
WX05195N2023T,
WX07297N2024T
8. Payment Office and
Address
FEMA, Financial Services
Branch
500 C Street, S.W., Room
723
Washington DC, 20742
10. Name of FEMA Project
Coordinator
Urban Search and Rescue Grant
Program
11. Effective Date of
This Action
09/27/2024
12. Method of
Payment
OTHER - FEMA
GO
13. Assistance
Arrangement
COST SHARING
10a. Phone
No.
1-877-585-
3242
14. Performance
Period
09/01/2023 to
08/31/2026
Budget Period
09/01/2023 to
08/31/2026
15. Description of Action a. (Indicate funding data for awards or financial changes)
Program
Name
Abbreviation
US&R
US&R
Assistance
Listing No.
Accounting
Data
(ACCS
Code)
Prior Total
Award
97.025
2023-OS-
A392 -
D60D-xxxx-
4101-D
Amount
Awarded
This Action
+ or (-)
$1,317,456.00
97.025
2024-OS-
A392 -
D60D-xxxx-
4101-D
$0.00
$0.00
Current Total
Award
$1,317,456.00
$145,372.00
Cumulative
Non -Federal
Commitment
See Totals
$145,372.00 See Totals
Totals $1,317,456.00 $145,372.00 $1,462,828.00 $0.00
b. To describe changes other than funding data or financial changes, attach schedule
and check here:
N/A
16 CAR NIONI DISASTER PROGRAMS. RECIPIENT IC REQUIRED TO SIGNI AND RETURN
This field is not applicable for digitally signed grant agreements
(Recipients are not required to sign and return copies of this document. However, recipients
should print and keep a copy of this documents for their records.)
18. FEMA SIGNATORY OFFICIAL (Name and Title)
PAMELA WILLIAMS, Assistant Administrator, Grant Programs Region
4
DATE
09/15/2023
CITY OF MIAMI
DOCUMENT ROUTING FORM
ORIGINATING DEPARTMENT: Fire -Rescue
DEPT. CONTACT PERSON: Maria T. Martinez EXT. 1672
NAME OF OTHER CONTRACTUAL PARTY/ENTITY: "Department of Homeland Security - FEMA"
IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES ® NO
TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? ❑ YES ® NO
TYPE OF AGREEMENT:
❑ MANAGEMENT AGREEMENT
❑ PROFESSIONAL SERVICES AGREEMENT
® GRANT AGREEMENT
❑ EXPERT CONSULTANT AGREEMENT
❑ LICENSE AGREEMENT
❑ PUBLIC WORKS AGREEMENT
❑ MAINTENANCE AGREEMENT
❑ INTER -LOCAL AGREEMENT
❑ LEASE AGREEMENT
❑ PURCHASE OR SALE AGREEMENT
OTHER: (PLEASE SPECIFY)
PURPOSE OF ITEM (BRIEF SUMMARY): Accepting USAR Cooperative Agreement FY 2023 .
COMMISSION APPROVAL DATE: 11/16/2023
FILE ID: 14725 ENACTMENT NO.: R-23-0507
IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN:
ROUTING INFORMATION
Date
PLEASE PRINT AND SIGN
APPROVAL BY DEPARTMENTAL DIRECTOR
November 22,
PRINT: Tyrone
2023 I 08: 43.23�€STgned
SIGNATURE:
NbcGgnn
by.
�' "�� M`"
SUBMITTED TO RISK MANAGEMENT
November 22,
pR
2023 IT:011M :,
SIGNATURE:
--3 7C22�4A37Bs49A...
ST Eed ,.ARPE
FratAk 14t/7
`—. 27305G
SUBMITTED TO CITY ATTORNEY
November 28,
PRINT: VICT,O
2023 I 21:10 :
SIGNATURE:
-1$2-14E7...
Ij yTDE7 US
Itt
5—"r--‘jriiiiii,
APPROVAL BY ASSISTANT CITY MANAGER
-F-1 EF9074F€FE0457...
PRINT:
SIGNATURE:
RECEIVED BY CITY MANAGER
November 29, 2023
PRINT: ART
108:42:4EST
SIGNATURE:
NORIEGA
DocuSigned by:
al (I
`—. ��72L42A
PRINT:
SIGNATURE:
PRINT:
SIGNATURE:
PRINT:
SIGNATURE:
1) ONE ORIGINAL TO CITY CLERK,
2) ONE COPY TO CITY ATTORNEY'S OFFICE,
3) REMAINING ORIGINAL(S) TO ORIGINATING
DEPARTMENT
PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE
EXECUTION BY THE CITY MANAGER
AGENDA ITEM SUMMARY FORM
File ID: #14725
Date: 09/21/2023
Commission Meeting Date: 11/16/2023
Requesting Department: Department of Fire -
Rescue
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Authorize Grant - Special Revenue Project - USAR Readiness Cooperative
Agreement
Purpose of Item:
Resolution to establish a Special Revenue Project entitled: "FY 2023 — Department of
Homeland Security — Federal Emergency Management Agency ("FEMA") — Urban
Search & Rescue ("USAR") Cooperative Agreement" for USAR Florida Task Force 2,
and appropriating funds in an amount not to
exceed $1,317,456.00, consisting of a grant from the Department of Homeland Security,
FEMA.
Background of Item:
The Department of Homeland Security has annually awarded a grant to the South
Florida Urban Search and Rescue ("USAR") Task Force 2 for the continued operation of
the City's USAR Program. Said grant award for Fiscal Year 2023 is in an amount not to
exceed $1,317,456.00, commencing September 1, 2023 thru August 31, 2026. It is now
appropriate to accept said grant award, establish a special revenue project, and
appropriate an amount not to exceed $1,317,456.00 grant award therein for said fiscal
year.
Budget Impact Analysis
Item is Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
Total Fiscal Impact: $1,317,456.00
Start Up Capital Cost: $1,317,456.00
General Account No: 11000.184050.431000.0000.00000
Department of Fire -Rescue
Department of Fire -Rescue
Department of Fire -Rescue
Office of Management and Budget
Office of Management and Budget
City Manager's Office
Ty McGann
Johnny Duran
Eloy Garcia
Pedro Lacret
Marie Gouin
Arthur Noriega V
Reviewed B
Fire Department Review
Fire Budget Review
Fire Chief Review
Budget Analyst Review
Budget Review
City Manager Review
Completed 09/21/2023 2:03 PM
Completed 09/22/2023 4:16 AM
Completed 09/22/2023 6:29 AM
Completed 09/25/2023 6:23 AM
Completed 09/25/2023 6:20 PM
Completed 09/26/2023 9:29 AM
Legislative Division Valentin J Alvarez Legislative Division Review Completed 09/26/2023 9:44 AM
Office of the City Attorney Juan Carlos Perez ACA Review Completed 11/01/2023 5:14 PM
Office of the City Attorney Victoria Mendez Approved Form and Correctness Completed 11/02/2023 12:29 PM
City Commission Todd B. Hannon Meeting Pending 11/16/2023 9:00 AM
City of Miami
Resolution R-23-0507
Legislation
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 14725 Final Action Date: 11/16/2023
A RESOLUTION OF THE MIAMI CITY COMMISSION ESTABLISHING A NEW
SPECIAL REVENUE PROJECT TITLED "FISCAL YEAR 2023 - DEPARTMENT
OF HOMELAND SECURITY FEDERAL EMERGENCY MANAGEMENT
AGENCY ("FEMA"), URBAN SEARCH AND RESCUE ("USAR") COOPERATIVE
AGREEMENT"; APPROPRIATING FUNDS IN AN AMOUNT NOT TO EXCEED
$1,317,456.00 CONSISTING OF A GRANT AWARD FROM FEMA TO BE USED
BY THE DEPARTMENT OF FIRE -RESCUE FOR THE PROVISION OF
ADMINISTRATIVE AND PROGRAM MANAGEMENT, TRAINING, SUPPORT,
EQUIPMENT CACHE PROCUREMENT, MAINTENANCE, AND STORAGE FOR
THE SOUTH FLORIDA USAR PROGRAM; AUTHORIZING THE CITY
MANAGER TO ACCEPT SAID GRANT AWARD; FURTHER AUTHORIZING
THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL
NECESSARY DOCUMENTS, INCLUDING AMENDMENTS, RENEWALS, AND
EXTENSIONS, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, IN
ORDER TO IMPLEMENT THE ACCEPTANCE OF AND COMPLIANCE WITH
SAID GRANT.
WHEREAS, the City of Miami ("City") has been awarded a grant in an amount not to
exceed $1,317,456.00 from the Department of Homeland Security, Federal Emergency
Management Agency ("FEMA") ("Grant"); and
WHEREAS, pursuant to the Grant stipulations, said funds will be used by the City of
Miami Department of Fire -Rescue ("Fire -Rescue") to provide administrative and program
management, training, support, equipment cache procurement, maintenance, and storage for
the South Florida Urban Search and Rescue ("USAR") Program; and
WHEREAS, there are no match funds required; and
WHEREAS, the Grant will commence September 1, 2023, and end August 31, 2026;
and
WHEREAS, it is appropriate for the City Commission to authorize the City Manager to
accept the Grant, establish a Special Revenue Project, and further authorize the City Manager
to negotiate and execute any and all necessary documents, including amendments, renewals,
and extensions, all in forms acceptable to the City Attorney, in order to implement acceptance of
and compliance with said Grant;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution are
adopted by reference and incorporated as if fully set forth in this Section.
City of Miami Page 1 of 2 File ID: 14725 (Revision:) Printed On: 11/21/2023
File ID: 14725 Enactment Number: R-23-0507
Section 2. The City Manager is authorized' to accept the Grant in the amount of
$1,317,456.00 from FEMA to be used by the Department of Fire -Rescue to provide
administrative and program management, training, support, equipment cache procurement,
maintenance, and storage for the South Florida USAR Program.
Section 3. The following Special Revenue Project is established, and resources are
appropriated as described below:
FUND TITLE: Fiscal Year 2023 - Department of Homeland Security —
FEMA — USAR Cooperative Agreement
RESOURCES: FEMA GRANT FUNDING
APPROPRIATIONS:
$1,317,456.00
$1,317,456.00
Section 4. The City Manager is further authorized' to negotiate and execute any and all
necessary documents, including amendments, renewals, and extensions, all in forms
acceptable to the City Attorney, in order to implement the acceptance of and compliance with
the Grant.
Section 5. This Resolution shall become effective immediately upon its adoption and
signature of the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
ndez, City ttor ey 11/2/2023
1 The herein authorization is further subject to compliance with all legal requirements that may be
imposed, including but not limited to those prescribed by applicable City Charter and City Code
provisions.
2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days
from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
City of Miami Page 2 of 2 File ID: 14725 (Revision:) Printed on: 11/21/2023
FUND TITLE:
RESOURCES:
APPROPRIATIONS:
FY 2023 - Department of Homeland Security -
FEMA - USAR Cooperative Agreement
Federal Emergency Management
Agency ("FEMA")
$1, 317, 456.00
$1, 317, 456.00
Award Letter
U.S. Department of Homeland Security
Washington, D.C. 20472
Effective date: 09/15/2023
FEMA
Miroslava Musser
CITY OF MIAMI
444 SW 2ND AVENUE 5TH FLOOR - GRANTS ADMINISTRATION
MIAMI, FL 33130
EMW-2023-CA-05396
Dear Miroslava Musser,
Congratulations on behalf of the Department of Homeland Security. Your application submitted for the
Fiscal Year (FY) 2023 National Urban Search & Rescue (US&R) Response System Readiness
Cooperative Agreement, has been approved in the amount of $1,317,456.00 in Federal funding. This
award of federal assistance is executed as a Cooperative Agreement.
Before you request and receive any of the Federal funds awarded to you, you must establish
acceptance of the award through the FEMA Grants Outcomes (FEMA GO) system. By accepting this
award, you acknowledge that the terms of the following documents are incorporated into the terms of
your award:
• Award Summary - included in this document
• Agreement Articles - included in this document
• Obligating Document - included in this document
• FY 2023 National Urban Search & Rescue (US&R) Response System Readiness Cooperative
Agreement Notice of Funding Opportunity
Please make sure you read, understand, and maintain a copy of these documents in your official file for
this award.
Sincerely,
PAMELA WILLIAMS
Assistant Administrator, Grant Programs
Award Summary
Program: Fiscal Year 2023 Urban Search and Rescue
Recipient: CITY OF MIAMI
UEI-EFT: KJT5RFPMWTK5
DUNS number: 072220791
Award number: EMW-2023-CA-05396
Summary description of award
The purpose of this award is to provide funding to ensure the sustainment and readiness of the 28 task
forces that make up the National Urban Search and Rescue (US&R) Response System (the System).
Amount awarded table
The amount of the award is detailed in the attached Obligating Document for Award.
The following are the budgeted estimates for object classes for this award (including Federal share plus
your cost share, if applicable):
Object Class Total
Personnel $866,532.00
Fringe benefits $25,133.00
Travel $85,500.00
Equipment $155,891.00
Supplies $7,000.00
Contractual $177,400.00
Construction $0.00
Other $0.00
Indirect charges $0.00
Federal
Non-federal
$1,317,456.00
$0.00
Total $1,317,456.00
Program Income $0.00
Approved scope of work
After review of your application, FEMA has approved the below scope of work. Justifications are
provided for any differences between the scope of work in the original application and the approved
scope of work under this award. You must submit scope or budget revision requests for FEMA's prior
approval, via an amendment request, as appropriate per 2 C.F.R. § 200.308 and the FY2023 CA
NOFO.
Approved request details:
Project
Supplies
DESCRIPTION
Supplies
Cost 1
Equipment
DESCRIPTION
Equipment
QUANTITY UNIT PRICE TOTAL BUDGET
CLASS
1 $7,000.00 $7,000.00 Supplies
QUANTITY UNIT PRICE TOTAL BUDGET
CLASS
Cost 1 1 $155,891.00 $155,891.00 Equipment
Contractual
DESCRIPTION
Contractual
QUANTITY UNIT PRICE TOTAL BUDGET
CLASS
Cost 1 1 $177,400.00 $177,400.00 Contractual
Fringe benefits
DESCRIPTION
Fringe Benefits
Cost 1
Personnel
DESCRIPTION
Personnel Cost
QUANTITY UNIT PRICE TOTAL BUDGET
CLASS
1 $25,133.00 $25,133.00 Fringe benefits
QUANTITY UNIT PRICE TOTAL BUDGET
CLASS
Cost 1 1 $866,532.00 $866,532.00 Personnel
Travel
DESCRIPTION
Travel
QUANTITY UNIT PRICE TOTAL BUDGET
CLASS
Cost 1 1 $85,500.00 $85,500.00 Travel
Agreement Articles
Program: Fiscal Year 2023 Urban Search and Rescue
Recipient: CITY OF MIAMI
UEI-EFT: KJT5RFPMWTK5
DUNS number: 072220791
Award number: EMW-2023-CA-05396
Table of contents
ArticleAssurances, Administrative Requirements, Cost Principles, Representations and
1 Certifications
ArticleGeneral Acknowledgements and Assurances
2
ArticleAcknowledgement of Federal Funding from DHS
3
ArticleActivities Conducted Abroad
4
ArticleAge Discrimination Act of 1975
5
ArticleAmericans with Disabilities Act of 1990
6
ArticleBest Practices for Collection and Use of Personally Identifiable Information
7
ArticleCivil Rights Act of 1964 — Title VI
8
ArticleCivil Rights Act of 1968
9
ArticleCopyright
10
ArticleDebarment and Suspension
11
ArticleDrug-Free Workplace Regulations
12
ArticleDuplication of Benefits
13
ArticleEducation Amendments of 1972 (Equal Opportunity in Education Act) — Title IX
14
ArticleE.O. 14074 — Advancing Effective, Accountable Policing and Criminal Justice Practices
15 to Enhance Public Trust and Public Safety
ArticleEnergy Policy and Conservation Act
16
ArticleFalse Claims Act and Program Fraud Civil Remedies
17
ArticleFederal Debt Status
18
ArticleFederal Leadership on Reducing Text Messaging while Driving
19
ArticleFly America Act of 1974
20
ArticleHotel and Motel Fire Safety Act of 1990
21
ArticleJohn S. McCain National Defense Authorization Act of Fiscal Year 2019
22
ArticleLimited English Proficiency (Civil Rights Act of 1964, Title VI)
23
ArticleLobbying Prohibitions
24
ArticleNational Environmental Policy Act
25
ArticleNondiscrimination in Matters Pertaining to Faith -Based Organizations
26
ArticleNon-Supplanting Requirement
27
ArticleNotice of Funding Opportunity Requirements
28
ArticlePatents and Intellectual Property Rights
29
ArticleProcurement of Recovered Materials
30
ArticleRehabilitation Act of 1973
31
ArticleReporting of Matters Related to Recipient Integrity and Performance
32
ArticleReporting Subawards and Executive Compensation
33
ArticleRequired Use of American Iron, Steel, Manufactured Products, and Construction
34 Materials
ArticleSAFECOM
35
ArticleTerrorist Financing
36
ArticleTrafficking Victims Protection Act of 2000 (TVPA)
37
ArticleUniversal Identifier and System of Award Management
38
ArticleUSA PATRIOT Act of 2001
39
ArticleUse of DHS Seal, Logo and Flags
40
ArticleWhistleblower Protection Act
41
ArticleEnvironmental Planning and Historic Preservation (EHP) Review
42
ArticleApplicability of DHS Standard Terms and Conditions to Tribes
43
ArticleAcceptance of Post Award Changes
44
ArticleDisposition of Equipment Acquired Under the Federal Award
45
ArticlePrior Approval for Modification of Approved Budget
46
Articlelndirect Cost Rate
47
ArticleProgram Income
48
ArticleWarehouse Leases
49
ArticleCooperative Agreement
50
ArticleRenovation and Modification Costs
51
ArticlePerformance Goals
52
Article 1
Article 2
Assurances, Administrative Requirements, Cost Principles,
Representations and Certifications
I. DHS financial assistance recipients must complete either the Office of
Management and Budget (OMB) Standard Form 424B Assurances - Non -
Construction Programs, or OMB Standard Form 424D Assurances - Construction
Programs, as applicable. Certain assurances in these documents may not be
applicable to your program, and the DHS financial assistance office (DHS FAO)
may require applicants to certify additional assurances. Applicants are required to
fill out the assurances as instructed by the awarding agency. II. DHS financial
assistance recipients are required to follow the applicable provisions of the Uniform
Administrative Requirements, Cost Principles, and Audit Requirements for Federal
Awards located at Title 2, Code of Federal Regulations (C.F.R.) Part 200 and
adopted by DHS at 2 C.F.R.Part 3002. III. By accepting this agreement, recipients,
and their executives, as defined in 2 C.F.R. § 170.315, certify that their policies are
in accordance with OMB's guidance located at 2 C.F.R. Part 200, all applicable
federal laws, and relevant Executive guidance.
General Acknowledgements and Assurances
All recipients, subrecipients, successors, transferees, and assignees must
acknowledge and agree to comply with applicable provisions governing DHS
access to records, accounts, documents, information, facilities, and staff. I.
Recipients must cooperate with any DHS compliance reviews or compliance
investigations conducted by DHS. II. Recipients must give DHS access to examine
and copy records, accounts, and other documents and sources of information
related to the federal financial assistance award and permit access to facilities or
personnel. III. Recipients must submit timely, complete, and accurate reports to the
appropriate DHS officials and maintain appropriate backup documentation to
support the reports. IV. Recipients must comply with all other special reporting,
data collection, and evaluation requirements, as prescribed by law, or detailed in
program guidance. V. Recipients (as defined in 2 C.F.R. Part 200 and including
recipients acting as pass -through entities) of federal financial assistance from DHS
or one of its awarding component agencies must complete the DHS Civil Rights
Evaluation Tool within thirty (30) days of receipt of the Notice of Award for the first
award under which this term applies. Recipients of multiple awards of DHS
financial assistance should only submit one completed tool for their organization,
not per award. After the initial submission, recipients are required to complete the
tool once every two (2) years if they have an active award, not every time an award
is made. Recipients should submit the completed tool, including supporting
materials, to CivilRightsEvaluation@hq.dhs.gov. This tool clarifies the civil rights
obligations and related reporting requirements contained in the DHS Standard
Terms and Conditions. Subrecipients are not required to complete and submit this
tool to DHS. The evaluation tool can be found at
https://www.dhs.gov/publication/dhs-civil-rights-evaluation-tool. DHS Civil Rights
Evaluation Tool 1 Homeland Security. The DHS Office for Civil Rights and Civil
Liberties will consider, in its discretion, granting an extension if the recipient
identifies steps and a timeline for completing the tool. Recipients should request
extensions by emailing the request to CivilRightsEvaluation@hq.dhs.gov prior to
expiration of the 30-day deadline.
Article 3
Article 4
Article 5
Article 6
Article 7
Article 8
Acknowledgement of Federal Funding from DHS
Recipients must acknowledge their use of federal funding when issuing statements,
press releases, requests for proposal, bid invitations, and other documents
describing projects or programs funded in whole or in part with federal funds.
Activities Conducted Abroad
Recipients must ensure that project activities performed outside the United States
are coordinated as necessary with appropriate government authorities and that
appropriate licenses, permits, or approvals are obtained.
Age Discrimination Act of 1975
Recipients must comply with the requirements of the Age Discrimination Act of
1975, Public Law 94-135 (1975) (codified as amended at Title 42, U.S. Code, §
6101 et seq.), which prohibits discrimination on the basis of age in any program or
activity receiving federal financial assistance.
Americans with Disabilities Act of 1990
Recipients must comply with the requirements of Titles I, II, and III of the Americans
with Disabilities Act, Pub. L. 101-336 (1990) (codified as amended at 42 U.S.C. §§
12101- 12213), which prohibits recipients from discriminating on the basis of
disability in the operation of public entities, public and private transportation
systems, places of public accommodation, and certain testing entities.
Best Practices for Collection and Use of Personally Identifiable
Information
Recipients who collect personally identifiable information (PII) are required to have
a publicly available privacy policy that describes standards on the usage and
maintenance of the PII they collect. DHS defines PII as any information that permits
the identity of an individual to be directly or indirectly inferred, including any
information that is linked or linkable to that individual. Recipients may also find the
DHS Privacy Impact Assessments: Privacy Guidance and Privacy Template as
useful resources respectively.
Civil Rights Act of 1964 - Title VI
Recipients must comply with the requirements of Title VI of the Civil Rights Act of
1964 (codified as amended at 42 U.S.C. § 2000d et seq.), which provides that no
person in the United States will, on the grounds of race, color, or national origin, be
excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving federal financial assistance.
DHS implementing regulations for the Act are found at 6 C.F.R. Part 21 and 44
C.F.R. Part 7.
Article 9
Civil Rights Act of 1968
Recipients must comply with Title VIII of the Civil Rights Act of 1968, Pub. L. 90-
284, as amended through Pub. L. 113-4, which prohibits recipients from
discriminating in the sale, rental, financing, and advertising of dwellings, or in the
provision of services in connection therewith, on the basis of race, color, national
origin, religion, disability, familial status, and sex (see 42 U.S.C. § 3601 et seq.), as
implemented by the U.S. Department of Housing and Urban Development at 24
C.F.R. Part 100. The prohibition on disability discrimination includes the
requirement that new multifamily housing with four or more dwelling units—i.e., the
public and common use areas and individual apartment units (all units in buildings
with elevators and ground -floor units in buildings without elevators) —be designed
and constructed with certain accessible features. (See 24 C.F.R. Part 100, Subpart
D.)
Article 10 Copyright
Recipients must affix the applicable copyright notices of 17 U.S.C. §§ 401 or 402
and an acknowledgement of U.S. Government sponsorship (including the award
number) to any work first produced under federal financial assistance awards.
Article 11
Article 12
Article 13
Debarment and Suspension
Recipients are subject to the non -procurement debarment and suspension
regulations implementing Executive Orders (E.O.) 12549 and 12689, which are at 2
C.F.R. Part 180 as adopted by DHS at 2 C.F.R. Part 3002. These regulations
restrict federal financial assistance awards, subawards, and contracts with certain
parties that are debarred, suspended, or otherwise excluded from or ineligible for
participation in federal assistance programs or activities.
Drug -Free Workplace Regulations
Recipients must comply with drug -free workplace requirements in Subpart B (or
Subpart C, if the recipient is an individual) of 2 C.F.R. Part 3001, which adopts the
Government -wide implementation (2 C.F.R. Part 182) of Sec. 5152-5158 of the
Drug -Free Workplace Act of 1988 (41 U.S.C. §§ 8101-8106).
Duplication of Benefits
Any cost allocable to a particular federal financial assistance award provided for in
2 C.F.R. Part 200, Subpart E may not be charged to other federal financial
assistance awards to overcome fund deficiencies; to avoid restrictions imposed by
federal statutes, regulations, or federal financial assistance award terms and
conditions; or for other reasons. However, these prohibitions would not preclude
recipients from shifting costs that are allowable under two or more awards in
accordance with existing federal statutes, regulations, or the federal financial
assistance award terms and conditions may not be charged to other federal
financial assistance awards to overcome fund deficiencies; to avoid restrictions
imposed by federal statutes, regulations, or federal financial assistance award
terms and conditions; or for other reasons.
Article 14
Article 15
Article 16
Article 17
Article 18
Article 19
Article 20
Education Amendments of 1972 (Equal Opportunity in Education Act) —
Title IX
Recipients must comply with the requirements of Title IX of the Education
Amendments of 1972, Pub. L. 92-318 (1972) (codified as amended at 20 U.S.C. §
1681 et seq.), which provide that no person in the United States will, on the basis of
sex, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any educational program or activity receiving federal financial
assistance. DHS implementing regulations are codified at 6 C.F.R. Part 17 and 44
C.F.R. Part 19.
E.O. 14074 — Advancing Effective, Accountable Policing and Criminal
Justice Practices to Enhance Public Trust and Public Safety
Recipient State, Tribal, local, or territorial law enforcement agencies must comply
with the requirements of section 12(c) of E.O. 14074. Recipient State, Tribal, local,
or territorial law enforcement agencies are also encouraged to adopt and enforce
policies consistent with E.O. 14074 to support safe and effective policing.
Energy Policy and Conservation Act
Recipients must comply with the requirements of the Energy Policy and
Conservation Act, Pub. L. 94- 163 (1975) (codified as amended at 42 U.S.C. §
6201 et seq.), which contain policies relating to energy efficiency that are defined in
the state energy conservation plan issued in compliance with this Act.
False Claims Act and Program Fraud Civil Remedies
Recipients must comply with the requirements of the False Claims Act, 31 U.S.C.
§§3729- 3733, which prohibit the submission of false or fraudulent claims for
payment to the Federal Government. (See 31 U.S.C. §§ 3801-3812, which details
the administrative remedies for false claims and statements made.)
Federal Debt Status
All recipients are required to be non -delinquent in their repayment of any federal
debt. Examples of relevant debt include delinquent payroll and other taxes, audit
disallowances, and benefit overpayments. (See OMB Circular A-129.)
Federal Leadership on Reducing Text Messaging while Driving
Recipients are encouraged to adopt and enforce policies that ban text messaging
while driving as described in E.O. 13513, including conducting initiatives described
in Section 3(a) of the Order when on official government business or when
performing any work for or on behalf of the Federal Government.
Fly America Act of 1974
Recipients must comply with Preference for U.S. Flag Air Carriers (air carriers
holding certificates under 49 U.S.C.) for international air transportation of people
and property to the extent that such service is available, in accordance with the
International Air Transportation Fair Competitive Practices Act of 1974, 49 U.S.C. §
40118, and the interpretative guidelines issued by the Comptroller General of the
United States in the March 31, 1981, amendment to Comptroller General Decision
B-138942.
Article 21
Article 22
Article 23
Article 24
Article 25
Hotel and Motel Fire Safety Act of 1990
Recipients must ensure that all conference, meeting, convention, or training space
funded in whole or in part with federal funds complies with the fire prevention and
control guidelines of Section 6 of the Hotel and Motel Fire Safety Act of 1990, 15
U.S.C. § 2225a
John S. McCain National Defense Authorization Act of Fiscal Year 2019
Recipients, subrecipients, and their contractors and subcontractors are subject to
the prohibitions described in section 889 of the John S. McCain National Defense
Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232 (2018) and 2 C.F.R. §§
200.216, 200.327, 200.471, and Appendix II to 2 C.F.R. Part 200. Beginning
August 13, 2020, the statute - as it applies to DHS recipients, subrecipients, and
their contractors and subcontractors - prohibits obligating or expending federal
award funds on certain telecommunications and video surveillance products and
contracting with certain entities for national security reasons
Limited English Proficiency (Civil Rights Act of 1964, Title VI)
Recipients must comply with Title VI of the Civil Rights Act of 1964, (42 U.S.C. §
2000d et seq.) prohibition against discrimination on the basis of national origin,
which requires that recipients of federal financial assistance take reasonable steps
to provide meaningful access to persons with limited English proficiency (LEP) to
their programs and services. For additional assistance and information regarding
language access obligations, please refer to the DHS Recipient Guidance:
https://www.dhs.gov/guidance- published -help -department- supported -
organizations -provide -meaningful -access -people -limited and additional resources
on http://www.lep.gov.
Lobbying Prohibitions
Recipients must comply with 31 U.S.C. § 1352, which provides that none of the
funds provided under a federal financial assistance award may be expended by the
recipient to pay any person to influence, or attempt to influence an officer or
employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with any federal
action related to a federal award or contract, including any extension, continuation,
renewal, amendment, or modification.
National Environmental Policy Act
Recipients must comply with the requirements of the National Environmental Policy
Act of 1969, (NEPA) Pub. L. 91-190 (1970) (codified as amended at 42 U.S.C. §
4321 et seq. and the Council on Environmental Quality (CEQ) Regulations for
Implementing the Procedural Provisions of NEPA, which require recipients to use
all practicable means within their authority, and consistent with other essential
considerations of national policy, to create and maintain conditions under which
people and nature can exist in productive harmony and fulfill the social, economic,
and other needs of present and future generations of Americans
Article 26
Article 27
Article 28
Article 29
Article 30
Article 31
Nondiscrimination in Matters Pertaining to Faith -Based Organizations
It is DHS policy to ensure the equal treatment of faith -based organizations in social
service programs administered or supported by DHS or its component agencies,
enabling those organizations to participate in providing important social services to
beneficiaries. Recipients must comply with the equal treatment policies and
requirements contained in 6 C.F.R. Part 19 and other applicable statues,
regulations, and guidance governing the participations of faith- based organizations
in individual DHS programs.
Non -Supplanting Requirement
Recipients receiving federal financial assistance awards made under programs that
prohibit supplanting by law must ensure that federal funds do not replace (supplant)
funds that have been budgeted for the same purpose through non-federal sources.
Notice of Funding Opportunity Requirements
All the instructions, guidance, limitations, and other conditions set forth in the
Notice of Funding Opportunity (NOFO) for this program are incorporated here by
reference in the award terms and conditions. All recipients must comply with any
such requirements set forth in the program NOFO.
Patents and Intellectual Property Rights
Recipients are subject to the Bayh-Dole Act, 35 U.S.C. § 200 et seq, unless
otherwise provided by law. Recipients are subject to the specific requirements
governing the development, reporting, and disposition of rights to inventions and
patents resulting from federal financial assistance awards located at 37 C.F.R. Part
401 and the standard patent rights clause located at 37 C.F.R. § 401.14.
Procurement of Recovered Materials
States, political subdivisions of states, and their contractors must comply with
Section 6002 of the Solid Waste Disposal Act, Pub. L. 89-272 (1965), (codified as
amended by the Resource Conservation and Recovery Act, 42 U.S.C. § 6962.) The
requirements of Section 6002 include procuring only items designated in guidelines
of the Environmental Protection Agency (EPA) at 40 C.F.R. Part 247 that contain
the highest percentage of recovered materials practicable, consistent with
maintaining a satisfactory level of competition.
Rehabilitation Act of 1973
Recipients must comply with the requirements of Section 504 of the Rehabilitation
Act of 1973, Pub. L. 93-112 (1973), (codified as amended at 29 U.S.C. § 794,)
which provides that no otherwise qualified handicapped individuals in the United
States will, solely by reason of the handicap, be excluded from participation in, be
denied the benefits of, or be subjected to discrimination under any program or
activity receiving federal financial assistance.
Article 32
Article 33
Reporting of Matters Related to Recipient Integrity and Performance
General Reporting Requirements: If the total value of any currently active grants,
cooperative agreements, and procurement contracts from all federal awarding
agencies exceeds $10,000,000 for any period of time during the period of
performance of this federal award, then the recipients must comply with the
requirements set forth in the government -wide Award Term and Condition for
Recipient Integrity and Performance Matters located at 2 C.F.R. Part 200,
Appendix XI I, the full text of which is incorporated here by reference in the award
terms and conditions.
Reporting Subawards and Executive Compensation
Reporting of first tier subawards. Recipients are required to comply with the
requirements set forth in the government -wide award term on Reporting
Subawards and Executive Compensation located at 2 C.F.R. Part 170, Appendix A,
the full text of which is incorporated here by reference in the award terms and
conditions.
Article 34
Required Use of American Iron, Steel, Manufactured Products, and
Construction Materials
Recipients must comply with the "Build America, Buy America" provisions of the
Infrastructure Investment and Jobs Act and E.O. 14005. Recipients of an award of
Federal financial assistance from a program for infrastructure are hereby notified
that none of the funds provided under this award may be used for a project for
infrastructure unless: (1) all iron and steel used in the project are produced in the
United States --this means all manufacturing processes, from the initial melting
stage through the application of coatings, occurred in the United States; (2) all
manufactured products used in the project are produced in the United States —this
means the manufactured product was manufactured in the United States; and the
cost of the components of the manufactured product that are mined, produced, or
manufactured in the United States is greater than 55 percent of the total cost of all
components of the manufactured product, unless another standard for determining
the minimum amount of domestic content of the manufactured product has been
established under applicable law or regulation; and (3) all construction materials
are manufactured in the United States —this means that all manufacturing
processes for the construction material occurred in the United States. The Buy
America preference only applies to articles, materials, and supplies that are
consumed in, incorporated into, or affixed to an infrastructure project. As such, it
does not apply to tools, equipment, and supplies, such as temporary scaffolding,
brought to the construction site and removed at or before the completion of the
infrastructure project. Nor does a Buy America preference apply to equipment and
furnishings, such as movable chairs, desks, and portable computer equipment, that
are used at or within the finished infrastructure project but are not an integral part of
the structure or permanently affixed to the infrastructure project. Waivers When
necessary, recipients may apply for, and the agency may grant, a waiver from
these requirements. Information on the process for requesting a waiver from these
requirements is on the website below. (a) When the federal agency has made a
determination that one of the following exceptions applies, the awarding official may
waive the application of the domestic content procurement preference in any case
in which the agency determines that: (1) applying the domestic content
procurement preference would be inconsistent with the public interest; (2) the types
of iron, steel, manufactured products, or construction materials are not produced in
the United States in sufficient and reasonably available quantities or of a
satisfactory quality; or (3) the inclusion of iron, steel, manufactured products, or
construction materials produced in the United States will increase the cost of the
overall project by more than 25 percent. A request to waive the application of the
domestic content procurement preference must be in writing. The agency will
provide instructions on the format, contents, and supporting materials required for
any waiver request. Waiver requests are subject to public comment periods of no
less than 15 days and must be reviewed by the Made in America Office. There may
be instances where an award qualifies, in whole or in part, for an existing waiver
described at "Buy America" Preference in FEMA Financial Assistance Programs
for Infrastructure l FEMA.gov. The awarding Component may provide specific
instructions to Recipients of awards from infrastructure programs that are subject
to the "Build America, Buy America" provisions. Recipients should refer to the
Notice of Funding Opportunity for further information on the Buy America
preference and waiver process.
Article 35 SAFECOM
Recipients receiving federal financial assistance awards made under programs that
provide emergency communication equipment and its related activities must
comply with the SAFECOM Guidance for Emergency Communication Grants,
including provisions on technical standards that ensure and enhance interoperable
communications.
Article 36
Article 37
Article 38
Article 39
Article 40
Article 41
Terrorist Financing
Recipients must comply with E.O. 13224 and U.S. laws that prohibit transactions
with, and the provisions of resources and support to, individuals and organizations
associated with terrorism. Recipients are legally responsible to ensure compliance
with the Order and laws.
Trafficking Victims Protection Act of 2000 (TVPA)
Trafficking in Persons. Recipients must comply with the requirements of the
government -wide financial assistance award term which implements Section 106
(g) of the Trafficking Victims Protection Act of 2000 (TVPA), codified as amended
at 22 U.S.C. § 7104. The award term is located at 2 C.F.R. § 175.15, the full text of
which is incorporated here by reference.
Universal Identifier and System of Award Management
Requirements for System for Award Management and Unique Entity Identifier
Recipients are required to comply with the requirements set forth in the
government -wide financial assistance award term regarding the System for Award
Management and Universal Identifier Requirements located at 2 C.F.R. Part 25,
Appendix A, the full text of which is incorporated here by reference.
USA PATRIOT Act of 2001
Recipients must comply with requirements of Section 817 of the Uniting and
Strengthening America by Providing Appropriate Tools Required to Intercept and
Obstruct Terrorism Act of 2001 (USA PATRIOT Act), which amends 18 U.S.C. §§
175-175c.
Use of DHS Seal, Logo and Flags
Recipients must obtain permission from their DHS FAO prior to using the DHS
seal(s), logos, crests or reproductions of flags or likenesses of DHS agency
officials, including use of the United States Coast Guard seal, logo, crests or
reproductions of flags or likenesses of Coast Guard officials.
Whistleblower Protection Act
Recipients must comply with the statutory requirements for whistleblower
protections (if applicable) at 10 U.S.0 § 2409, 41 U.S.C. § 4712, and 10 U.S.C. §
2324, 41 U.S.C. §§ 4304 and 4310.
Article 42
Article 43
Article 44
Article 45
Environmental Planning and Historic Preservation (EHP) Review
DHS/FEMA funded activities that may require an Environmental Planning and
Historic Preservation (EHP) review are subject to the FEMA EHP review process.
This review does not address all federal, state, and local requirements. Acceptance
of federal funding requires the recipient to comply with all federal, state and local
laws. DHS/FEMA is required to consider the potential impacts to natural and
cultural resources of all projects funded by DHS/FEMA grant funds, through its
EHP review process, as mandated by: the National Environmental Policy Act;
National Historic Preservation Act of 1966, as amended; National Flood Insurance
Program regulations; and any other applicable laws and executive orders. General
guidance for FEMA's EHP process is available on the DHS/FEMA Website at:
https://www.fema.gov/grants/guidance-tools/environmental-historic. Specific
applicant guidance on how to submit information for EHP review depends on the
individual grant program and applicants should contact their grant Program Officer
to be put into contact with EHP staff responsible for assisting their specific grant
program. The EHP review process must be completed before funds are released to
carry out the proposed project; otherwise, DHS/FEMA may not be able to fund the
project due to noncompliance with EHP laws, executive orders, regulations, and
policies. If ground disturbing activities occur during construction, applicant will
monitor ground disturbance, and if any potential archaeological resources are
discovered the applicant will immediately cease work in that area and notify the
pass -through entity, if applicable, and DHS/FEMA.
Applicability of DHS Standard Terms and Conditions to Tribes
The DHS Standard Terms and Conditions are a restatement of general
requirements imposed upon recipients and flow down to sub -recipients as a matter
of law, regulation, or executive order. If the requirement does not apply to Indian
tribes or there is a federal law or regulation exempting its application to Indian
tribes, then the acceptance by Tribes of, or acquiescence to, DHS Standard Terms
and Conditions does not change or alter its inapplicability to an Indian tribe. The
execution of grant documents is not intended to change, alter, amend, or impose
additional liability or responsibility upon the Tribe where it does not already exist.
Acceptance of Post Award Changes
In the event FEMA determines that an error in the award package has been made,
or if an administrative change must be made to the award package, recipients will
be notified of the change in writing. Once the notification has been made, any
subsequent requests for funds will indicate recipient acceptance of the changes to
the award. Please call FEMA Grant Management Operations at (866) 927-5646 or
via e-mail to: ASK-GMDQa fema.dhs.gov if you have any questions.
Disposition of Equipment Acquired Under the Federal Award
For purposes of original or replacement equipment acquired under this award by a
non -state recipient or non -state sub -recipients, when that equipment is no longer
needed for the original project or program or for other activities currently or
previously supported by a federal awarding agency, you must request instructions
from FEMA to make proper disposition of the equipment pursuant to 2 C.F.R.
section 200.313. State recipients and state sub -recipients must follow the
disposition requirements in accordance with state laws and procedures.
Article 46
Article 47
Article 48
Article 49
Prior Approval for Modification of Approved Budget
Before making any change to the FEMA approved budget for this award, you must
request prior written approval from FEMA where required by 2 C.F.R. section
200.308. For purposes of non -construction projects, FEMA is utilizing its discretion
to impose an additional restriction under 2 C.F.R. section 200.308(f) regarding the
transfer of funds among direct cost categories, programs, functions, or activities.
Therefore, for awards with an approved budget where the federal share is greater
than the simplified acquisition threshold (currently $250,000), you may not transfer
funds among direct cost categories, programs, functions, or activities without prior
written approval from FEMA where the cumulative amount of such transfers
exceeds or is expected to exceed ten percent (10%) of the total budget FEMA last
approved. For purposes of awards that support both construction and non -
construction work, FEMA is utilizing its discretion under 2 C.F.R. section
200.308(h)(5) to require the recipient to obtain prior written approval from FEMA
before making any fund or budget transfers between the two types of work. You
must report any deviations from your FEMA approved budget in the first Federal
Financial Report (SF-425) you submit following any budget deviation, regardless of
whether the budget deviation requires prior written approval.
Indirect Cost Rate
2 C.F.R. section 200.211(b)(15) requires the terms of the award to include the
indirect cost rate for the federal award. If applicable, the indirect cost rate for this
award is stated in the budget documents or other materials approved by FEMA and
included in the award file.
Program Income
Per 2 CFR section 200.307, recipients are encouraged to earn income to defray
program costs where appropriate. Program income means gross income earned by
the recipient that is directly generated by a supported activity or earned as a result
of the Federal award during the period of performance except as provided in 2 CFR
section 200.307 paragraph (f).Program income includes but is not limited to income
from fees for services performed, the use or rental of real or personal property
acquired under Federal awards, the sale of commodities or items fabricated under
a Federal award, and principal and interest on loans made with Federal award
funds. Interest earned on advances of Federal funds is not program income. Except
as otherwise provided in Federal statutes, regulations, or the terms and conditions
of the Federal award, program income does not include rebates, credits, discounts,
and interest earned on any of them. When the recipient earns program income
under this cooperative agreement, this program income must be added to the
Federal award as described by 2 CFR section 200.307(e)(2)). The program income
must be used for the purposes and under the conditions of the Federal award.
Warehouse Leases
Task force management is reminded you may only use cooperative agreement
funds to pay for warehouse leases for a twelve-month consecutive period within the
overall period of performance and that there is no guarantee of cooperative
agreement funding in future years. See Section VI, Cooperative Agreement
Funding at pages 3-4. Task forces may write contracts with an available fund's
clause or option years for protection.
Article 50
Article 51
Article 52
Cooperative Agreement
Program authority and responsibility under this cooperative agreement resides with
FEMA and the recipient, consistent with the terms of the award, including the
Notice of Funding Opportunity. FEMA will work with the recipient to review and
refine work plans to ensure program goals and objectives can be effectively
accomplished. The recipient and its subrecipients shall not develop or engage in
the development of tasks not approved in recipient's application without post -award
approval from the FEMA program office, and the issuance of a Grant Amendment
from FEMA. FEMA will monitor the project on a continual basis by maintaining
ongoing contact with the recipient and will provide input to the program's direction,
in consultation with the recipient, as needed.
Renovation and Modification Costs
Except for minor renovations and modifications of existing warehouse facilities that
do not change the footprint of the structure, construction and renovation costs are
not allowed. Examples of permissible minor renovation and modification costs
include but are not limited to office/storage space build -out reconfiguration, ceilings,
loading docks/doors, lighting, HVAC, and security fencing. The National US&R
Branch approval is required for reimbursement of renovation and modification
costs. The purpose of allowing minor renovation and modification costs is to ensure
the equipment cache is maintained as required under the National Urban Search
and Rescue Response program. See 42 U.S.C. section 5165f(I)(2); 44 C.F.R.
section 208.23(c)(4).
Performance Goals
The objective of the FY 2023 National Urban Search and Rescue (US&R)
Response System (the System) is to provide funding for 28 national task forces
staffed and equipped to assist State and local governments to conduct around -the -
clock search -and -rescue operations following a Presidentially declared major
disaster or emergency under the Stafford Act. FEMA will measure the effectiveness
of the Cooperative Agreement program by comparing the input of federal resources
used to sustain readiness of the System and local jurisdictions to respond and
deploy to no -notice and notice events within the timeframes specified for each
particular category of incident and locality upon having received a request from the
Authority Having Jurisdiction. In addition, FEMA will evaluate whether the
recipient's activities provided for the sustainment and readiness of the System and
local jurisdiction in support of OHS Mission 5, Goal 5.1: Enhance National
Readiness, which seeks to reduce the vulnerability of individuals and families and
mitigate risks to communities. In order to measure performance, FEMA may
request information throughout the period of performance and in response to the
recipient's final performance report submitted at closeout.
Obligating document
1. Agreement No.
EMW-2023-CA-
05396
2. Amendment
No.
N/A
3. Recipient
No.
596000375
4. Type of
Action
AWARD
5. Control No.
WX05195N2023T-
001
6. Recipient Name and
Address
CITY OF MIAMI
3500 PAN AMERICAN DR
MIAMI, FL 33133
7. Issuing FEMA Office and
Address
Grant Programs Directorate
500 C Street, S.W.
Washington DC, 20528-7000
1-866-927-5646
9. Name of Recipient
Project Officer
Miroslava Musser
9a. Phone
No.
7862367598
8. Payment Office and
Address
FEMA, Financial Services
Branch
500 C Street, S.W., Room
723
Washington DC, 20742
10. Name of FEMA Project
Coordinator
Urban Search and Rescue
Grant Program
10a. Phone
No.
1-877-585-
3242
11. Effective Date of
This Action
09/15/2023
12. Method of
Payment
OTHER - FEMA
GO
13. Assistance
Arrangement
COST SHARING
14. Performance
Period
09/01/2023 to
08/31/2026
Budget Period
09/01/2023 to
08/31/2026
15. Description of Action a. (Indicate funding data for awards or financial changes)
Program
Name
Abbreviation
US&R
Assistance
Listing No.
97.025
Accounting
Data
(ACCS
Code)
Prior
Total
Award
Amount
Awarded
This Action +
or (-)
2023-OS-
A392 -
D60D-xxxx-
4101-D
Current Total
Award
Cumulative
Non -Federal
Commitment
$0.00 $1,317,456.00 $1,317,456.00 See Totals
Totals
$0.00 I$1,317,456.00
$1,317,456.00
$0.00
b. To describe changes other than funding data or financial changes, attach
schedule and check here:
N/A
16 FOR NON DISASTER PROGRAMS. RECIPIENT IS REQUIRED TO SIGN ARID
RETURN THREE (3) COPIES OF THIS DOCUMENT TO FEMA (Scc Block 7 for
mess)
This field is not applicable for digitally signed grant agreements
17. RECIPIENT SIGNATORY OFFICIAL (Name and Title) See Below
DATE
18. FEMA SIGNATORY OFFICIAL (Name and Title) DATE
PAMELA WILLIAMS, Assistant Administrator, Grant Programs 09/15/2023
ATTEST:
DocuSigned by:
,—DocuSigned by:
By: `—F46n756nF F1454
Todd B. Hannon
City Clerk
APPROVED AS TO FORM AND
CORRECTNESS
Ds
,—DocuSigned by:
�/-L ice
By. `—F1EF90AF6FE0457...
Victoria Mendez
City Attorney
THE CITY OF MIAMI, a municipal
Corporation of the State of Florida
,—DocuSigned by:
alb 141
By: `-850CF6C377111)47A
Arthur Noriega
City Manager
APPROVED AS TO INSURANCE
REQUIREMENTS
DocuSigned by:
FratAk
By: '— 271g5['661H214F7
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.
From:
To:
Cc:
Subject:
Date:
FEMA GO
Musser, Miroslava
USAR (PMZ; Sanchez, Erik; Musser, Miroslava; Blondet, Lillian
Award Notification (Application Number: EMW-2023-CA-05396)
Tuesday, September 19, 2023 3:23:23 PM
CAUTION: This is an email from an external source. Do not click links or open attachments
unless you recognize the sender and know the content is safe.
Dear Miroslava,
Congratulations! Your grant application submitted under the Grant Programs Directorate's
Fiscal Year 2023 National Urban Search And Rescue Response System Readiness
Cooperative Agreement has been approved for award.
Please use the FEMA GO system at https://go.fema.gov to accept or decline your award.
Please note that you will have thirty (30) days from the date of this award notification to either
accept or decline the award, and that the award must be accepted or declined by an Authorized
Organization Representative (AOR) within the FEMA GO system. Instructions for registering
within the system and becoming an AOR are available at https://www.fema.gov/gmm-
training-resources
Once you are in the system and made an AOR for your organization, your home page will be
the first screen you see. You will see a section entitled My Grants. In this section, please select
the award acceptance link for EMW-2023-CA-05396 under Fiscal Year 2023 National Urban
Search And Rescue Response System Readiness Cooperative Agreement. View your award
package and indicate your acceptance or declination of award. If you wish to accept your
grant, you should do so immediately. When you have finished, we recommend printing your
award package for your records.
If you have questions on using the FEMA GO system, please reach out to the FEMA GO Help
Desk (1-877-585-3242).
All recipients are required to comply with FEMA EHP Policy Guidance. This EHP Policy
Guidance can be found in FEMA Policy (FP) 108-023-1, Environmental Planning and Historic
Preservation Policy Guidance.
Sincerely,
Grants Management Branch
Urban Search and Rescue
Department of Homeland Security / FEMA
You have successfully accepted your award,
Award offered
EMW-2023-CA-05396: Fiscal Year 2023 National Urban Search And Rescue Response System Readiness
Cooperative Agreement
CITY OF MIAMI
Period of performance 09/01/2023. 08/31/2026
Federal resources awarded $1,317,456.00
Required non-federal resources $0.00
Federal resources disbursed to recipient $0.00
Pending disbursements to recipient $0.00
Balance of federal resources available $1,317,456.00
My to do list
Description
Status Date of status Due date Action
Organization : CITY OF MIAMI
This information is current of SAM.gov es of: 09/03/2023
Registration summary
U E 1-EFT KJT5RFPMWTKS
DUNS 072220791
Registration status Active
Registration last update date 07/10/2023
Registration expiration date
Has active exclusion? No
Debt subject to offset? N
Business Information
Doing business as nerve
Physical address 3500 PAN AMERICAN DR
MIAMI, FL 33133
Mailing address 444 SN12ND AVENUE 5TH FLOOR - GRANTS ADMINISTRATION
MIAM€, FL 33133
Financial reports
Report Due date Status Date of status Action
Performance progress reports
Report
Closeout reports
Report
Request for Information
Due date Status Date of status Action
Due date Status Date of status Action
RFI number Request date Status Date of status Action
1
The Department of Homeland Security (DHS)
Notice of Funding Opportunity (NOFO)
Fiscal Year 2023 National Urban Search and Rescue Response System
All entities wishing to do business with the federal government must have a unique entity
identifier (UEI). The UEI number is issued by the system. Requesting a UEI using Sam.gov
can be found at: https://sam.gov/content/entity-registration.
Grants.gov registration information can be found at:
https://www.grants.gov/web/grants/register.html.
Planned UEI Updates in Grant Application Forms:
On April 4, 2022, the Data Universal Numbering System (DUNS) Number was replaced
by a new, non-proprietary identifier requested in, and assigned by, the System. for Award
Management (SAMgov). This new identifier is the Unique Entity Identifier (UEI).
Additional Information can be found on Grants.gov:
https://www.grants. gov/web/grants/forms/planned-uei-updates.html
Table of ContentsPlanned UEI Updates in Grant Application Forms: 1
A. Program Description 5
1. Issued By 5
2. Assistance Listings Number 5
3. Assistance Listings Title 5
4. Funding Opportunity Title 5
5. Funding Opportunity Number 5
6. Authorizing Authority for Program 5
7. Appropriation Authority for Program 5
8. Announcement Type 5
9. Program Category 5
10. Program Overview, Objectives, and Priorities 5
a. Overview 5
11. Performance Measures 6
B. Federal Award Information 7
1. Available Funding for the NOFO: $37,260,741.00 7
2. Projected Number of Awards: 28 7
3. Maximum Award Amount: $1.6 million 7
4. Period of Performance: 36 months 7
5. Projected Period of Performance Start Date(s): Sep. 1, 2023 7
6. Projected Period of Performance End Date(s): Aug. 31, 2026 7
7. Funding Instrument Type: Cooperative Agreement 7
C. Eligibility Information 7
1. Eligible Applicants 7
2. Applicant Eligibility Criteria 7
3. Other Eligibility Criteria/Restrictions 8
FY 2023 USR NOFO Back to the Top
2
a. National Incident Management System (NIMS) Implementation 8
4. Maintenance of Effort (MOE) 8
There is no MOE requirement under this program. 8
5. Cost Share or Match 8
D. Application and Submission Information 8
1. Key Dates and Times 8
a. Application Start Date: August 15, 2023 8
b. Application Submission Deadline: August 31, 2023 at 5 p.m. ET 8
c. Anticipated Funding Selection Date: No later than Aug. 31, 2023 9
d. Anticipated Award Date: No later than Sep. 1, 2023 9
e. Other Key Dates 9
2. Agreeing to Terms and Conditions of the Award 10
3. Address to Request Application Package 10
4. Requirements: Obtain a Unique Entity Identifier (UEI) and Register in the System for
Award Management (SAM) 10
5. Steps Required to Obtain a Unique Entity Identifier, Register in the System for Award
Management (SAM), and Submit an Application 10
6. Electronic Delivery 11
a. General Instructions: 12
b. Obtain an UEI Number: 12
c. Obtain Employer Identification Number 12
d. Create a login.gov account: 12
e. Register with SAM: 12
f. Register in FEMA GO Add theOrganization to the System and Establish the AOR..13
9. Submitting the Final Application- 14
10. Timely Receipt Requirements and Proof of Timely Submission 14
11. Content and Form of Application Submission 14
a. Standard Required Application Forms and Information 14
b. Program -Specific Required Forms and Information 15
12. Other Submission Requirements 15
13. Intergovernmental Review 15
14. Funding Restrictions and Allowable Costs 16
a. Prohibitions on Expending FEMA Award Funds for Covered Telecommunications
Equipment or Services 16
b. Pre -Award Costs 17
c. Management and Administration (M&A) Costs 18
d. Indirect Facilities & Administrative (F&A) Costs 18
e. Other Direct Costs 18
E. Application Review Information 19
1. Application Evaluation Criteria 19
a. Programmatic Criteria 19
b. Financial Integrity Criteria 19
c. Supplemental Financial Integrity Criteria and Review 20
2. Review and Selection Process 20
F. Federal Award Administration Information 20
1. Notice of Award 20
FY 2023 USR NOFO Back to the Top
3
2. Administrative and National Policy Requirements 21
a. DHS Standard Terms and Conditions 21
b. Ensuring the Protection of Civil Rights 21
c. Environmental Planning and Historic Preservation (EHP) Compliance 22
d. National Incident Management System (NIMS) Implementation 22
3. Reporting 23
a. Financial Reporting Requirements 23
b. Programmatic Performance Reporting Requirements 24
c. Closeout Reporting Requirements 24
d. Additional Reporting Requirements 25
4. Monitoring and Oversight 26
G. DHS Awarding Agency Contact Information 28
1. Contact and Resource Information 28
a. Program Office Contact 28
b. Centralized Scheduling and Information Desk (CSID) 28
c. Grant Programs Directorate (GPD) Award Administration Division 28
d. FEMA Regional Offices 28
e. Equal Rights 28
f. Environmental Planning and Historic Preservation 28
2. Systems Information 28
a. Grants.gov 29
b. FEMA GO 29
H. Additional Information 29
1. Termination Provisions 29
a. Noncompliance 29
c. Notification by the Recipient 29
2. Program Evaluation 30
3. Period of Performance Extensions 30
4. Disability Integration 31
5. Conflicts of Interest in the Administration of Federal Awards or Subawards 32
6. Procurement Integrity 32
a. Important Changes to Procurement Standards in 2 C.F.R. Part 200 33
b. Competition and Conflicts of Interest 34
c. Supply Schedules and Purchasing Programs 35
d. Procurement Documentation 36
7. Financial Assistance Programs for Infrastructure 37
a. Build America, Buy America Act 37
b. Waivers 37
c. Definitions 38
8. Record Retention 39
a. Record Retention Period 39
b. Types of Records to Retain 40
9. National Incident Management System (NIMS) Implementation 40
10. Actions to Address Noncompliance 40
11. Audits 42
12. Payment Information 43
FY 2023 USR NOFO Back to the Top
4
13. Whole Community Preparedness 43
14. Appendices 43
FY 2023 USR NOFO Back to the Top
5
A. Program Description
1. Issued By
U.S. Depailcuent of Homeland Security (DHS)/Federal Emergency Management Agency
(FEMA)/Office of Response and Recovery, Response Directorate, Operations Division,
Urban Search and Rescue (US&R) Branch
2. Assistance Listings Number
97.025
3. Assistance Listings Title
National Urban Search and Rescue Response System
4. Funding Opportunity Title
Fiscal Year 2023 National Urban Search and Rescue Response System
5. Funding Opportunity Number
DHS-23-DOD-025-000-99
6. Authorizing Authority for Program
The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Pub. L. No. 93-288,
as amended, 42 U.S.0 § 5165f
7. Appropriation Authority for Program
Department of Homeland Security Appropriations Act, 2023, Title III — Protection,
Preparedness, Response, and Recovery, Federal Emergency Management Agency,
Operations and Support (Pub. L. No. 117-328)
8. Announcement Type
Initial
9. Program Category
Response
10. Program Overview, Objectives, and Priorities
a. Overview
The National Urban Search and Rescue (US&R) Response System (the System) provides
funding to ensure adequate management, training, exercise, procurement (vehicle and
equipment) and storage and maintenance for the 28 national task forces staffed and equipped to
assist state and local governments, tribes and territories to conduct around -the -clock search -and -
rescue operations following a Presidentially declared major disaster or emergency under the
Stafford Act (e.g., earthquakes, tornadoes, floods, hurricanes, aircraft accidents, hazardous
materials spills and catastrophic structure collapses). When deployed, these task forces support
State and local emergency responders' efforts by leading the U.S. response to natural and man-
made incidents, conducting mass search and rescue operations in the immediate aftermath of and
FY 2023 USR NOFO Back to the Top
6
incident, and assisting with stabilization and restoration of community lifelines immediately
following an incident.
In FY22, awards were provided to each of the 28 FEMA US&R Sponsoring Agencies. In CY22,
60 US&R resources responded to four disasters, rescuing, saving, or assisting 1,787 persons and
searching or assessing 97,190 structures.
This program supports DHS Goal 5: Strengthen Preparedness and Resilience, Objective 5.2:
"Respond During Incidents" as provided in the DHS Strategic Plan, Fiscal Years 2020-2024, and
Goal 3 of the 2022-2026 FEMA Strategic Plan: Promote and sustain a ready FEMA and
prepared nation.
b. Objectives
The objective of this Cooperative Agreement is to provide for the sustainment and readiness
of the System and local jurisdictions, through the funding of administration and management,
training, equipment, and storage and maintenance.
c. Priorities
Program Priorities are as follows:
1. Ensure that System Sponsoring Agency Administrative Organizations manage and
administer task force affairs and activities consistent with best practices; to include
making available training and exercises that enable task force personnel to safely perform
assigned duties in accordance with established FEMA and System standards and
guidance.
2. Ensure a state of readiness and enhance operational effectiveness by acquiring and
maintaining equipment and tools in accordance with the System's current approved
FEMA Equipment Cache List.
3. Provide leased space to meet the office, training site and storage requirements of the
System.
4. Optimize standby activities by making available resources to enable catastrophic event
planning, mobilization exercises and technical assistance.
5. Provide forums to enable FEMA and System Sponsoring Agency senior leadership
coordination and discussion on System strategic issues.
11. Performance Measures
Performance will be evaluated annually through the FEMA US&R Annual Self -Evaluation;
the Self -Evaluation results will be validated triennially through the FEMA US&R
Administrative Readiness Evaluation (ARE).
Factors to be evaluated:
Operations
• Complement of Rostered Task Force Members
• Complement of Trained Task Force Members
• Complement of Deployable Task Force Members
• Complement of Deployable Canine Search Specialist Teams
• Members Participating in Annual Training and Exercises
FY 2023 USR NOFO Back to the Top
7
• Members Participating in Training/Drill Sessions Logistics
Logistics
• Complement of Cache Equipment Items
• Adequacy of Transportation Resources
• Cache Mobilization — Training/Exercise
• Adequacy of Cache Management Inventory System
• Adequacy of Warehouse Resources
Administrative / Management
• Complement of Cooperative Agreement Staffing and Resources
• Validation of Complete, Accurate, Timely Cooperative Agreement Reports
• Validation of Cooperative Agreement Plans and Memoranda of Agreement
• Validation of Financial and Accounting Processes and Records
• Adequacy of Sponsoring Agency Support Functions
B. Federal Award Information
1. Available Funding for the NOFO: $37,260,741.00
2. Projected Number of Awards: 28
3. Maximum Award Amount: $1.6 million
4. Period of Performance: 36 months
Extensions to the period of performance are allowed. For additional information on period of
performance extensions, please refer to Section H of this notice.
FEMA awards under most programs, including this program, only include one budget period,
so it will be same as the period of performance. See 2 C.F.R. § 200.1 for definitions of
"budget period" and "period of performance."
5. Projected Period of Performance Start Date(s): Sep. 1, 2023
6. Projected Period of Performance End Date(s): Aug. 31, 2026
7. Funding Instrument Type: Cooperative Agreement
See Appendix A, US&R Task Force FY23 Readiness Cooperative Agreement Statement of Work
(SOW) for specific examples ofFEMA/US&R Branch Responsibilities and Sponsoring Agency
Responsibility and Requirements.
C. Eligibility Information
1. Eligible Applicants
Must be a FEMA-designated Urban Search and Rescue Task Force Sponsoring Agency
2. Applicant Eligibility Criteria
FY 2023 USR NOFO Back to the Top
8
Must be one of the 28 FEMA-designated Urban Search and Rescue Task Force Sponsoring
Agencies
3. Other Eligibility Criteria/Restrictions
a. National Incident Management System (NIMS) Implementation
Before allocating any federal preparedness awards, recipients must ensure and maintain
adoption and implementation of NIMS. The list of objectives used for progress and
achievement reporting is on FEMA's website at https://www.fema.gov/emergency-
managers/nims/implementati on -training.
Emergency management and incident response activities require carefully managed resources
(personnel, teams, facilities, equipment, and/or supplies) to meet incident needs. Utilization
of the standardized resource management concepts such as typing, credentialing, and
inventorying, promote a strong national mutual aid capability needed to support delivery of
core capabilities. Additional information on resource management, NIMS resource typing
definitions, job titles, and position qualifications is on FEMA's website at
https://wwwlema.gov/emergency-managers/nims/components.
FEMA developed the National Incident Management System Guideline for the National
Qualification System to describe national credentialing standards and to provide written
guidance regarding the use of those standards. This guideline describes credentialing and
typing processes and identifies tools that Federal Emergency Response Officials and
emergency managers at all levels of government may use both routinely and to facilitate
multijurisdictional coordinated responses.
Although state (including territorial), local, tribal, and private sector partners (including
nongovernmental organizations) are not required to credential their personnel in accordance
with these guidelines, FEMA strongly encourages them to do so to leverage the federal
investment in the Federal Information Processing Standards 201 infrastructure and to
facilitate interoperability for personnel deployed outside their home jurisdiction.
Additional information about NIMS in general is available on FEMA's website at
https://www.fema.gov/emergency-managers/nims.
4. Maintenance of Effort (MOE)
There is no MOE requirement under this program.
5. Cost Share or Match
There is no cost share or match under this program.
D. Application and Submission Information
1. Key Dates and Times
a. Application Start Date: August 15, 2023
b. Application Submission Deadline: August 31, 2023 at 5 p.m. ET
FY 2023 USR NOFO Back to the Top
All applications must be received by the established deadline.
FEMA's Grants Outcomes System (FEMA GO) automatically records proof of timely
submission and the system generates an electronic date/time stamp when FEMA GO
successfully receives the application. The individual with the Authorized Organization
Representative role that submitted the application will also receive the official date/time
stamp and a FEMA GO tracking number in an email serving as proof of their timely
submission. For additional information on how an applicant will be notified of application
receipt, see the subsection titled "Timely Receipt Requirements and Proof of Timely
Submission" in Section D of this NOFO.
FEMA will not review applications that are received after the deadline or consider
these late applications for funding. FEMA may, however, extend the application deadline
on request for any applicant who can demonstrate that good cause exists to justify extending
the deadline. Good cause for an extension may include technical problems outside of the
applicant's control that prevent submission of the application by the deadline, other exigent
or emergency circumstances, or statutory requirements for FEMA to make an award.
Applicants experiencing technical problems outside of their control must notify FEMA
as soon as possible and before the application deadline Failure to timely notify FEMA of
the issue that prevented the timely filing of the application may preclude consideration of the
award. "Timely notification" of FEMA means: before the application deadline and within 48
hours after the applicant became aware of the issue.
A list of FEMA contacts can be found in Section G of this notice, "DHS Awarding Agency
Contact Information." For technical assistance with the FEMA GO system, please contact the
FEMA GO Helpdesk at femago@fema.dhs.gov or (877) 611-4700, Monday through Friday,
9:00 AM — 6:00 PM Eastern Time (ET). For programmatic or grants management questions,
please contact your Program Analyst or Grants Management Specialist. If applicants do not
know who to contact or if there are programmatic questions or concerns, please contact the
Centralized Scheduling and Information Desk (CSID) by phone at (800) 368-6498 or by e-
mail at askcsid@fema.dhs.gov, Monday through Friday, 9:00 AM — 5:00 PM ET.
c. Anticipated Funding Selection Date: No later than Aug. 31, 2023
d. Anticipated Award Date:
e. Other Key Dates
No later than Sep. 1, 2023
Event
Suggested Deadline for Completion
Obtaining Unique Entity Identifier
(UEI) number
Four weeks before actual submission deadline
Obtaining a valid Employer
Identification Number (EIN)
Four weeks before actual submission deadline
FY 2023 USR NOFO
Back to the Top
10
Event
Suggested Deadline for Completion
Creating an account with login.gov
Four weeks before actual submission deadline
Registering in SAM or updating SAM
registration
Four weeks before actual submission deadline
Registering Organization in FEMA
GO
Prior to beginning application
Submitting complete application in
FEMA GO
One week before actual submission deadline
2. Agreeing to Terms and Conditions of the Award
By submitting an application, applicants agree to comply with the requirements of this
NOFO and the terms and conditions of the award, should they receive an award.
3. Address to Request Application Package
Applications are processed through the FEMA GO system. To access the system, go to
https://go.fema.gov/.
Hard copies of the funding notice can be downloaded at Grants.gov or obtained via email
from the Awarding Office points of contact listed in Section G of this notice, "DHS
Awarding Agency Contact Information" or by TTY (800) 462-7585.
4. Requirements: Obtain a Unique Entity Identifier (UEI) and Register in the System for
Award Management (SAM)
Each applicant, unless they have a valid exception under 2 CFR 25.110, must:
1) Be registered in Sam.Gov before application submission.
2) Provide a valid Unique Entity Identifier (UEI) in its application.
3) Continue to always maintain an active System for Award Management (SAM) registration
with current information during the Federal Award process.
5. Steps Required to Obtain a Unique Entity Identifier, Register in the System for Award
Management (SAM), and Submit an Application
Applying for an award under this program is a multi -step process. Applicants are encouraged
to register early as the registration process can take four weeks or more to complete.
Therefore, registration should be done in sufficient time to ensure it does not impact your
ability to meet required submission deadlines.
Please review the table above for estimated deadlines to complete each of the steps listed.
Failure of an applicant to comply with any of the required steps before the deadline for
submitting an application may disqualify that application from funding.
To apply for an award under this program, all applicants must:
a. Apply for, update, or verify their Unique Entity Identifier (UEI) number and Employer
Identification Number (EIN) from the Internal Revenue Service;
FY 2023 USR NOFO Back to the Top
11
b. In the application, provide an UEI number;
c. Have an account with login.gov;
d. Register for, update, or verify their SAM account and ensure the account is active before
submitting the application;
e. Register in FEMA GO, add the organization to the system, and establish the Authorized
Organizational Representative (AOR). The organization's electronic business point of
contact (EBiz POC) from the SAM registration may need to be involved in this step. For
step-by-step instructions, see https://www.fema.gov/media-
library/assets/documents/181607;
f. Submit the complete application in FEMA GO; and
g.
Continue to maintain an active SAM registration with current information at all times
during which it has an active federal award or an application or plan under consideration
by a federal awarding agency. As part of this, applicants must also provide information
on an applicant's immediate and highest -level owner and subsidiaries, as well as on all
predecessors that have been awarded federal contracts or federal financial assistance
within the last three years, if applicable.
Applicants are advised that FEMA may not make a federal award until the applicant has
complied with all applicable SAM requirements. Therefore, an applicant's SAM registration
must be active not only at the time of application, but also during the application review
period and when FEMA is ready to make a federal award. Further, as noted above, an
applicant's or recipient's SAM registration must remain active for the duration of an active
federal award. If an applicant's SAM registration is expired at the time of application, expires
during application review, or expires any other time before award, FEMA may determine
that the applicant is not qualified to receive a federal award and use that determination as a
basis for making a federal award to another applicant.
Per 2 C.F.R. § 25.110(c)(2)(iii), if an applicant is experiencing exigent circumstances that
prevents it from obtaining an UEI number and completing SAM registration prior to
receiving a federal award, the applicant must notify FEMA as soon as possible by contacting
askcsid@fema.dhs.gov and providing the details of the circumstances that prevent
completion of these requirements. If FEMA determines that there are exigent circumstances
and FEMA has decided to make an award, the applicant will be required to obtain an UEI
number, if applicable, and complete SAM registration within 30 days of the federal award
date.
6. Electronic Delivery
DHS is participating in the Grants.gov initiative to provide the grant community with a single
site to find and apply for grant funding opportunities. DHS encourages or requires applicants
to submit their applications online through Grants.gov, depending on the funding
opportunity.
For this funding opportunity, FEMA requires applicants to submit applications through
FEMA GO.
FY 2023 USR NOFO Back to the Top
12
7. How to Register to Apply
a. General Instructions:
Registering and applying for an award under this program is a multi -step process and
requires time to complete. Read the instructions below about registering to apply for FEMA
funds. Applicants should read the registration instructions carefully and prepare the
information requested before beginning the registration process. Reviewing and assembling
the required information before beginning the registration process will alleviate last-minute
searches for required information.
The registration process can take up to four weeks to complete. To ensure an application
meets the deadline, applicants are advised to start the required steps well in advance of their
submission.
Organizations must have an UEI number, an EIN, an active System for Award Management
(SAM) registration and Grants.gov account to apply for grants.
b. Obtain an UEI Number:
All entities applying for funding, including renewal funding, prior to April 4, 2022, must
have a UEI number. Applicants must enter the UEI number in the applicable data entry field
on the SF-424 form.
For more detailed instructions for obtaining a UEI number, refer to: SAM.gov.
c. Obtain Employer Identification Number
All entities applying for funding must provide an Employer Identification Number (EIN).
The EIN can be obtained from the IRS by visiting: https://www.irs.gov/businesses/small-
businesses-self-employed/apply-for-an-employer-identification-number-ein-online.
d. Create a login.gov account:
Applicants must have a login.gov account in order to register with SAM or update their SAM
registration. Applicants can create a login.gov account here:
https://secure.login.gov/sign up/enter email?request id=34f19fa8-14a2-438c-8323-
a62b99571fd3.
Applicants only have to create a login.gov account once. For applicants that are existing
SAM users, use the same email address for the login.gov account as with SAM.gov so that
the two accounts can be linked.
For more information on the login.gov requirements for SAM registration, refer to:
https://www.sam.gov/SAM/pages/public/loginFAQ.j sf.
e. Register with SAM:
All organizations applying online through Grants.gov must register with SAM. Failure to
register with SAM will prevent your organization from applying through Grants.gov. SAM
FY 2023 USR NOFO Back to the Top
13
registration must be renewed annually. Organizations will be issued a UEI number with the
completed SAM registration.
For more detailed instructions for registering with SAM, refer to:
https://www.grants.gov/web/grants/applicants/organization-registration/step-2-register-with-
sam.html.
Note: As a new requirement per 2 C.F.R. § 25.200, applicants must also provide the
applicant's immediate and highest -level owner, subsidiaries, and predecessors that have been
awarded federal contracts or federal financial assistance within the past three years, if
applicable.
I. ADDITIONAL SAM REMINDERS
Existing SAM.gov account holders should check their account to make sure it is "ACTIVE."
SAM registration should be completed at the very beginning of the application period and
should be renewed annually to avoid being "INACTIVE." Please allow plenty of time
before the grant application submission deadline to obtain an UEI number and then to
register in SAM. It may be four weeks or more after an applicant submits the SAM
registration before the registration is active in SAM, and then it may be an additional
24 hours before FEMA's system recognizes the information.
It is imperative that the information applicants provide is correct and current. Please ensure
that your organization's name, address, and EIN are up to date in SAM and that the UEI
number used in SAM is the same one used to apply for all other FEMA awards. Payment
under any FEMA award is contingent on the recipient's having a current SAM registration.
IL HELP WITH SAM
The SAM quick start guide for new recipient registration and SAM video tutorial for new
applicants are tools created by the General Services Administration (GSA) to assist those
registering with SAM. If applicants have questions or concerns about a SAM registration,
please contact the Federal Support Desk at https://www.fsd.gov/fsd-gov/home.do or call toll
free (866) 606-8220.
f Register in FEMA GO, Add the Organization to the System, and Establish the AOR:
Applicants must register in FEMA GO and add their organization to the system. The
organization's electronic business point of contact (EBiz POC) from the SAM registration
may need to be involved in this step. For step-by-step instructions, see
https://www.fema.gov/media-library/assets/documents/181607.
Note: FEMA GO will support only the most recent major release of the following browsers:
• Google Chrome
• Internet Explorer
• Mozilla Firefox
• Apple Safari
• Microsoft Edge
FY 2023 USR NOFO Back to the Top
14
Users who attempt to use tablet type devices or other browsers may encounter issues with
using FEMA GO.
9. Submitting the Final Application:
Applicants will be prompted to submit the standard application information and any
program -specific information required as described in Section D.10 of this notice, "Content
and Form of Application Submission." The Standard Forms (SF) may be accessed in the
Forms tab under the SF-424 family on Grants.gov. Applicants should review these forms
before applying to ensure they have all the information required.
After submitting the final application, FEMA GO will provide either an error message or a
successfully received transmission in the form of an email sent to the AOR that submitted the
application. Applicants using slow internet connections, such as dial -up connections, should
be aware that transmission can take some time before FEMA GO receives your application.
For additional application submission requirements, including program -specific
requirements, please refer to the subsection titled "Content and Form of Application
Submission" under Section D of this notice.
10. Timely Receipt Requirements and Proof of Timely Submission
All applications must be completed in FEMA GO by the application deadline. FEMA GO
automatically records proof of timely submission and the system generates an electronic
date/time stamp when FEMA GO successfully receives the application. The individual with
the Authorized Organization Representative (AOR) role that submitted the application will
also receive the official date/time stamp and a FEMA GO tracking number in an email
serving as proof of their timely submission on the date and time that FEMA GO received the
application.
Applicants who experience system -related issues will be addressed until 3:00 PM ET on
the date applications are due. No new system -related issues will be addressed after this
deadline. Applications not received by the application submission deadline will not be
accepted.
11. Content and Form of Application Submission
a. Standard Required Application Forms and Information
The following forms or information are required to be submitted via FEMA GO. The
Standard Forms (SF) are also available at https://www.grants.gov/web/grants/forms/sf-424-
family.html.
• SF-424, Application for Federal Assistance
• Grants.gov Lobbying Form, Certification Regarding Lobbying
• SF-424A, Budget Information (Non -Construction)
o For construction under an award, submit SF-424C, Budget Information
(Construction), in addition to or instead of SF-424A
FY 2023 USR NOFO Back to the Top
15
• SF-424B, Standard Assurances (Non -Construction)
o For construction under an award, submit SF-424D, Standard Assurances
(Construction), in addition to or instead of SF-424B
• SF-LLL, Disclosure of Lobbying Activities
• Indirect Cost Agreement or Proposal if the budget includes indirect costs and the
applicant is required to have an indirect cost rate agreement or proposal. If the applicant
does not have or is not required to have an indirect cost rate agreement or proposal,
please see Section D.13 of this notice, "Funding Restrictions and Allowable Costs," for
further information regarding allowability of indirect costs and whether alternatives to an
indirect cost rate agreement or proposal might be available, or contact the relevant
FEMA staff identified in Section G of this notice, "DHS Awarding Agency Contact
Information" for further instructions.
Generally, applicants have to submit either the non -construction forms (i.e., SF-424A and
SF-424B) or construction forms (i.e., SF-424C and SF-424D), meaning that applicants that
only have construction work and do not have any non -construction work need only submit
the construction forms (i.e., SF-424C and SF-424D) and not the non -construction forms (i.e.,
SF-424A and SF-424B), and vice versa. However, applicants who have both construction
and non -construction work under this program need to submit both the construction and non -
construction forms.
b. Program Specific Required Forms and Information
The following program -specific forms or information are required to be submitted in FEMA
GO:
• Completed US&R Budget Narrative Workbook, FEMA Form 089-0-101; and
• Requests for pre -award costs (if applicable) must be made in writing on Sponsoring
Agency letterhead and include detailed information on the need for pre -award
funding; and
• If one or more vehicle purchases is/are included in the budget narrative, include the
following:
o Vehicle (rolling or floating) specifications of the vehicle(s) the applicant
intends to purchase; and
o A completed Vehicle Support Unit Purchase Replacement/Disposal
Justification Form, FEMA Form 089-0-26.
12. Other Submission Requirements
Submitting Sponsoring Agency applicants must submit one complete application each,
including a budget plan that is in accordance with the items outlined in the US&R Task Force
FY 2023 Readiness Cooperative Agreement Statement of Work. (Appendix A)
13. Intergovernmental Review
An intergovernmental review may be required. Applicants must contact their state's Single
Point of Contact (SPOC) to comply with the state's process under Executive Order 12372
(See https://www.archives.gov/federal-register/codification/executive-order/12372.htm1;
https : //www.whitehous e. gov/wp-c ontent/upl oads/2020/04/SP O C -4-13 -20. pdf).
FY 2023 USR NOFO Back to the Top
16
14. Funding Restrictions and Allowable Costs
All costs charged to awards covered by this notice must comply with the Uniform
Administrative Requirements, Cost Principles, and Audit Requirements at 2 C.F.R. Part 200,
unless otherwise indicated in the funding notice, or the terms and conditions of the award.
This includes, among other requirements, that costs must be incurred, and products and
services must be delivered, within the period of performance of the award. See 2 C.F.R. §
200.403(h) (referring to budget periods, which for FEMA awards is the same as the period of
performance).
In general, the Cost Principles establish standards for the allowability of costs, provide
detailed guidance on the cost accounting treatment of costs as direct or administrative costs,
and set forth allowability principles for selected items of cost. More specifically, except as
otherwise stated in this notice, the terms and condition of an award, or other program
materials, costs charged to awards covered by this notice must be consistent with the Cost
Principles for Federal Awards located at 2 C.F.R. Part 200, Subpart E. In order to be
allowable, all costs charged to a FEMA award or applied to the cost share must be reasonable
in nature and amount and allocable to the particular FEMA award.
Additionally, all costs charged to awards must comply with the grant program's applicable
statutes, policies, requirements in this notice as well as with the terms and conditions of the
award. If FEMA staff identify costs that are inconsistent with any of these requirements,
these costs may be disallowed, and FEMA may recover funds as appropriate, consistent with
applicable laws, regulations and policies.
As part of those requirements, grant recipients and subrecipients may only use federal funds
or funds applied to a cost share for the purposes set forth in this notice and the terms and
conditions of the award, and those costs must be consistent with the statutory authority for
the award.
Grant funds may not be used for matching funds for other federal grants/cooperative
agreements, lobbying, or intervention in federal regulatory or adjudicatory proceedings. In
addition, federal funds may not be used to sue the federal government or any other
government entity.
a. Prohibitions on Expending FEMA Award Funds for Covered Telecommunications
Equipment or Services
Recipients and subrecipients of FEMA federal financial assistance are subject to the
prohibitions described in section 889 of the John S. McCain National Defense Authorization
Act for Fiscal Year 2019 (FY 2019 NDAA), Pub. L. No. 115-232 (2018) and 2 C.F.R. §§
200.216, 200.327, 200.471, and Appendix II to 2 C.F.R. Part 200. Beginning August 13,
2020, the statute — as it applies to FEMA recipients, subrecipients, and their contractors and
subcontractors — prohibits obligating or expending federal award funds on certain
telecommunications and video surveillance products and contracting with certain entities for
national security reasons.
FY 2023 USR NOFO Back to the Top
17
Guidance is available at FEMA Policy #405-143-1 - Prohibitions on Expending FEMA
Award Funds for Covered Telecommunications Equipment or Services.
Additional guidance is available at Contract Provisions Guide: Navigating Appendix II to
Part 200 - Contract Provisions for Non -Federal Entity Contracts Under Federal Awards
ffema.gov).
FEMA recipients and subrecipients may not use any FEMA funds under open or new awards
to:
• Procure or obtain any equipment, system, or service that uses covered
telecommunications equipment or services as a substantial or essential component of
any system, or as critical technology of any system;
• Enter into, extend, or renew a contract to procure or obtain any equipment, system, or
service that uses covered telecommunications equipment or services as a substantial
or essential component of any system, or as critical technology of any system; or
• Enter into, extend, or renew contracts with entities that use covered
telecommunications equipment or services as a substantial or essential component of
any system, or as critical technology as part of any system.
L REPLACEMENT EQUIPMENT AND SERVICES
FEMA grant funding may be permitted to procure replacement equipment and services
impacted by this prohibition, provided the costs are otherwise consistent with the
requirements of the notice.
II. DEFINITIONS
Per section 889(f)(2)-(3) of the FY 2019 NDAA and 2 C.F.R. § 200.216, covered
telecommunications equipment or services means:
i. Telecommunications equipment produced by Huawei Technologies Company or
ZTE Corporation, (or any subsidiary or affiliate of such entities);
ii. 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 Communications Corporation, Hangzhou Hikvision Digital Technology
Company, or Dahua Technology Company (or any subsidiary or affiliate of such
entities);
iii. Telecommunications or video surveillance services provided by such entities or
using such equipment; or
iv. Telecommunications or video surveillance equipment or services produced or
provided by an entity that the Secretary of Defense, in consultation with the
Director of National Intelligence or the Director of the Federal Bureau of
Investigation, reasonably believes to be an entity owned or controlled by, or
otherwise connected to, the People's Republic of China.
Examples of the types of products covered by this prohibition include phones, internet, video
surveillance, and cloud servers when produced, provided, or used by the entities listed in the
definition of "covered telecommunications equipment or services." See 2 C.F.R. § 200.471.
b. Pre Award Costs
FY 2023 USR NOFO Back to the Top
18
Per 2 C.F.R. § 200.458, pre -award costs are those incurred before the effective date of the
Federal award directly pursuant to the negotiation and in anticipation of the Federal award
where such costs are necessary for efficient and timely performance of the scope of work.
Such costs are allowable only to the extent that they would have been allowable if incurred
after the date of the Federal award and only with the written approval from FEMA.
To apply for the approval to of pre -award costs (i.e., costs incurred prior to the beginning of
the Period of Performance for this Cooperative Agreement) the recipient shall submit a
justification as to why the pre -award cost approval is necessary, along with a detailed
estimate of costs, in the application. The US&R Branch will review and forward the
application to the Grant Programs Directorate for approval. The recipient will then be
instructed to include their request and the approval with their application package
submission.
Once the cooperative agreement is awarded, the recipient may then draw down this funding
to cover the pre -award expenses at that time.
c. Management and Administration (M&A) Costs
Management and Administration costs are allowed under this program, as outlined in 44
C.F.R. § 208.23. Management and Administration costs are activities directly related to
implementing the award. M&A costs are not operational costs. They are the necessary costs
incurred in direct support of the grant or because of the grant and should be allocated across
the entire lifecycle of the grant. Funding levels for M&A costs, if proposed, will be
negotiated on a per applicant basis
d. Indirect Facilities & Administrative (F&A) Costs
Indirect costs are allowable under this program as described in 2 C.F.R. Part 200, including 2
C.F.R. § 200.414. Applicants with a current negotiated indirect cost rate agreement that
desire to charge indirect costs to an award must provide a copy of their negotiated indirect
cost rate agreement at the time of application. Not all applicants are required to have a
current negotiated indirect cost rate agreement. Applicants that are not required by 2 C.F.R.
Part 200 to have a negotiated indirect cost rate agreement but are required by 2 C.F.R. Part
200 to develop an indirect cost rate proposal must provide a copy of their proposal at the time
of application. Applicants who do not have a current negotiated indirect cost rate agreement
(including a provisional rate) and wish to charge the de minimis rate must reach out to the
FEMA US&R Grants Management Specialist or other relevant FEMA position for further
instructions. Applicants who wish to use a cost allocation plan in lieu of an indirect cost rate
must also reach out to the FEMA US&R Grants Management Specialist or other relevant
FEMA position for further instructions.
e. Other Direct Costs
• Planning: Planning costs related to training or exercises are allowed under this
program.
FY 2023 USR NOFO Back to the Top
19
• Training: Training related costs are allowed under this program.
• Exercises: Exercise related costs are allowed under this program.
• Equipment: Equipment costs are allowed under this program.
• Medical Monitoring: Medical Monitoring costs are allowed under this program
• Domestic: Domestic travel costs are allowed under this program.
• International: International travel is not an allowable cost under this program unless
approved in advance by FEMA.
• Except for minor renovations and modifications of existing warehouse facilities that
do not change the footprint of the structure, construction and renovation costs are
not allowed. Examples of permissible minor renovation and modification costs include
but are not limited to office/storage space build-out/reconfiguration, ceilings, loading
docks/doors, lighting, HVAC, and security fencing. US&R Branch approval is required
for reimbursement of renovation and modification costs. The purpose of allowing minor
renovation and modification costs is to ensure the equipment cache is maintained as
required under the National Urban Search and Rescue Response program. See 42 U.S.C.
§ 5165f(1)(2); 44 C.F.R. § 208.23(c)(4).
• You may only use cooperative agreement funds to pay for warehouse leases for a twelve-
month consecutive period within the overall period of performance and there is no
guarantee of cooperative agreement funding in future years. Task forces may write
contracts with an available fund's clause or option years for protection.
E. Application Review Information
1. Application Evaluation Criteria
a. Programmatic Criteria
Only FEMA-designated Urban Search and Rescue Task Force Sponsoring Agencies (28
total, see Appendix B) are eligible to apply for this NOFO.
Applicants must be a FEMA-designated Urban Search and Rescue Task Force Sponsoring
Agency. Submitting Sponsoring Agency applicants must submit one complete application
each, including a budget plan that is in accordance with the items outlined in the US&R Task
Force FY 2023 Readiness Cooperative Agreement Statement of Work. (Appendix A).
b. Financial Integrity Criteria
Prior to making a federal award, FEMA is required by 31 U.S.C. § 3354, as enacted by the
Payment Integrity Information Act of 2019, Pub. L. No. 116-117 (2020); 41 U.S.C. § 2313;
and 2 C.F.R. § 200.206 to review information available through any Office of Management
and Budget (OMB) -designated repositories of governmentwide eligibility qualification or
financial integrity information, including whether the applicant is suspended or debarred.
FEMA may also pose additional questions to the applicant to aid in conducting the pre -award
risk review. Therefore, application evaluation criteria may include the following risk -based
considerations of the applicant:
i. Financial stability.
ii. Quality of management systems and ability to meet management standards.
iii. History of performance in managing federal award.
iv. Reports and findings from audits; and
v. Ability to effectively implement statutory, regulatory, or other requirements.
FY 2023 USR NOFO Back to the Top
20
c. Supplemental Financial Integrity Criteria and Review
Before making a federal award where the anticipated total federal share will be greater than
the simplified acquisition threshold, currently $250,000:
i. FEMA is required to review and consider any information about the applicant,
including information on the applicant's immediate and highest -level owner,
subsidiaries, and predecessors, if applicable, that is in the designated integrity
and performance system accessible through the System for Award
Management (SAM), which is currently the Federal Awardee Performance
and Integrity Information System (FAPIIS).
ii. An applicant, at its option, may review information in FAPIIS and comment
on any information about itself that a federal awarding agency previously
entered.
iii. FEMA will consider any comments by the applicant, in addition to the other
information in FAPIIS, in making a judgment about the applicant's integrity,
business ethics, and record of performance under federal awards when
completing the review of risk posed by applicants as described in 2 C.F.R. §
200.206.
2. Review and Selection Process
FEMA staff, professionally and technically qualified in the System, will evaluate
applications and select applicants for funding. Applicants will be evaluated and selected for
funding based on the following:
a. The applicant is a FEMA-designated Urban Search and Rescue Task Force
Sponsoring Agency.
b. The applicant's proposed work plan is consistent with the US&R Task Force FY
2023 Readiness Cooperative Agreement Statement of Work. (Appendix A)
c. The applicant proposes costs that are allowable, reasonable, and allocable in
relation to proposed projects and tasks.
F. Federal Award Administration Information
1. Notice of Award
Before accepting the award, the AOR and recipient should carefully read the award package.
The award package includes instructions on administering the grant award and the terms and
conditions associated with responsibilities under federal awards. Recipients must accept all
conditions in this notice as well as any specific terms and conditions in the Notice of
Award to receive an award under this program.
FEMA will provide the federal award package to the applicant electronically via FEMA GO.
Award packages include an Award Letter, Summary Award Memo, Agreement Articles, and
Obligating Document. An email notification of the award package will be sent through
FEMA's grant application system to the Authorized Organization Representative (AOR) that
submitted the application.
FY 2023 USR NOFO Back to the Top
21
Recipients must accept their awards no later than 90 days from the award date. The recipient
shall notify FEMA of its intent to accept and proceed with work under the award through the
FEMA GO system.
Funds will remain on hold until the recipient accepts the award through the FEMA GO
system and all other conditions of the award have been satisfied or until the award is
otherwise rescinded. Failure to accept a grant award within the specified timeframe may
result in a loss of funds.
2. Administrative and National Policy Requirements
In addition to the requirements of in this section and in this notice, FEMA may place specific
terms and conditions on individual awards in accordance with 2 C.F.R. Part 200.
a. DHS Standard Terms and Conditions
All successful applicants for DHS grant and cooperative agreements are required to comply
with DHS Standard Terms and Conditions, which are available online at: DHS Standard
Terms and Conditions.
The applicable DHS Standard Terms and Conditions will be those in effect at the time the
award was made. What terms and conditions will apply for the award will be clearly stated in
the award package at the time of award.
b. Ensuring the Protection of Civil Rights
As the Nation works towards achieving the National Preparedness Goal, it is important to
continue to protect the civil rights of individuals. Recipients and subrecipients must carry out
their programs and activities, including those related to the building, sustainment, and
delivery of core capabilities, in a manner that respects and ensures the protection of civil
rights for protected populations.
Federal civil rights statutes, such as Section 504 of the Rehabilitation Act of 1973 and Title
VI of the Civil Rights Act of 1964, along with DHS and FEMA regulations, prohibit
discrimination on the basis of race, color, national origin, sex, religion, age, disability,
limited English proficiency, or economic status in connection with programs and activities
receiving federal financial assistance from FEMA.
The DHS Standard Terms and Conditions include a fuller list of the civil rights provisions
that apply to recipients. These terms and conditions can be found in the DHS Standard Terms
and Conditions. Additional information on civil rights provisions is available at
https://www.fema.gov/about/offices/equal-rights/civil-rights.
Monitoring and oversight requirements in connection with recipient compliance with federal
civil rights laws are also authorized pursuant to 44 C.F.R. Part 7.
In accordance with civil rights laws and regulations, recipients and subrecipients must ensure
the consistent and systematic fair, just, and impartial treatment of all individuals, including
individuals who belong to underserved communities that have been denied such treatment.
FY 2023 USR NOFO Back to the Top
22
c. Environmental Planning and Historic Preservation (EHP) Compliance
As a federal agency, FEMA is required to consider the effects of its actions on the
environment and historic properties to ensure that all activities and programs funded by
FEMA, including grant -funded projects, comply with federal EHP laws, Executive Orders,
regulations, and policies, as applicable.
All non -critical new construction or substantial improvement of structures in a Special Flood
Hazard Area must, at a minimum, apply the flood elevations of the Federal Flood Risk
Management Standard's Freeboard Value Approach unless doing so would cause the project
to be unable to meet applicable program cost-effectiveness requirements. All other types of
projects may choose to apply the flood elevations of the Federal Flood Risk Management
Standard's Freeboard Value Approach. See Executive Order (EO) 14030, Climate -Related
Financial Risk and FEMA Policy #-206-21-0003, Partial Implementation of the Federal
Flood Risk Management Standard for Hazard Mitigation Assistance Programs (Interim)
ffema.gov).
Recipients and subrecipients proposing projects that have the potential to impact the
environment, including, but not limited to, the construction of communication towers,
modification or renovation of existing buildings, structures, and facilities, or new
construction including replacement of facilities, must participate in the FEMA EHP
review process. The EHP review process involves the submission of a detailed project
description along with any supporting documentation requested by FEMA in order to
determine whether the proposed project has the potential to impact environmental resources
or historic properties.
In some cases, FEMA is also required to consult with other regulatory agencies and the
public in order to complete the review process. Federal law requires EHP review to be
completed before federal funds are released to carry out proposed projects. FEMA may not
be able to fund projects that are not incompliance with applicable EHP laws, Executive
Orders, regulations, and policies.
DHS and FEMA EHP policy is found in directives and instructions available on the
FEMA.gov EHP page, the FEMA website page that includes documents regarding EHP
responsibilities and program requirements, including implementation of the National
Environmental Policy Act and other EHP regulations and Executive Orders. Individual
FEMA programs have separate procedures to conduct and document EHP review. Guidance
for individual grant programs is available from applicable program offices.
d. National Incident Management System (NIMS) Implementation
In expending funds under this program, recipients that are state, local, tribal, or territorial
governments must ensure and maintain adoption and implementation of NIMS. The state,
local, tribal, or territorial government must show adoption of NIMS during any point of the
FY 2023 USR NOFO Back to the Top
23
period of performance. The list of objectives used for progress and achievement reporting is
at https://www.fema.gov/emergency-managers/nims/implementation-training.
Emergency management and incident response activities require carefully managed resources
(personnel, teams, facilities, equipment, and/or supplies) to meet incident needs. Using
standardized resource management concepts such as typing, credentialing, and inventorying,
promote a strong national mutual aid capability needed to support delivery of core
capabilities. Additional information on resource management, NIMS resource typing
definitions, job titles, and position qualifications is on FEMA's website at
https://www.fema.gov/emergency-managers/nims/components.
FEMA developed the National Incident Management System Guideline for the National
Qualification System to describe national credentialing standards and to provide written
guidance regarding the use of those standards. This guideline describes credentialing and
typing processes and identifies tools which Federal Emergency Response Officials and
emergency managers at all levels of government may use both routinely and to facilitate
multijurisdictional coordinated responses.
Although state, local, tribal, and private sector partners (including nongovernmental
organizations) are not required to credential their personnel in accordance with these
guidelines, FEMA strongly encourages them to do so to leverage the federal investment in
the Federal Information Processing Standards 201 infrastructure and to facilitate
interoperability for personnel deployed outside their home jurisdiction.
Additional information about NIMS in general is available at
https://www.fema.gov/emergency-managers/nims.
3. Reporting
Recipients are required to submit various financial and programmatic reports as a condition
of award acceptance. Future awards and funds drawdown may be withheld if these reports
are delinquent.
a. Financial Reporting Requirements
I. FEDERAL FINANCIAL REPORT (FFR)
Recipients must report obligations and expenditures through the FFR form (SF-425) to
FEMA.
Recipients may review the Federal Financial Reporting Form (FFR) (SF-425) at
https ://www. grants. gov/web/grants/forms/post-award-reporting-forms.html#sortby=1
Recipients must file the FFR electronically using FEMA GO.
II. FFR REPORTING PERIODS AND DUE DATES
An FFR must be submitted quarterly throughout the POP, including partial calendar quarters,
as well as in periods where no grant award activity occurs. The final FFR is due within 120
FY 2023 USR NOFO Back to the Top
24
days after the end of the POP. Future awards and fund drawdowns may be withheld if these
reports are delinquent, demonstrate lack of progress, or are insufficient in detail.
Except for the final FFR due at 120 days after the end of the POP for purposes of closeout,
the following reporting periods and due dates apply for the FFR:
Reporting Period Report Due Date
October 1 — December 31 January 30
January 1— March 31
April 30
April 1 — June 30
July 30
July 1 — September 30
October 30
b. Programmatic Performance Reporting Requirements
I. PERFORMANCE PROGRESS REPORT (PPR)
Awardees are responsible for providing updated performance reports using FEMA Form
089-0-11 (Available at US&R USR Coop Agreements - 089 Series Forms. on a Semi -
Annual basis through FEMA GO. FEMA Form 089-0-11 is due within 30 after the end of the
reporting period; recipients must complete FEMA Form 089-0-11 and submit it as an
attachment to the FEMA GO system.
II. ADDITIONAL PROGRAMMATIC REPORTING REQUIREMENTS
Awardees are responsible for providing an Annual Self -Evaluation. The submission form and
deadline are announced and distributed through a US&R Program Directive. The completed
package is due 45 days after announcement, usually in January or February.
c. Closeout Reporting Requirements
I. CLOSEOUT REPORTING
Within 120 calendar days after the end of the period of performance for the prime award or
after an amendment has been issued to close out an award before the original POP ends,
recipients must liquidate all financial obligations and must submit the following:
i. The final request for payment, if applicable.
ii. The final FFR (SF-425).
iii The final progress report detailing all accomplishments, including a narrative
summary of the impact of those accomplishments throughout the period of
performance; and
iv. Other documents required by this notice, terms and conditions of the award, or other
FEMA guidance.
In addition, pass -through entities are responsible for closing out their subawards as described
in 2 C.F.R. § 200.344; subrecipients are still required to submit closeout materials within 90
FY 2023 USR NOFO Back to the Top
25
calendar days of the period of performance end date. When a subrecipient completes all
closeout requirements, pass -through entities must promptly complete all closeout actions for
subawards in time for the recipient to submit all necessary documentation and information to
FEMA during the closeout of the prime award.
After the prime award closeout reports have been reviewed and approved by FEMA, a
closeout notice will be completed to close out the grant. The notice will indicate the period of
performance as closed, list any remaining funds that will be deobligated, and address the
requirement of maintaining the grant records for at least three years from the date of the final
FFR. The record retention period may be longer, such as due to an audit or litigation, for
equipment or real property used beyond the period of performance, or due to other
circumstances outlined in 2 C.F.R. § 200.334.
The recipient is responsible for refunding to FEMA any balances of unobligated cash that
FEMA paid that are not authorized to be retained per 2 C.F.R. § 200.344(d).
II. ADMINISTRATIVE CLOSEOUT
Administrative closeout is a mechanism for FEMA to unilaterally move forward with
closeout of an award using available award information in lieu of final reports from the
recipient per 2 C.F.R. § 200.344(h)-(i). It is a last resort available to FEMA, and if FEMA
needs to administratively close an award, this may negatively impact a recipient's ability to
obtain future funding. This mechanism can also require FEMA to make cash or cost
adjustments and ineligible cost determinations based on the information it has, which may
result in identifying a debt owed to FEMA by the recipient.
When a recipient is not responsive to FEMA's reasonable efforts to collect required reports
needed to complete the standard closeout process, FEMA is required under 2 C.F.R. §
200.344(h) to start the administrative closeout process within the regulatory timeframe.
FEMA will make at least three written attempts to collect required reports before initiating
administrative closeout. If the recipient does not submit all required reports in accordance
with 2 C.F.R. § 200.344, this notice, and the terms and conditions of the award, FEMA must
proceed to administratively close the award with the information available within one year of
the period of performance end date. Additionally, if the recipient does not submit all required
reports within one year of the period of performance end date, per 2 C.F.R. § 200.344(i),
FEMA must report in FAPIIS the recipient's material failure to comply with the terms and
conditions of the award.
If FEMA administratively closes an award where no final FFR has been submitted, FEMA
uses that administrative closeout date in lieu of the final FFR submission date as the start of
the record retention period under 2 C.F.R. § 200.334.
In addition, if an award is administratively closed, FEMA may decide to impose remedies for
noncompliance per 2 C.F.R. § 200.339, consider this information in reviewing future award
applications, or apply special conditions to existing or future awards.
d. Additional Reporting Requirements
FY 2023 USR NOFO Back to the Top
26
I. DISCLOSING INFORMATION PER 2 C.F.R. § 180.335
This reporting requirement pertains to disclosing information related to government -wide
suspension and debarment requirements. Before a recipient enters into a grant award with
FEMA, the recipient must notify FEMA if it knows if it or any of the recipient's principals
under the award fall under one or more of the four criteria listed at 2 C.F.R. § 180.335:
i. Are presently excluded or disqualified;
ii. Have been convicted within the preceding three years of any of the offenses listed in
2 C.F.R. § 180.800(a) or had a civil judgment rendered against it or any of the
recipient's principals for one of those offenses within that time period;
iii. Are presently indicted for or otherwise criminally or civilly charged by a
governmental entity (federal, state or local) with commission of any of the offenses
listed in 2 C.F.R. § 180.800(a); or
iv. Have had one or more public transactions (federal, state, or local) terminated within
the preceding three years for cause or default.
At any time after accepting the award, if the recipient learns that it or any of its principals
falls under one or more of the criteria listed at 2 C.F.R. § 180.335, the recipient must
provide immediate written notice to FEMA in accordance with 2 C.F.R. § 180.350.
II. REPORTING OF MATTERS RELATED TO RECIPIENT INTEGRITY AND PERFORMANCE
Per 2 C.F.R. Part 200, Appendix I § F.3, the additional post -award reporting requirements in
2 C.F.R. Part 200, Appendix XII may apply to applicants who, if upon becoming recipients,
have a total value of currently active grants, cooperative agreements, and procurement
contracts from all federal awarding agencies that exceeds $10 million for any period of time
during the period of performance of an award under this funding opportunity.
Recipients that meet these criteria must maintain current information reported in FAPIIS
about civil, criminal, or administrative proceedings described in paragraph 2 of Appendix XII
at the reporting frequency described in paragraph 4 of Appendix XII.
III. SINGLE AUDIT REPORT
For audits of fiscal years beginning on or after December 26, 2014, recipients that expend
$750,000 or more from all federal funding sources during their fiscal year are required to
submit an organization -wide financial and compliance audit report, also known as the single
audit report.
The audit must be performed in accordance with the requirements of U.S. Government
Accountability Office's (GAO) Government Auditing Standards, located at
https://www.gao.gov/yellowbook/overview, and the requirements of Subpart F of 2 C.F.R.
Part 200, located at http://www.ecfr.gov/cgi-bin/text-idx?node=sp2.1.200.f.
4. Monitoring and Oversight
Per 2 C.F.R. § 200.337, FEMA, through its authorized representatives, has the right, at all
reasonable times, to make site visits or conduct desk reviews to review project
accomplishments and management control systems to review award progress and to provide
any required technical assistance. During site visits or desk reviews, FEMA will review
recipients' files related to the award. As part of any monitoring and program evaluation
FY 2023 USR NOFO Back to the Top
27
activities, recipients must permit FEMA, upon reasonable notice, to review grant -related
records and to interview the organization's staff and contractors regarding the program.
Recipients must respond in a timely and accurate manner to FEMA requests for information
relating to the award.
Effective monitoring and oversight help FEMA ensure that recipients use grant funds for
their intended purpose(s); verify that projects undertaken are consistent with approved plans;
and ensure that recipients make adequate progress toward stated goals and objectives.
Additionally, monitoring serves as the primary mechanism to ensure that recipients comply
with applicable laws, rules, regulations, program guidance, and requirements. FEMA
regularly monitors all grant programs both financially and programmatically in accordance
with federal laws, regulations (including 2 C.F.R. Part 200), program guidance, and the terms
and conditions of the award. All monitoring efforts ultimately serve to evaluate progress
towards grant goals and proactively target and address issues that may threaten grant success
during the period of performance.
FEMA staff will periodically monitor recipients to ensure that administrative processes,
policies and procedures, budgets, and other related award criteria are meeting Federal
Government -wide and FEMA regulations. Aside from reviewing quarterly financial and
programmatic reports, FEMA may also conduct enhanced monitoring through either desk -
based reviews, onsite monitoring visits, or both Enhanced monitoring will involve the
review and analysis of the financial compliance and administrative processes, policies,
activities, and other attributes of each federal assistance award, and it will identify areas
where the recipient may need technical assistance, corrective actions, or other support.
Financial and programmatic monitoring are complementary processes within FEMA's
overarching monitoring strategy that function together to ensure effective grants
management, accountability, and transparency; validate progress against grant and program
goals; and safeguard federal funds against fraud, waste, and abuse. Financial monitoring
primarily focuses on statutory and regulatory compliance with administrative grant
requirements, while programmatic monitoring seeks to validate and assist in grant progress,
targeting issues that may be hindering achievement of project goals and ensuring compliance
with the purpose of the grant and grant program. Both monitoring processes are similar in
that they feature initial reviews of all open awards, and additional, in-depth monitoring of
grants requiring additional attention.
Recipients and subrecipients who are pass -through entities are responsible for monitoring
their subrecipients in a manner consistent with the terms of the federal award at 2 C.F.R. Part
200, including 2 C.F.R. § 200.332. This includes the pass -through entity's responsibility to
monitor the activities of the subrecipient as necessary to ensure that the subaward is used for
authorized purposes, in compliance with federal statutes, regulations, and the terms and
conditions of the subaward; and that subaward performance goals are achieved.
In terms of overall award management, recipient and subrecipient responsibilities include,
but are not limited to: accounting of receipts and expenditures, cash management,
maintaining adequate financial records, reporting and refunding expenditures disallowed by
FY 2023 USR NOFO Back to the Top
28
audits, monitoring if acting as a pass -through entity, or other assessments and reviews, and
ensuring overall compliance with the terms and conditions of the award or subaward, as
applicable, including the terms of 2 C.F.R. Part 200.
G. DHS Awarding Agency Contact Information
1. Contact and Resource Information
a. Program Office Contact
For specific programmatic questions relating to this NOFO, contact the US&R Admin /
Finance Section Chief at 202-212-3799
b. Centralized Scheduling and Information Desk (CSID)
CSID is a non -emergency comprehensive management and information resource developed
by FEMA for grants stakeholders. CSID provides general information on all FEMA grant
programs and maintains a comprehensive database containing key personnel contact
information at the federal, state, and local levels. When necessary, recipients will be directed
to a federal point of contact who can answer specific programmatic questions or concerns.
CSID can be reached by phone at (800) 368-6498 or by e-mail at askcsid@fema.dhs.gov,
Monday through Friday, 9:00 AM — 5:00 PM ET.
c. Grant Programs Directorate (GPD) Award Administration Division
GPD's Award Administration Division (AAD) provides support regarding financial matters
and budgetary technical assistance. Additional guidance and information can be obtained by
contacting the AAD's Help Desk via e-mail at ASK-GMD@fema.dhs.gov.
d. FEMA Regional Offices
FEMA Regional Office contact information is available at https://www.fema.gov/fema-
regional-contacts.
e. Equal Rights
The FEMA Office of Equal Rights (OER) is responsible for compliance with and
enforcement of federal civil rights obligations in connection with programs and services
conducted by FEMA and recipients of FEMA financial assistance. All inquiries and
communications about federal civil rights compliance for FEMA grants under this notice
should be sent to FEMA-CivilRightsOffice@fema.dhs.gov.
f. Environmental Planning and Historic Preservation
The FEMA Office of Environmental Planning and Historic Preservation (OEHP) provides
guidance and information about the EHP review process to FEMA programs and FEMA's
recipients and subrecipients. All inquiries and communications about EHP compliance for
FEMA grant projects under this NOFO or the EHP review process should be sent to FEMA-
OEHP-NOFOQuestions@fema.dhs.gov.
2. Systems Information
FY 2023 USR NOFO Back to the Top
29
a. Grants.gov
For technical assistance with Grants.gov, call the customer support hotline 24 hours per day,
7 days per week (except federal holidays) at (800) 518-4726 or e-mail at
support@,grants.gov.
b. FEMA GO
For technical assistance with the FEMA GO system, please contact the FEMA GO Helpdesk
at femago@fema.dhs.gov or (877) 611-4700, Monday through Friday, 9:00 AM — 6:00 PM
ET.
H. Additional Information
1. Termination Provisions
FEMA may terminate a federal award in whole or in part for one of the following reasons.
FEMA and the recipient must still comply with closeout requirements at 2 C.F.R. §§
200.344-200.345 even if an award is terminated in whole or in part. To the extent that
subawards are permitted under this notice, pass -through entities should refer to 2 C.F.R. §
200.340 for additional information on termination regarding subawards.
a. Noncompliance
If a recipient fails to comply with the terms and conditions of a federal award, FEMA may
terminate the award in whole or in part. If the noncompliance can be corrected, FEMA may
first attempt to direct the recipient to correct the noncompliance. This may take the form of a
Compliance Notification. If the noncompliance cannot be corrected or the recipient is non-
responsive, FEMA may proceed with a Remedy Notification, which could impose a remedy
for noncompliance per 2 C.F.R. § 200.339, including termination. Any action to terminate
based on noncompliance will follow the requirements of 2 C.F.R. §§ 200.341-200.342 as
well as the requirement of 2 C.F.R. § 200.340(c) to report in FAPIIS the recipient's material
failure to comply with the award terms and conditions. See also the section on Actions to
Address Noncompliance in this NOFO.
b. With the Consent of the Recipient
FEMA may also terminate an award in whole or in part with the consent of the recipient, in
which case the parties must agree upon the termination conditions, including the effective
date, and in the case of partial termination, the portion to be terminated.
c. Notification by the Recipient
The recipient may terminate the award, in whole or in part, by sending written notification to
FEMA setting forth the reasons for such termination, the effective date, and in the case of
partial termination, the portion to be terminated. In the case of partial termination, FEMA
may determine that a partially terminated award will not accomplish the purpose of the
federal award, so FEMA may terminate the award in its entirety. If that occurs, FEMA will
follow the requirements of 2 C.F.R. §§ 200.341-200.342 in deciding to fully terminate the
award.
FY 2023 USR NOFO Back to the Top
30
2. Program Evaluation
Recipients and subrecipients are encouraged to incorporate program evaluation activities
from the outset of their program design and implementation to meaningfully document and
measure their progress towards meeting an agency priority goal(s). Title I of the Foundations
for Evidence -Based Policymaking Act of 2018 (Evidence Act), Pub. L. No. 115-435 (2019)
urges federal awarding agencies and federal assistance recipients and subrecipients to use
program evaluation as a critical tool to learn, to improve equitable delivery, and to elevate
program service and delivery across the program lifecycle. Evaluation means "an assessment
using systematic data collection and analysis of one or more programs, policies, and
organizations intended to assess their effectiveness and efficiency." Evidence Act § 101
(codified at 5 U.S.C. § 311). Evaluation costs are allowable costs (either as direct or indirect),
unless prohibited by statute or regulation.
In addition, recipients are required to participate in a DHS-led evaluation if selected, which
may be carried out by a third -party on behalf of the Program Office or DHS. By accepting
grant funds, recipients agree to participate in the evaluation, which may include analysis of
individuals who benefit from the grant, and provide access to program operating personnel
and participants, as specified by the evaluator(s) during the award.
3. Period of Performance Extensions
Extensions to the period of performance (POP) for this program are allowed. Extensions to
the POP identified in the award will only be considered through formal, written requests
submitted into FEMA GO. All extensions must contain specific and compelling justifications
as to why an extension is required. Recipients are advised to coordinate with the FEMA
US&R Grant Specialist as needed when preparing an extension request.
All extension requests must address the following:
a. The grant program, fiscal year, and award number;
b. Reason for the delay —including details of the legal, policy, or operational challenges
that prevent the final outlay of awarded funds by the deadline;
c. Current status of the activity(ies);
d. Approved POP termination date and new project completion date;
e. Amount of funds drawn down to date;
f. Remaining available funds, both federal and, if applicable, non-federal;
g. Budget outlining how remaining federal and, if applicable, non-federal funds will be
expended;
h. Plan for completion, including milestones and timeframes for achieving each
milestone and the position or person responsible for implementing the plan for
completion; and
i. Certification that the activity(ies) will be completed within the extended POP without
any modification to the original statement of work, as described in the application or
other relevant document and as approved by FEMA.
Extension requests will be granted only due to compelling legal, policy, or operational
challenges. Extension requests will only be considered for the following reasons:
FY 2023 USR NOFO Back to the Top
31
• Contractual commitments by the recipient or subrecipient with vendors prevent
completion of the project, including delivery of equipment or services, within the
existing POP;
• The project must undergo a complex environmental review that cannot be completed
within the existing POP;
• Projects are long-term by design, and therefore acceleration would compromise core
programmatic goals; or
• Where other special or extenuating circumstances exist.
Recipients should submit all proposed extension requests to FEMA for review and approval
at least 10 days before the POP ends to allow sufficient processing time.
4. Disability Integration
Pursuant to Section 504 of the Rehabilitation Act of 1973, recipients of FEMA financial
assistance must ensure that their programs and activities do not discriminate against other
qualified individuals with disabilities.
Grant recipients should engage with the whole community to advance individual and
community preparedness and to work as a nation to build and sustain resilience. In doing so,
recipients are encouraged to consider the needs of individuals with disabilities into the
activities and projects funded by the grant.
FEMA expects that the integration of the needs of people with disabilities will occur at all
levels, including planning; alerting, notification, and public outreach; training; purchasing of
equipment and supplies; protective action implementation; and exercises/drills.
The following are examples that demonstrate the integration of the needs of people with
disabilities in carrying out FEMA awards:
• Include representatives of organizations that work with/for people with disabilities on
planning committees, work groups and other bodies engaged in development and
implementation of the grant programs and activities.
• Hold all activities related to the grant in locations that are accessible to persons with
physical disabilities to the extent practicable.
• Acquire language translation services, including American Sign Language, that
provide public information across the community and in shelters.
• Ensure shelter -specific grant funds are in alignment with FEMA's Guidance on
Planning for Integration of Functional Needs Support Services in General Population
Shelters.
• If making alterations to an existing building to a primary function area utilizing
federal funds, complying with the most recent codes and standards and making path
of travel to the primary function area accessible to the greatest extent possible.
• Implement specific procedures used by public transportation agencies that include
evacuation and passenger communication plans and measures for individuals with
disabilities.
FY 2023 USR NOFO Back to the Top
32
• Identify, create, and deliver training to address any training gaps specifically aimed
toward whole -community preparedness. Include and interact with individuals with
disabilities, aligning with the designated program capability.
• Establish best practices in inclusive planning and preparedness that consider physical
access, language access, and information access. Examples of effective
communication access include providing auxiliary aids and services such as sign
language interpreters, Computer Aided Real-time Translation (CART), and materials
in Braille or alternate formats.
FEMA grant recipients can fund projects towards the resiliency of the whole community,
including people with disabilities, such as training, outreach and safety campaigns, provided
that the project aligns with this funding notice and the terms and conditions of the award.
5. Conflicts of Interest in the Administration of Federal Awards or Subawards
For conflicts of interest under grant -funded procurements and contracts, refer to the section
on Procurement Integrity in this notice and 2 C.F.R. §§ 200.317 — 200.327.
To eliminate and reduce the impact of conflicts of interest in the subaward process, recipients
and pass -through entities must follow their own policies and procedures regarding the
elimination or reduction of conflicts of interest when making subawards. Recipients and
pass -through entities are also required to follow any applicable federal and state, local, tribal,
or territorial (SLTT) statutes or regulations governing conflicts of interest in the making of
subawards.
The recipient or pass -through entity must disclose to the respective Program Analyst or
Program Manager, in writing, any real or potential conflict of interest that may arise during
the administration of the federal award, as defined by the federal or SLTT statutes or
regulations or their own existing policies, within five days of learning of the conflict of
interest. Similarly, subrecipients, whether acting as subrecipients or as pass -through entities,
must disclose any real or potential conflict of interest to the recipient or next -level pass -
through entity as required by the recipient or pass -through entity's conflict of interest
policies, or any applicable federal or SLTT statutes or regulations.
Conflicts of interest may arise during the process of FEMA making a federal award in
situations where an employee, officer, or agent, any members of his or her immediate family,
his or her partner has a close personal relationship, a business relationship, or a professional
relationship, with an applicant, sub -applicant, recipient, subrecipient, or FEMA employees.
6. Procurement Integrity
Through audits conducted by the DHS Office of Inspector General (OIG) and FEMA grant
monitoring, findings have shown that some FEMA recipients have not fully adhered to the
proper procurement requirements at 2 C.F.R. §§ 200.317 — 200.327 when spending grant
funds. Anything less than full compliance with federal procurement requirements jeopardizes
the integrity of the grant as well as the grant program. To assist with determining whether an
action is a procurement or instead a subaward, please consult 2 C.F.R. § 200.331. For
detailed guidance on the federal procurement standards, recipients and subrecipients should
FY 2023 USR NOFO Back to the Top
33
refer to various materials issued by FEMA's Procurement Disaster Assistance Team (PDAT),
such as the PDAT Field Manual and Contract Provisions Guide. Additional resources,
including an upcoming trainings schedule can be found on the PDAT Website:
https://www.fema. gov/grants/procurement.
The below highlights the federal procurement requirements for FEMA recipients when
procuring goods and services with federal grant funds. FEMA will include a review of
recipients' procurement practices as part of the normal monitoring activities. All
procurement activity must be conducted in accordance with federal procurement
standards at 2 C.F.R. §§ 200.317 — 200.327. Select requirements under these standards are
listed below. The recipient and any of its subrecipients must comply with all requirements,
even if they are not listed below.
Under 2 C.F.R. § 200.317, when procuring property and services under a federal award,
states (including territories) must follow the same policies and procedures they use for
procurements from their non-federal funds; additionally, states must now follow 2 C.F.R. §
200.321 regarding socioeconomic steps, 200.322 regarding domestic preferences for
procurements, 200.323 regarding procurement of recovered materials, and 2 C.F.R. §
200.327 regarding required contract provisions.
All other non-federal entities, such as tribes (collectively, non -state entities), must have and
use their own documented procurement procedures that reflect applicable SLTT laws and
regulations, provided that the procurements conform to applicable federal law and the
standards identified in 2 C.F.R. Part 200. These standards include, but are not limited to,
providing for full and open competition consistent with the standards of 2 C.F.R. § 200.319
and the required procurement methods at § 200.320.
a. Important Changes to Procurement Standards in 2 C.F.R. Part 200
OMB recently updated various parts of Title 2 of the Code of Federal Regulations, among
them, the procurement standards. States are now required to follow the socioeconomic steps
in soliciting small and minority businesses, women's business enterprises, and labor surplus
area firms per 2 C.F.R. § 200.321. All non-federal entities should also, to the greatest extent
practicable under a federal award, provide a preference for the purchase, acquisition, or use
of goods, products, or materials produced in the United States per 2 C.F.R. § 200.322. More
information on OMB's revisions to the federal procurement standards can be found in
Purchasing Under a FEMA Award: OMB Revisions Fact Sheet.
The recognized procurement methods in 2 C.F.R. § 200.320 have been reorganized into
informal procurement methods, which include micro -purchases and small purchases; formal
procurement methods, which include sealed bidding and competitive proposals; and
noncompetitive procurements. The federal micro -purchase threshold is currently $10,000,
and non -state entities may use a lower threshold when using micro -purchase procedures
under a FEMA award. If a non -state entity wants to use a micro -purchase threshold higher
than the federal threshold, it must follow the requirements of 2 C.F.R. § 200.320(a)(1)(iii)-
(v). The federal simplified acquisition threshold is currently $250,000, and a non -state entity
may use a lower threshold but may not exceed the federal threshold when using small
FY 2023 USR NOFO Back to the Top
34
purchase procedures under a FEMA award. See 2 C.F.R. § 200.1 (citing the definition of
simplified acquisition threshold from 48 C.F.R. Part 2, Subpart 2.1).
See 2 C.F.R. §§ 200.216, 200.471, and Appendix II as well as section D.13.a of the funding
notice regarding prohibitions on covered telecommunications equipment or services.
b. Competition and Conflicts of Interest
Among the requirements of 2 C.F.R. § 200.319(b) applicable to all non-federal entities other
than states, in order to ensure objective contractor performance and eliminate unfair
competitive advantage, contractors that develop or draft specifications, requirements,
statements of work, or invitations for bids or requests for proposals must be excluded from
competing for such procurements. FEMA considers these actions to be an organizational
conflict of interest and interprets this restriction as applying to contractors that help a non-
federal entity develop its grant application, project plans, or project budget. This prohibition
also applies to the use of former employees to manage the grant or carry out a contract when
those former employees worked on such activities while they were employees of the non-
federal entity.
Under this prohibition, unless the non-federal entity solicits for and awards a contract
covering both development and execution of specifications (or similar elements as described
above), and this contract was procured in compliance with 2 C.F.R. §§ 200.317 — 200.327,
federal funds cannot be used to pay a contractor to carry out the work if that contractor also
worked on the development of those specifications. This rule applies to all contracts funded
with federal grant funds, including pre -award costs, such as grant writer fees, as well as post -
award costs, such as grant management fees.
Additionally, some of the situations considered to be restrictive of competition include, but
are not limited to:
• Placing unreasonable requirements on firms for them to qualify to do business;
• Requiring unnecessary experience and excessive bonding;
• Noncompetitive pricing practices between firms or between affiliated companies;
• Noncompetitive contracts to consultants that are on retainer contracts;
• Organizational conflicts of interest;
• Specifying only a "brand name" product instead of allowing "an equal" product to be
offered and describing the performance or other relevant requirements of the
procurement; and
• Any arbitrary action in the procurement process.
Per 2 C.F.R. § 200.319(c), non-federal entities other than states must conduct procurements
in a manner that prohibits the use of statutorily or administratively imposed SLTT
geographical preferences in the evaluation of bids or proposals, except in those cases where
applicable federal statutes expressly mandate or encourage geographic preference. Nothing in
this section preempts state licensing laws. When contracting for architectural and engineering
services, geographic location may be a selection criterion provided its application leaves an
appropriate number of qualified firms, given the nature and size of the project, to compete for
the contract.
FY 2023 USR NOFO Back to the Top
35
Under 2 C.F.R. § 200.318(c)(1), non-federal entities other than states are required to maintain
written standards of conduct covering conflicts of interest and governing the actions of their
employees engaged in the selection, award, and administration of contracts. No employee,
officer, or agent may participate in the selection, award, or administration of a contract
supported by a federal award if he or she has a real or apparent conflict of interest.
Such conflicts of interest would arise when the employee, officer or agent, any member of
his or her immediate family, his or her partner, or an organization that employs or is about to
employ any of the parties indicated herein, has a financial or other interest in or a tangible
personal benefit from a firm considered for a contract. The officers, employees, and agents of
the non-federal entity may neither solicit nor accept gratuities, favors, or anything of
monetary value from contractors or parties to subcontracts. However, non-federal entities
may set standards for situations in which the financial interest is not substantial, or the gift is
an unsolicited item of nominal value. The standards of conduct must provide for disciplinary
actions to be applied for violations of such standards by officers, employees, or agents of the
non-federal entity.
Under 2 C.F.R. 200.318(c)(2), if the recipient or subrecipient (other than states) has a parent,
affiliate, or subsidiary organization that is not a state, local, tribal, or territorial government,
the non-federal entity must also maintain written standards of conduct covering
organizational conflicts of interest. In this context, organizational conflict of interest means
that because of a relationship with a parent company, affiliate, or subsidiary organization, the
non-federal entity is unable or appears to be unable to be impartial in conducting a
procurement action involving a related organization. The non-federal entity must disclose in
writing any potential conflicts of interest to FEMA or the pass -through entity in accordance
with applicable FEMA policy.
c. Supply Schedules and Purchasing Programs
Generally, a non-federal entity may seek to procure goods or services from a federal supply
schedule, state supply schedule, or group purchasing agreement.
I. GENERAL SERVICES ADMINISTRATION SCHEDULES
States, tribes, and local governments, and any instrumentality thereof (such as local
education agencies or institutions of higher education) may procure goods and services from
a General Services Administration (GSA) schedule. GSA offers multiple efficient and
effective procurement programs for state, tribal, and local governments, and instrumentalities
thereof, to purchase products and services directly from pre -vetted contractors. The GSA
Schedules (also referred to as the Multiple Award Schedules and the Federal Supply
Schedules) are long-term government -wide contracts with commercial firms that provide
access to millions of commercial products and services at volume discount pricing.
Information about GSA programs for states, tribes, and local governments, and
instrumentalities thereof, can be found at https://www.gsa.gov/resources-for/programs-for-
state-and-local-governments and https://www.gsa.gov/buying-selling/purchasing-
programs/gsa-schedules/schedule-buy ers/state-and-1 ocal-governments.
FY 2023 USR NOFO Back to the Top
36
For tribes, local governments, and their instrumentalities that purchase off of a GSA
schedule, this will satisfy the federal requirements for full and open competition provided
that the recipient follows the GSA ordering procedures; however, tribes, local governments,
and their instrumentalities will still need to follow the other rules under 2 C.F.R. §§ 200.317
— 200.327, such as solicitation of minority businesses, women's business enterprises, small
businesses, or labor surplus area firms (§ 200.321), domestic preferences (§ 200.322),
contract cost and price (§ 200.324), and required contract provisions (§ 200.327 and
Appendix II).
II. OTHER SUPPLY SCHEDULES AND PROGRAMS
For non-federal entities other than states, such as tribes, local governments, and nonprofits,
that want to procure goods or services from a state supply schedule, cooperative purchasing
program, or other similar program, in order for such procurements to be permissible under
federal requirements, the following must be true:
• The procurement of the original contract or purchasing schedule and its use by the
non-federal entity complies with state and local law, regulations, and written
procurement procedures;
• The state or other entity that originally procured the original contract or purchasing
schedule entered into the contract or schedule with the express purpose of making it
available to the non-federal entity and other similar types of entities;
• The contract or purchasing schedule specifically allows for such use, and the work to
be performed for the non-federal entity falls within the scope of work under the
contract as to type, amount, and geography;
• The procurement of the original contract or purchasing schedule complied with all the
procurement standards applicable to a non-federal entity other than states under at 2
C.F.R. §§ 200.317 — 200.327.
• With respect to the use of a purchasing schedule, the non-federal entity must follow
ordering procedures that adhere to applicable state, tribal, and local laws and
regulations and the minimum requirements of full and open competition under 2
C.F.R. Part 200.
If a non-federal entity other than a state seeks to use a state supply schedule, cooperative
purchasing program, or other similar type of arrangement, FEMA recommends the recipient
discuss the procurement plans with its FEMA US&R Grant Specialist.
d. Procurement Documentation
Per 2 C.F.R. § 200.318(i), non-federal entities other than states and territories are required to
maintain and retain records sufficient to detail the history of procurement covering at least
the rationale for the procurement method, selection of contract type, contractor selection or
rejection, and the basis for the contract price. States and territories are encouraged to
maintain and retain this information as well and are reminded that in order for any cost to be
allowable, it must be adequately documented per 2 C.F.R. § 200.403(g).
Examples of the types of documents that would cover this information include but are not
limited to:
FY 2023 USR NOFO Back to the Top
37
• Solicitation documentation, such as requests for quotes, invitations for bids, or
requests for proposals;
• Responses to solicitations, such as quotes, bids, or proposals;
• Pre -solicitation independent cost estimates and post -solicitation cost/price analyses on
file for review by federal personnel, if applicable;
• Contract documents and amendments, including required contract provisions; and
• Other documents required by federal regulations applicable at the time a grant is
awarded to a recipient.
Additional information on required procurement records can be found on pages 24-26 of
the PDAT Field Manual.
7. Financial Assistance Programs for Infrastructure
a. Build America, Buy America Act
Recipients and subrecipients must comply with the Build America, Buy America Act
(BABAA), which was enacted as part of the Infrastructure Investment and Jobs Act §§
70901-70927, Pub. L. No. 117-58 (2021); and Executive Order 14005, Ensuring the Future is
Made in All of America by All of America's Workers. See also Office of Management and
Budget (OMB), Memorandum M-22-11, Initial Implementation Guidance on Application of
Buy America Preference in Federal Financial Assistance Programs for Infrastructure.
None of the funds provided under this program may be used for a project for infrastructure
unless the iron and steel, manufactured products, and construction materials used in that
infrastructure are produced in the United States.
The Buy America preference only applies to articles, materials, and supplies that are
consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not
apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the
construction site and removed at or before the completion of the infrastructure project. Nor
does a Buy America preference apply to equipment and furnishings, such as movable chairs,
desks, and portable computer equipment, that are used at or within the finished infrastructure
project but are not an integral part of the structure or permanently affixed to the infrastructure
project.
To see whether a particular FEMA federal financial assistance program is considered an
infrastructure program and thus required to include a Buy America preference, please see
Programs and Definitions: Build America, Buy America Act I FEMA.gov.
b. Waivers
When necessary, recipients (and subrecipients through their pass -through entity) may apply
for, and FEMA may grant, a waiver from these requirements.
A waiver of the domestic content procurement preference may be granted by the agency
awarding official if FEMA determines that:
FY 2023 USR NOFO Back to the Top
38
• Applying the domestic content procurement preference would be inconsistent with
the public interest.
• The types of iron, steel, manufactured products, or construction materials are not
produced in the United States in sufficient and reasonably available quantities or of a
satisfactory quality.
• The inclusion of iron, steel, manufactured products, or construction materials
produced in the United States will increase the cost of the overall project by more
than 25%.
For FEMA awards, the process for requesting a waiver from the Buy America preference
requirements can be found on FEMA's website at: "Buy America" Preference in FEMA
Financial Assistance Programs for Infrastructure 1 FEMA.gov.
c. Definitions
Construction materials: an article, material, or supply —other than an item primarily of iron
or steel; a manufactured product; cement and cementitious materials; aggregates such as
stone, sand, or gravel; or aggregate binding agents or additives —that is or consists primarily
of non-ferrous metals, plastic and polymer -based products (including polyvinylchloride,
composite building materials, and polymers used in fiber optic cables), glass (including optic
glass), lumber, paint, and drywall.
Domestic content procurement preference: Means all iron and steel used in the project are
produced in the United States; the manufactured products used in the project are produced in
the United States; or the construction materials used in the project are produced in the United
States.
Federal financial assistance: Generally defined in 2 C.F.R. § 200.1 and includes all
expenditures by a federal agency to a non-federal entity for an infrastructure project, except
that it does not include expenditures for assistance authorities relating to major disasters or
emergencies under sections 402, 403, 404, 406, 408, or 502 of the Robert T. Stafford
Disaster Relief and Emergency Assistance Act relating to a major disaster or emergency
declared under section 401 or 501, respectively, or pre and post disaster or emergency
response expenditures.
Infrastructure: infrastructure projects which serve a public function, including at a minimum,
the structures, facilities, and equipment for, in the United States, roads, highways, and
bridges; public transportation; dams, ports, harbors, and other maritime facilities; intercity
passenger and freight railroads; freight and intermodal facilities; airports; water systems,
including drinking water and wastewater systems; electrical transmission facilities and
systems; utilities; broadband infrastructure; and buildings and real property; and structures,
facilities, and equipment that generate, transport, and distribute energy.
Produced in the United States means the following for:
• Iron and steel: All manufacturing processes, from the initial melting stage through the
application of coatings, occurred in the United States.
FY 2023 USR NOFO Back to the Top
39
• Manufactured products: The product was manufactured in the United States, and the
cost of the components of the manufactured product that are mined, produced, or
manufactured in the United States is greater than 55 percent of the total cost of all
components of the manufactured product, unless another standard for determining the
minimum amount of domestic content of the manufactured product has been
established under applicable law or regulation.
• Construction Materials: All manufacturing processes for the construction material
occurred in the United States.
Project: is any activity related to the construction, alteration, maintenance, or repair of
infrastructure in the United States.
8. Record Retention
a. Record Retention Period
Financial records, supporting documents, statistical records, and all other non -Federal entity
records pertinent to a Federal award generally must be maintained for at least three years
from the date the final FFR is submitted. See 2 C.F.R. § 200.334. Further, if the recipient
does not submit a final FFR and the award is administratively closed, FEMA uses the date of
administrative closeout as the start of the general record retention period.
The record retention period may be longer than three years or have a different start date
in certain cases. These include:
• Records for real property and equipment acquired with Federal funds must be
retained for three years after final disposition of the property. See 2 C.F.R. §
200.334(c).
• If any litigation, claim, or audit is started before the expiration of the three-year
period, the records must be retained until all litigation, claims, or audit findings
involving the records have been resolved and final action taken. See 2 C.F.R. §
200.334(a).
• The record retention period will be extended if the non-federal entity is notified
in writing of the extension by FEMA, the cognizant or oversight agency for audit, or
the cognizant agency for indirect costs, or pass -through entity. See 2 C.F.R. §
200.334(b).
• Where FEMA requires recipients to report program income after the period of
performance ends, the program income record retention period begins at the end
of the recipient's fiscal year in which program income is earned. See 2 C.F.R. §
200.334(e).
• For indirect cost rate computations and proposals, cost allocation plans, or any similar
accounting computations of the rate at which a particular group of costs is chargeable
(such as computer usage chargeback rates or composite fringe benefit rates), the start
of the record retention period depends on whether the indirect cost rate documents
were submitted for negotiation. If the indirect cost rate documents were submitted
for negotiation, the record retention period begins from the date those
documents were submitted for negotiation. If indirect cost rate documents were not
submitted for negotiation, the record retention period begins at the end of the
FY 2023 USR NOFO Back to the Top
40
recipient's fiscal year or other accounting period covered by that indirect cost
rate. See 2 C.F.R. § 200.334(f).
b. Types of Records to Retain
FEMA requires that non-federal entities maintain the following documentation for federally
funded purchases:
• Specifications;
• Solicitations;
• Competitive quotes or proposals;
• Basis for selection decisions;
• Purchase orders;
• Contracts;
• Invoices; and
• Canceled checks
Non-federal entities should keep detailed records of all transactions involving the grant.
FEMA may at any time request copies of any relevant documentation and records, including
purchasing documentation along with copies of cancelled checks for verification. See, e.g., 2
C.F.R. §§ 200.318(i), 200.334, 200.337.
In order for any cost to be allowable, it must be adequately documented per 2 C.F.R. §
200.403(g). Non-federal entities who fail to fully document all purchases may find their
expenditures questioned and subsequently disallowed.
9. National Incident Management System (NIMS) Implementation
Incident management activities require carefully managed resources (personnel, teams,
facilities, equipment, and supplies). NIMS defines a national, interoperable approach for
sharing resources, coordinating, and managing incidents, and communicating information.
Incident management refers to how incidents are managed across all homeland security
activities, including prevention, protection, mitigation, response, and recovery.
Utilization of the standardized resource management concepts such as typing, credentialing,
and inventorying promote a strong national mutual aid capability needed to support delivery
of core capabilities. Recipients should manage resources purchased or supported with FEMA
grant funding according to NIMS resource management guidance.
Additional information on resource management and NIMS resource typing definitions and
job titles/position qualifications is on FEMA's website at https://www.fema.gov/emergency-
managers/nims/components. Additional information about NIMS in general is available at
https://wwwlema.gov/emergency-managers/nims.
10. Actions to Address Noncompliance
Non-federal entities receiving financial assistance funding from FEMA are required to
comply with requirements in the terms and conditions of their awards or subawards,
including the terms set forth in applicable federal statutes, regulations, funding notices and
policies. Throughout the award lifecycle or even after an award has been closed, FEMA or
FY 2023 USR NOFO Back to the Top
41
the pass -through entity may discover potential or actual noncompliance on the part of a
recipient or subrecipient. This potential or actual noncompliance may be discovered through
routine monitoring, audits, closeout, or reporting from various sources.
In the case of any potential or actual noncompliance, FEMA may place special conditions on
an award per 2 C.F.R. §§ 200.208 and 200.339, FEMA may place a hold on funds until the
matter is corrected, or additional information is provided per 2 C.F.R. § 200.339, or it may do
both. Similar remedies for noncompliance with certain federal civil rights laws are authorized
pursuant to 44 C.F.R. Parts 7 and 19.
In the event the noncompliance is not able to be corrected by imposing additional conditions
or the recipient or subrecipient refuses to correct the matter, FEMA might take other
remedies allowed under 2 C.F.R. § 200.339. These remedies include actions to disallow
costs, recover funds, wholly or partly suspend or terminate the award, initiate suspension and
debarment proceedings, withhold further federal awards, or take other remedies that may be
legally available. For further information on termination due to noncompliance, see the
section on Termination Provisions in the funding notice.
FEMA may discover and take action on noncompliance even after an award has been closed.
The closeout of an award does not affect FEMA's right to disallow costs and recover funds
as long the action to disallow costs takes place during the record retention period. See 2
C.F.R. §§ 200.334, 200.345(a). Closeout also does not affect the obligation of the non-federal
entity to return any funds due as a result of later refunds, corrections, or other transactions. 2
C.F.R. § 200.345(a)(2).
The types of funds FEMA might attempt to recover include, but are not limited to, improper
payments, cost share reimbursements, program income, interest earned on advance payments,
or equipment disposition amounts.
FEMA may seek to recover disallowed costs through a Notice of Potential Debt Letter, a
Remedy Notification, or other letter. The document will describe the potential amount owed,
the reason why FEMA is recovering the funds, the recipient's appeal rights, how the amount
can be paid, and the consequences for not appealing or paying the amount by the deadline.
If the recipient neither appeals nor pays the amount by the deadline, the amount owed will
become final. Potential consequences if the debt is not paid in full or otherwise resolved by
the deadline include the assessment of interest, administrative fees, and penalty charges;
administratively offsetting the debt against other payable federal funds; and transferring the
debt to the U.S. Department of the Treasury for collection.
FEMA notes the following common areas of noncompliance for FEMA's grant programs:
• Insufficient documentation and lack of record retention;
• Failure to follow the procurement under grants requirements;
• Failure to submit closeout documents in a timely manner;
• Failure to follow EHP requirements; and
• Failure to comply with the POP deadline.
FY 2023 USR NOFO Back to the Top
42
11. Audits
FEMA grant recipients are subject to audit oversight from multiple entities including the
DHS OIG, the GAO, the pass -through entity, or independent auditing firms for single audits,
and may cover activities and costs incurred under the award. Auditing agencies such as the
DHS OIG, the GAO, and the pass -through entity (if applicable), and FEMA in its oversight
capacity, must have access to records pertaining to the FEMA award. Recipients and
subrecipients must retain award documents for at least three years from the date the final
FFR is submitted, and even longer in many cases subject to the requirements of 2 C.F.R. §
200.334. In the case of administrative closeout, documents must be retained for at least three
years from the date of closeout, or longer subject to the requirements of 2 C.F.R. § 200.334.
If documents are retained longer than the required retention period, the DHS OIG, the GAO,
and the pass -through entity, as well as FEMA in its oversight capacity, have the right to
access these records as well. See 2 C.F.R. §§ 200.334, 200.337.
Additionally, non-federal entities must comply with the single audit requirements at 2 C.F.R.
Part 200, Subpart F. Specifically, non-federal entities, other than for -profit subrecipients, that
expend $750,000 or more in federal awards during their fiscal year must have a single or
program -specific audit conducted for that year in accordance with Subpart F. 2 C.F.R. §
200.501. A single audit covers all federal funds expended during a fiscal year, not just FEMA
funds. The cost of audit services may be allowable per 2 C.F.R. § 200.425, but non-federal
entities must select auditors in accordance with 2 C.F.R. § 200.509, including following the
proper procurement procedures. For additional information on single audit reporting
requirements, see section F of this NOFO under the header "Single Audit Report" within the
subsection "Additional Reporting Requirements" or other applicable document.
The objectives of single audits are to:
• Determine whether financial statements conform to generally accepted accounting
principles (GAAP);
• Determine whether the schedule of expenditures of federal awards is presented fairly;
• Understand, assess, and test the adequacy of internal controls for compliance with
major programs; and
• Determine whether the entity complied with applicable laws, regulations, and
contracts or grants.
For single audits, the auditee is required to prepare financial statements reflecting its
financial position, a schedule of federal award expenditures, and a summary of the status of
prior audit findings and questioned costs. The auditee also is required to follow up and take
appropriate corrective actions on new and previously issued but not yet addressed audit
findings. The auditee must prepare a corrective action plan to address the new audit findings.
2 C.F.R. §§ 200.508, 200.510, 200.511.
Non-federal entities must have an audit conducted, either single or program -specific, of their
financial statements and federal expenditures annually or biennially pursuant to 2 C.F.R. §
200.504. Non-federal entities must also follow the information submission requirements of 2
C.F.R. § 200.512, including submitting the audit information to the Federal Audit
FY 2023 USR NOFO Back to the Top
43
Clearinghouse within the earlier of 30 calendar days after receipt of the auditor's report(s) or
nine months after the end of the audit period. The audit information to be submitted include
the data collection form described at 2 C.F.R. § 200.512(c) and Appendix X to 2 C.F.R. Part
200 as well as the reporting package described at 2 C.F.R. § 200.512(b).
The non-federal entity must retain one copy of the data collection form and one copy of the
reporting package for three years from the date of submission to the Federal Audit
Clearinghouse. 2 C.F.R. § 200.512; see also 2 C.F.R. § 200.517 (setting requirements for
retention of documents by the auditor and access to audit records in the auditor's possession).
FEMA, the DHS OIG, the GAO, and the pass -through entity (if applicable), as part of
monitoring or as part of an audit, may review a non-federal entity's compliance with the
single audit requirements. In cases of continued inability or unwillingness to have an audit
conducted in compliance with 2 C.F.R. Part 200, Subpart F, FEMA and the pass -through
entity, if applicable, are required to take appropriate remedial action under 2 C.F.R. §
200.339 for noncompliance, pursuant to 2 C.F.R. § 200.505.
12. Payment Information
FEMA uses the Direct Deposit/Electronic Funds Transfer (DD/EFT) method of payment to
recipients.
Payment requests are submitted through FEMA GO.
13. Whole Community Preparedness
Preparedness is a shared responsibility that calls for the involvement of everyone —not just
the government —in preparedness efforts. By working together, everyone can help keep the
nation safe from harm and help keep it resilient when struck by hazards, such as natural
disasters, acts of terrorism, and pandemics.
Whole Community includes:
• Individuals and families, including those with access and functional needs;
• Businesses;
• Faith -based and community organizations;
• Nonprofit groups;
• Schools and academia;
• Media outlets; and
• All levels of government, including state, local, tribal, territorial, and federal partners
The phrase "Whole Community" often appears in preparedness materials, as it is one of the
guiding principles. It means two things:
1. Involving people in the development of national preparedness documents.
2. Ensuring their roles and responsibilities are reflected in the content of the materials.
14. Appendices
A. National Urban Search and Rescue Response System (US&R) Task Force FY 2021
Cooperative Agreement Statement of Work
FY 2023 USR NOFO Back to the Top
44
B. Budget Narrative
C. Cooperative Agreement Funding — Recommended Allocations (Spend Plan)
D. Task Force Allocations and Budget Totals
E. Administration Budget
F. Special Equipment Cache Allocations (HEPP, IST, Medical)
G. Annual Advisory Organization Stipends
H. Summary of Deliverables and Points of Contact
FY 2023 USR NOFO Back to the Top
Appendix A
US&R Task Force FY 2023 Readiness Cooperative Agreement
Statement of Work
A. Purpose
The U. S. Department of Homeland Security (DHS) and the Federal Emergency Management
Agency (FEMA) are accountable to provide support and funding for the maintenance and
readiness of the National Urban Search and Rescue (US&R) Response System (the System).
The purpose of this Readiness Cooperative Agreement is to support the continued
development and maintenance of a national urban search and rescue capability.
Specifically, this agreement provides a mechanism for distribution of Cooperative
Agreement funding for certain purposes in preparation of a Federal US&R capability for
disaster response. This Cooperative Agreement allows each Sponsoring Agency of a System
US&R task force the opportunity to maintain a high standard and condition of operational
readiness and includes guidance on key areas for task force management to focus on
continued preparedness efforts.
This Cooperative Agreement provides direction to the System task force's Sponsoring
Agency for the use of funding to provide administrative and program management, training,
support, equipment cache procurement, maintenance, and storage.
B. Background
FEMA, in cooperation with other federal, state and local agencies created the System to
provide a national US&R capability that provides lifesaving resources to survivors of
structural collapse. When the System was developed in 1990, there was limited capability in
only a few states to perform this mission and no resources were available for a coordinated
national response.
In 1992, the Federal Response Plan (FRP) was published by FEMA and coordinated
activities with 26 federal agencies. The federal government's response to disasters was
classified into 12 Emergency Support Functions (ESFs). ESF #9 (Search and Rescue) was
established with FEMA as the Primary Agency. FEMA maintains a national consensus on
standard operating procedures, organizational structure, equipment, training, and exercise
requirements. Currently, 28 state and local Sponsoring Agencies in 19 states participate in
the System by making their task forces available for national disaster response.
FEMA had no organic heavy rescue capability of its own and realized the best sources for
US&R knowledge and skills reside at the state and local level. The System was developed
and continues as a federal —state —local partnership, based on a Memorandum of Agreement
(MOA) and individual Response and Readiness Cooperative Agreements. While the MOA
provides the basic operational "Agreement" between FEMA, the state and Sponsoring
Agency, the individual Readiness Cooperative Agreement provides the mechanism for
distributing federal funds to the Sponsoring Agencies of the System's 28 US&R task forces
for continued readiness efforts.
In December 2004, the National Response Plan (NRP) was published by DHS which
integrated the Federal Response Plan. The NRP was then updated in January 2008 and is
now referred to as the National Response Framework (NRF). At that time, ESF#9 was
expanded to encompass urban, water -borne, and land -based search and rescue environments.
C. FEMA Objectives
FEMA, through the Urban Search & Rescue (US&R) Branch or Grant Programs Directorate,
shall:
1. Provide oversight and funding to System Sponsoring Agencies to manage and administer
US&R task force affairs and activities in accordance with accepted standard business
practices.
2. Provide oversight and funding to train and exercise System personnel to safely perform
assigned US&R duties in accordance with established FEMA/System approved standards
and guidance.
3. Provide oversight and funding to acquire and maintain the equipment in accordance with
the US&R Equipment Cache List as approved by the US&R Branch.
4. Provide oversight and funding for the lease of space to provide offices, training facilities
and/or storage of vehicles and equipment, as needed.
5. Provide resources (e.g., staff, equipment, funding) to support readiness and standby
activities, subject to availability of funds (e.g., catastrophic planning, technical assistance,
mobilization exercises).
6. Provide a forum for discussion of strategic issues by facilitating the hosting of
Sponsoring Agency Chief/Head meetings with the FEMA Administrator, or designee' as
well as regularly scheduled meetings with the System's Strategic Group.
D. Approvals
Advance approval must be obtained in writing from both the US&R Branch and the FEMA
Grants Assistance Officer for the following (in accordance with 2 C.F.R. Part 200):
1. Approval for activities or expenditures not identified in the task force narrative and
budget, but that are allowable within the scope of work for this Cooperative Agreement
(i.e., budget changes)
2. Requests for extension of the Period of Performance (POP) for this Cooperative
Agreement. (The POP for this Cooperative Agreement is 36 months to allow sufficient
time to complete and execute the budget). Extensions to the POP for this program are
allowed. Extensions to the POP identified in the award will only be considered through
formal, written requests to both the US&R Branch and the FEMA Grants Assistance
Officer and must contain specific and compelling justifications as to why an extension is
required. See also section H.2 of the NOFO for more information on the POP extension
process.
3. Requests for spending Cooperative Agreement funds prior to the beginning of this period
of performance ("pre -award costs"). See also section D.14(b) of the NOFO for further
information on pre -award costs.
For more detailed information pertaining to submission of amendments to this Cooperative
Agreement, refer to US&R Program Directive 2016-010 — US&R Readiness Amendment
Guidance, dated September 6, 2016, and any updates. (Available by contacting the US&R
Branch)
Unauthorized expenditures may be denied and required to be reimbursed to FEMA. Use of
Cooperative Agreement funds provided through this agreement for any activity that occurs
outside the United States and its territories is prohibited, unless authorized by the US&R
Branch, FEMA Grant Programs Directorate and FEMA International Affairs prior to
incurring costs for the activity. See also section D.14 of the NOFO for further information on
funding restrictions and allowable costs.
E. Applicable Laws and Policies/Order of Precedence
This award is subject to the laws and regulations of the United States. This Cooperative
Agreement incorporates the terms and requirements of any applicable Agency policies and
all US&R Program Directives issued by the US&R Branch, including those issued during the
term of this Cooperative Agreement.
Any inconsistency or conflict in terms and conditions specified in the award will be resolved
according to the following order of precedence: public laws, regulations, applicable notices
published in the Federal Register, Executive Orders, OMB Circulars, agency award
conditions, the terms and conditions of the Sponsoring Agency's Memorandum of
Agreement with FEMA, applicable DHS and FEMA policies, US&R Program Directives,
and US&R General Memoranda. (Available by contacting the US&R Branch)
Some of the terms and conditions contained herein may contain, by reference or substance, a
summary of the applicable statutes, regulations, Executive Orders, or OMB Circulars. To the
extent that a term or condition contained in this NOFO is a summary of an authority, such
provision is not in derogation of, or an amendment to, any such statute, regulation, Executive
Order, or OMB Circular.
Prohibitions on Expending FEMA Award Funds for Covered Telecommunications
Equipment or Services
Effective August 13, 2020, and mandated by section 889 of the John S. McCain National
Defense Authorization Act for Fiscal Year 2019 (FY 2019 NDAA), Pub. L. No. 115-232
(2018), FEMA recipients and subrecipients may not use grant funds to:
i. Procure or obtain any equipment, system, or service that uses covered
telecommunications equipment or services as a substantial or essential component of
any system, or as critical technology of any system;
ii. Enter into, extend, or renew a contract to procure or obtain any equipment, system, or
service that uses covered telecommunications equipment or services as a substantial
or essential component of any system, or as critical technology of any system; or
iii. Enter into contracts or extend or renew contracts with entities that use covered
telecommunications equipment or services as a substantial or essential component of
any system, or as critical technology as part of any system.
F. Cooperative Agreement Funding
The FY 2023 Cooperative Agreement base total (or minimum amount) for each task force is
$1,259,313.00. The US&R Branch recommended allocations are outlined in Appendix B of
this NOFO. Additional funds allocated to specific task forces are provided by the US&R
Branch in Appendices C, D, and E.
Each task force can apply for up to the amount allocated to their agency as shown in
Appendix C. All Sponsoring Agencies must submit supporting documentation with each
application. The Period of Performance for the FY 2023 US&R Readiness Cooperative
Agreement funding is 36 months. Each task force should submit a budget narrative detailing
daily operation costs such as salary expenses and lease costs within that period of
performance covering only 12 months. Certain costs may be expended during any point in
the period of performance while other costs must be budgeted for a set period within the
period of performance.
For costs to conduct trainings and for procurement of equipment and supplies task forces
shall only charge costs for work done in the period of performance. Where part (or all) of the
work under a grant is equipment to be put into service, then that work needs to be fully
completed (including receiving the equipment) within the period of performance. These costs
may be incurred at any point throughout the period of performance.
Task forces are reminded that you may only use cooperative agreement funds to pay for
warehouse leases for a twelve-month consecutive period within the overall period of
performance and that there is no guarantee of cooperative agreement funding in future years.
Task forces may write contracts with an available funds clause or option years for protection.
G. FEMA/US&R Branch Responsibility
1. Review, approve, and adopt System -related products, including technical manuals,
operational procedures, training curriculum and supporting manuals, meeting agendas
and other requirements for the System.
2. Coordinate and support meetings relating to System activities, to develop and implement
policies, procedures, and System documents.
3. Establish and disseminate policy and Program Directives for the System based on
established regulations and with substantial involvement and input from the partner
sponsoring agencies and their members.
4. In cooperation with the System's Strategic Group, determine annual funding levels for
readiness activities.
5. Purchase equipment and deliver to System task forces, based on need and available
funding.
6. Review and/or approve expenditure reports, performance reports, personnel records,
training records, task force self -evaluation documents, equipment cache and excess
property inventories and other deliverables required by the US&R Branch.
7. Review and approve/disapprove in writing, in conjunction with the Grants Assistance
Officer, any cost deviations or budget revisions from those prescribed in this agreement
or from other FEMA established policies.
8. Implement the policy, criteria, and procedure for task force evaluations. Distribute an
annual Task Force Self -Evaluation survey with 45-day submission suspense, for
completion by the task forces. Conduct a cooperative peer -based Readiness Assessment
Program (RAP), to include Administrative Readiness Evaluations (ARE) and Operational
Readiness Exercise Evaluations (OREE).
9. Track, disseminate, and consistently update the status of recommendations generated
from the Advisory Organization to all System components.
10. Based on various planning factors, the US&R Branch may alert or activate System
resources for activities associated with scheduled National Special Security Events
(NSSE). Task forces activated under this section will be notified in advance, through
written activation orders that will provide authorization for travel and to carryout
activities required of the operations. Prior to any activities under this section, the US&R
Branch will request cost estimates from identified task forces. This item would be
funded separately from annual Readiness Cooperative Agreement funding but could be
either an amendment to this Cooperative Agreement or the Response Cooperative
Agreement.
11. Provide at least one full-time US&R Branch staff member to serve as project officer for
each of the recognized Functional Groups within the Advisory Organization to assist the
Group leader in the administration of the Group.
H. Sponsoring Agency Responsibility and Requirements
Under this Readiness Cooperative Agreement, the Sponsoring Agency shall use funding to
prepare the task force under the following categories: Administration/Management,
Training, Equipment, and Storage/Maintenance.
1. Administration and Management
a. Provide sufficient staff for management and administration of task force day-to-day
activities. This staff shall be responsible for program management, grants
management, financial management, administrative support, training coordination
and instruction, logistics management and property accountability. These
management responsibilities include, but are not limited to, task force salaries and
expenses coordination; record -keeping; inventory and maintenance of task force
equipment caches; communicating with task force members and parties who support
task force activities; and similar management and administrative tasks.
b. Maintain a comparison of expenditures with budgeted amounts for each Federal
award, per 2 C.F.R. § 200.302. This includes maintaining a budget that reflects
budgeted versus actual expenditures, tracking back to the four budget categories and
nine object classes as detailed within their budget of their application on SF-424A —
Budget Information (Non -Construction) or SF-424C — Budget Information
(Construction).
c. Task forces may purchase equipment & supplies for the administration of their
program with US&R funding, with their own funding, or both. These items may
include but are not limited to, laptop and desktop computers, cellular
telephones/wireless tablets, personal communication devices (e.g., smart phones),
printers, scanners, copy machines, office furniture, video conference capability, etc.
d. Recruit, train and maintain a roster of personnel to enable complete staffing of a
National Incident Management System (NIMS) Type I US&R task force. Positions
shall be staffed from within the task force organization unless prior approval is given
by the US&R Branch. The rostered staffing level shall be a maximum 210 personnel,
plus up to 10% allowable staffing overage, to address attrition, Incident Support
Team (IST) members, etc. The task force shall pursue the goal to roster the minimum
of 140 deployable personnel; two -deep at each of the 19 functional positions required
for a NIMS Type I US&R task force configuration. Ensure all members have a
completed, signed, and notarized Appointment Affidavit on file with the task force.
e. Ensure each task force member meets the necessary license, certification, or other
professional qualification requirements of their assigned position at time of
deployment. Further ensure that the task force has the documentation on file to verify
currency.
f. The task force may use funds to cover salary and travel for product research and
development efforts, when authorized by the US&R Branch who will coordinate with
the Grant Programs Directorate.
g. The task force may use funds to cover salary and travel to enable task force personnel
to collaborate with federal, state, or other entities (e.g., other US&R resources or
emergency responders) to enhance the capabilities of the System.
h. Ensure the task force is prepared for AREs by completing an internal self -evaluation
operational readiness and preparedness survey (Phase I Self -Evaluation) as provided
by the US&R Branch. The completed electronic copy of the self -evaluation shall be
submitted as directed by the annual Program Directive.
i. Ensure funds are properly allocated, accounted for, and reported for those task force
members who serve as Sponsoring Agency Chief Representatives, Advisory Group
Chair, Deputy Advisory Group Chair, IST Representative, Legal Representative,
Functional Group Leaders, Deputy Functional Group Leaders, Subgroup Leaders,
National and Divisional Task Force Representatives, Incident Support Team
leadership as appropriate and authorized by the US&R Branch. These funds are
intended to defray personnel salary, backfill, travel and other administrative costs
associated with these positions for assigned task forces in accordance with
Sponsoring Agency policies and Appendices C, D, E, and F.
j. Ensure funds are properly allocated, accounted for, and reported for those task forces
that receive additional funding to host meetings, deliver national training, and
facilitate special projects. These funds are intended to defray personnel salary,
backfill, travel and other administrative costs associated with the additional funding
provided in accordance with Sponsoring Agency policies and Appendices C, D, E,
and F.
k. Ensure funds are properly allocated, accounted for, and reported for congressionally
mandated and end -of -year supplemental funding intended to recapitalize the
equipment cache.
1. Ensure timely reporting of expenditures for readiness activities carried out under this
agreement and timely delivery of Cooperative Agreement reporting. Refer to Section
I of this Appendix, Reporting.
m. As funding allows, ensure personnel salaries and expenses relating to task force and
Incident Support Team administration, development and training preparedness
activities are paid in accordance with established Sponsoring and Participating
Agency policies/practices and in a timely manner, but no later than 120 days after
completion of a training exercise. Appropriate personnel records shall be kept in
accordance with 2 C.F.R. Part 200.
n. Compliance with NIMS is a condition for award of this Cooperative Agreement as
outlined in Homeland Security Presidential Directive-5 (HSPD-5), Management of
Domestic Incidents. Sponsoring Agencies must comply with the NIMS
Implementation Activities established annually by FEMA. Sponsoring Agencies
must report NIMS compliance activities in accordance with state and local NIMS
guidance. Additionally, a certificate of completion for each required course in
accordance with current the Position Descriptions must be in each System task force
member's personnel file. State offered NRF, NIMS, or equivalent certificates may
be substituted for those courses offered on the FEMA NIMS website provided they
meet federal NIMS standards. For further information on compliance and guidance,
refer to the following website: https://www.fema.gov/national-incident-management-
system.
o. Attend FEMA-sponsored or FEMA-approved System meetings, conferences, and
training sessions, or other events as directed by the US&R Branch as they relate to the
System. Other activities include on -site peer AREs, OREEs, quality assurance
oversight of FEMA-sanctioned training courses, training with other task forces, grants
management training, non-federal search and rescue meetings/activities (e.g., State
Urban Search and Rescue (SUSAR) Alliance), and research & development for
equipment, as directed by the US&R Branch. The US&R Branch is recommending
allocation of certain funds as identified in Appendix B for travel. All travel funds
shall be accounted for under Management and Administration and/or Training at the
task force level.
p. Provide complete medical evaluations and immunizations to task force members as
defined by the System's Medical Subgroup or current Federal requirements. Medical
screening should be conducted, at a minimum, on a triennial basis for each task force
member. Each task force member must have a current Fit for Deployment form
signed by the examining physician on file. This document along with the medical
evaluation shall become part of each member's personal medical record. Please refer
to the most current Program Directive.
q. Expend at least 98% of the Cooperative Agreement funds for which the task force has
budgeted. Failure to expend 98% might be taken into consideration for future award
amounts.
2. Training
a. Provide System -related or System -required training for task force personnel,
including the delivery of local US&R training courses or other courses specifically
required by the System's Position Descriptions or authorized by the US&R Branch.
This should include equipment specific training provided by the manufacturer and
authorized repair technician certification training to allow task forces to have
members certified to conduct manufacturer approved repairs in-house.
b. As funding permits, complete all five modules of the OREE over a three-year period
either as individual exercise components, or as one comprehensive deployment
exercise. The task force is encouraged to exercise as many task force members as
possible during this Cooperative Agreement.
c. A task force deployment may cover all five modules or portions thereof, in which
case those components not addressed in a deployment must be exercised once every
three years.
d. When a task force completes all five modules, those funds originally set aside for a
deployment exercise may then be used for other System approved items within the
same budget category. This change must be addressed in the Semi -Annual
Performance Report. A budget change is required when funds exceeding 10% of the
Cooperative Agreement award amount are moved to another program budget
category.
e. The task force should notify the US&R Branch of mobilization or deployment
exercises as soon as the exercise is scheduled, but not later than 60 days before the
exercise begins. Notification should be brief, but include dates, scope of exercise,
number of participants, and other agencies involved. The intent of this notification is
to provide the US&R Branch planning information for AREs and scheduling joint
exercises with other DoD/federal agencies. It does not take the place of, and should
not be confused with, sanction request letters to obtain FEMA approval of task force
sponsored training and exercises in accordance with the Training Program
Administration Manual (TPAM), dated January 27, 2020 (issued as US&R Program
Directive 2020-004), or most current training manual. (Available from the US&R
Branch)
f. Submit an after -action report within 90 days of the completion of a mobilization or
deployment exercise, or a training activity with duration of more than 24 consecutive
hours. Send the report to the attention of the US&R Branch Chief and written in a
format where lessons learned may be shared with other task forces in the System.
g. Ensure training and exercise activities of the task force meet System standards,
requirements and certifications. Ensure training records for all task force personnel
are kept in a central, secure location.
h. Provide funding for expenses related to the acquisition, maintenance, training and
certification of Canine Search Teams. This statement is not related to the funding
provided to host canine evaluations.
i. The task force is authorized to fund the acquisition, maintenance, training and
certification of Canine Search Teams — Human Remains Detection. This allows the
task force the ability to have this resource within the task force. Task force support of
this resource is voluntary.
j. When authorized, ensure funds are distributed in support of hosting a System Canine
Search Team Certification Evaluation or Preparation, as identified in Appendix D.
When funding provided for the canine evaluations exceeds actual costs, the excess
allocated funds may be redirected to other System activities that support the task
force's canine program under Items 6 & 7. If remaining funds are used to cover costs
under Items 6 and/or 7, provide this information and the associated cost(s) in their
Semi -Annual Performance Report submission.
k. Provide grants management training to assigned task force Grant Managers and
Assistants who have not previously attended training. Grant management training is
mandatory for all task force Grants Managers and Assistants. Grant management
training is optional, but highly recommended, for task force Program Managers and
other key personnel assigned to System administrative duties. Every effort shall be
made to attend continuing education by task force Grant Managers and Assistants
during the Cooperative Agreement to stay current with regulation updates/changes.
Personnel should attend training from a facility that provides a "Grants Certificate
Program" and/or the US&R Grant Manager course. The US&R Branch and/or Grants
Assistance Officer may be contacted for further information on classes offered.
Examples of some grant management course topics are:
1. Managing Federal Grants and Cooperative Agreements for Recipients
2. Uniform Administrative Requirements, Cost Principles, and Audit Requirements
for Federal Awards: 2 C.F.R. Part 200
3. Applying for Federal Grants and Cooperative Agreements
4. How to Prepare the Application Budget
5. Business Management Systems for Recipients
6. Audit of Federal Grants and Cooperative Agreements
1. Provide appropriate database and systems training, as needed to task force logistics
and program management personnel to maintain personnel, equipment, grant,
financial and accountability records.
3. Equipment and Supplies
a. In addition to the requirements in this Appendix, states must use, manage, and
dispose of equipment, as defined by 2 C.F.R. § 200.1 in accordance with state laws.
Non -state task forces must follow the 2 C.F.R. § 200.313(c)-(e) regarding the use,
management, and disposition of equipment. All task forces must comply with the
requirements of 2 C.F.R. § 200.314 for supplies, as defined by 2 C.F.R. § 200.94. All
task forces must also comply with 2 C.F.R. § 200.312 regarding federally owned
property. Equipment is tangible personal property with a useful life of at least 1 year
& a per unit cost of at least $5,000 (or the non-federal entity's equivalent threshold,
whichever is lower). Supplies, on the other hand, are tangible personal property lower
than the $5,000 equipment threshold or have a useful life of less than a year. Phones,
tablets, etc. would more likely be supplies than equipment.
b. The Sponsoring Agency is authorized to purchase equipment as listed in the System's
most current FEMA Approved Equipment Cache List, dated March 18, 2021 (issued
as US&R Program Directive 2021-005), or most current Approved Equipment Cache
List. (Available on https://www.responsesystem.org or by contacting the US&R
Branch). The task force shall procure and maintain the required Hazardous Materials
(Hazmat) preparedness and response equipment and supplies and train personnel
according to current System policy. Doing so will allow the task force to perform
rescue operations in a contaminated environment, as defined in the System's
Hazardous Materials (Hazmat) Concept of Operations (Annex B).
c. The task force shall procure and maintain all items specifically identified and funded
in the budget spend plan for the purpose of equipment cache recapitalization. At this
writing the priority for the FY21 CA recapitalization will be Self -Contained
Breathing Apparatus (SCBA). Any change to the recapitalization priority will be
communicated by Program Directive. Task force personnel are reminded and directed
not to exceed the current Manufacturer Suggested Retail Price (MSRP), unless prior
approval is received in writing from the US&R Branch. The task force must follow
the applicable federal procurement requirements at 2 C.F.R. §§ 200.317 — 200.327.
The rules differ depending on whether the task force is a state entity or a non -state
entity. Non -state entities must follow their own documented procurement procedures
that reflect applicable state and local laws and regulations, provided the procurements
conform to applicable federal law and the federal procurement requirements.
Adherence to the federal procurement requirements ensures reasonable prices are
obtained, and reasonable costs are a requirement of the federal cost principles per 2
C.F.R. § 200.403. Special consideration is given to the task force to purchase other
equipment items in support of training, administrative, and warehouse/maintenance
needs. Any other equipment not specified above can only be purchased after
receiving written approval from the US&R Branch.
d. Specific task forces are identified and provided funds to cover maintenance costs of
the IST "A", `B" and "C" caches and medical kits. Cooperative Agreement
regulations apply to these funds and shall not be transferred to a Participating Agency
(See Appendix E).
e. Specific task forces are also identified and provided funds to cover maintenance costs
of the seven HEPP caches in accordance with the most current version of the
System's HEPP Concept of Operations, (See Appendix B). Cooperative Agreement
regulations apply to these funds and shall not be transferred to a Participating
Agency. These task forces are also required to submit an annual HEPP maintenance
cost estimate by October 30th of each year to the US&R Branch's Program
Management Section Chief to assist with the budgeting for future Cooperative
Agreements, subject to the availability of funds. This cost estimate shall be based on
actual expenses incurred from the previous year and any additional costs anticipated
for the following year, as funding allows.
f. Task forces are to ensure that the full complement of Communications capability that
meets the requirements, per the current FEMA Approved Equipment Cache List has
been purchased and/or identified within the Sponsoring Agency for immediate
deployment. This Communications capability shall be maintained in a state of
readiness for response. Service agreements, as required, shall be in place for
immediate use of equipment upon activation. Communications capabilities shall be
addressed in the following priority order:
1. Radio UHF, VHF, 800MHz, Marine, and Air frequency capability, to include the
required quantities of portable handheld radio units; portable base station(s),
mobile and convertiacom unit(s), and portable repeater(s); and mobile radio units
installed and operational in all task force prime mover vehicles;
2. Satellite capability including satellite data via transportable .98-1.2M dish
system, mobile satellite data system(s), and handheld and mobile satellite
phones;
3. Cellular -based data and phone capability to include wireless mobile hotspots and
wireless phones.
Purchase equipment or supplies necessary to conduct operations within the disciplines
of the task force (e.g., Communications, Search & Logistics). These items may
include but are not limited to, wireless tablets, personal communication devices (e.g.,
smart phones), software, printers, etc.
g.
h. For state task forces regarding grant -purchased equipment, they must maintain and
track equipment in accordance with state laws and procedures. For non -state task
forces regarding grant -purchased equipment, all equipment must be tracked as to its
origin. Equipment that is procured with this Cooperative Agreement funding shall be
identified with the source, cache list number and Cooperative Agreement number, in
accordance with 2 C.F.R. Part 200. Additionally, for all task forces, federal
equipment shall be properly identified as to the ownership and funding source
(including Agency name and Cooperative Agreement number or Disaster/contract
number). The tracking can be accomplished through procurement documents,
through fields in a database, or spreadsheet. It is the responsibility of each task force
to develop a method of tracking in accordance with this section. However, it should
be a system that will easily and quickly identify the information. Additionally, all
procurement records and receipts should be cross-referenced and coded with the
Cooperative Agreement number, cache list item number, Statement of Work section,
or source of origin, or a system to easily and quickly identify the information. See
also 2 C.F.R. §§ 200.313, 200.318, 200.333.
i. Transportation equipment is authorized for purchase as part of this Cooperative
Agreement with prior approval from the US&R Branch in writing after submitting a
completed FEMA Form 089-0-26. (Available on https://www.fema.gov/grant-forms)
or by contacting the US&R Branch)
j. Equipment and prime mover vehicles purchased with federal funds or provided by
FEMA shall be for the use of the System. 2 C.F.R. § 200.313(a)(1). States must
follow their own laws and procedures when using equipment. 2 C.F.R. § 200.313(b).
Non -state task forces must use the equipment in accordance with 2 C.F.R. §
200.313(c), including that equipment must be used for the original program or project
as long as needed, whether or not the program or project continues to be funded by a
federal award. 2 C.F.R. § 200.313(c)(1). The task force must make the equipment
available for its other federal programs or projects as long as it does not interfere with
the ability to use under the US&R award. 2 C.F.R. § 200.313(c)(2). The task force
may use US&R-acquired equipment for non-federal purposes as long as it does not
interfere with the ability to use the equipment under this US&R award. See 2 C.F.R. §
200.313(a)(1), (c)(1), (c)(2). For example, equipment or vehicles may be used on a
local, regional, or state disaster response or under other extraordinary circumstance as
long as the use does not interfere with the original purpose of the federal award. The
US&R Branch Chief shall be notified immediately in writing of any exceptional use
of the two US&R equipment caches that diminish the response capability of the task
force. The task force or Sponsoring Agency is responsible for replacement, re-
supply, and/or repair of equipment used or consumed during activities not associated
with the System, and for an immediate return to a state of readiness.
k. Title for the original cache, vehicles, and all equipment purchased under the
Cooperative Agreements reside with the task forces (44 C.F.R. § 208.27, 2 C.F.R.
Part 200).
1. Title to the FEMA (i.e., "Second Cache") equipment cache, as well as the IST and
HEPP Caches, which were purchased and distributed to their respective task forces by
FEMA, resides with FEMA.
m. Should a non -state task forces transfer, sell, or scrap any of the equipment and/or
vehicles, they are required to first ask for prior written approval and disposition
instructions from the US&R Branch and Grants Assistance Officer for all grant -
purchased equipment with a current per unit fair market value over $5,000 (in
accordance with 2 C.F.R. § 200.313).
n. For any federally -furnished property, upon completion of the award or when the
property is no longer needed, all task forces must report the property to FEMA or
obtain instructions from the US&R Branch and Grants Assistance Officer per 2
C.F.R. § 200.312 and FEMA Manual 119-7-1, "Personal Property", or current edition
at time of disposition. (Available on http://www.fema.gov)
o. For the purpose of accountability and safety, the task force is authorized to purchase
an identification (ID) system, as long as they meet the requirements outlined in
US&R Program Directive 2006-019 — Accountability and Medical Information
Cards. (Available by contacting the US&R Branch)
4. Maintenance and Storage
a. Maintain an accountability of property acquired under Cooperative Agreement
funding, distributed federal property, and acquired federal excess property. Provide
an annual report to FEMA on the status of federal property on January 31 st of each
year, as part of the database submittal to the US&R Warehouse per 2 C.F.R. §
200.312. Conduct an inventory of federal property and property acquired under
Cooperative Agreement funding, in accordance with 2 C.F.R. §§ 200.312, 200.313,
200.314.
b. Provide manufacturer's recommended maintenance and repair to US&R equipment
acquired and specifically identified on the System's current FEMA Approved
Equipment Cache List. Also, provide maintenance and repair to any supplemental
equipment as approved by FEMA, which was purchased with FEMA funding and
delivered to the task forces, purchased during a federal System response, or was
acquired with FEMA approval through the Federal Excess Property Program. Task
forces are expected to perform routine maintenance of equipment to maintain a state
of readiness.
c. As part of the operational readiness of each task force, all US&R equipment shall be
maintained in an immediate state of readiness in a cache storage facility or facilities.
This may include planning and engineering and other costs for development,
maintenance, and/or lease of storage facilities and associated equipment for US&R
equipment and supplies. Except for minor renovations and modifications of existing
warehouse facilities that do not change the footprint of the structure, construction and
renovation costs are not allowed. Examples of permissible minor renovation and
modification costs include but are not limited to office / storage space buildout /
reconfiguration, ceilings, loading docks / doors, lighting, HVAC, and security
fencing. US&R Branch approval is required for reimbursement of renovation and
modification costs. The purpose of allowing minor renovation and modification costs
is to ensure the equipment cache is maintained as required under the National Urban
Search and Rescue Response program. See 42 U.S.C. § 5165f(1)(2); 44 C.F.R. §
208.23(c)(4).
d. Task force management is reminded you may only use cooperative agreement funds
to pay for warehouse leases for a twelve-month consecutive period within the overall
period of performance and that there is no guarantee of cooperative agreement
funding in future years. See Section F of this Appendix, Cooperative Agreement
Funding. Task forces may write contracts with an available fund's clause or option
years for protection.
e. The day-to-day repair, maintenance, storage, insurance, and administrative costs for
all equipment purchased or provided by FEMA will be accomplished via this
Cooperative Agreement funding provided and in accordance with 2 C.F.R. Part 200.
1. In accordance with 2 C.F.R. 200.310, Sponsoring Agencies and/or task forces are
responsible to provide, at minimum, the equivalent insurance coverage for real
property and equipment acquired or improved with Federal funds as provided to
property owned by the non -Federal entity. Federally -owned property need not be
insured unless required by the terms and conditions of the Federal award.
2. Under the Federal Tort Claims Act (FTCA), the federal government self-
insurance program applies to all vehicles owned by the federal government. This
act applies in the context of tort liability as well as to property damage or loss
caused by employees acting within the scope of their official duties.
See 28 U.S.C. § 2671. This act does not apply to rental vehicles used by
Sponsoring Agencies and/or task forces when federally activated.
I. Reporting
The Sponsoring Agency shall use the following procedure for reporting. There are several
types of reports required for this agreement. Refer to Appendix H for specific instructions
and points of contact to submit all reports and deliverables. See also section F.4 of the NOFO
for any additional reporting requirements.
1. Requirements
a. Task Force Self -Evaluation: As identified in Section H of this Appendix,
Subsections 1.i of this document is due when directed by the US&R Branch.
b. Equipment Information Submission: As identified in Section H of this Appendix,
Subsections 1.i and 4.a. Provide FEMA with an updated database of the task force
US&R equipment cache (both federally owned, and grant purchased). Also provide a
current TFPDD form, in a format provided by the US&R Branch and a transportation
plan including all vehicles and trailers for a NIMS Type I US&R task force over -the -
road configuration. Submission shall include a cover letter addressed to the US&R
Branch as directed in Appendix G by January 31st. Those task forces who have been
identified to maintain one of the three ISTs and/or one of the seven HEPP caches are
also required to submit the inventory of these caches as well.
c. HEPP Maintenance Annual Cost Estimates: Those task forces who have been
identified to maintain one of the seven HEPP caches are required to submit an annual
HEPP maintenance cost estimate by October 30th of each year to the US&R Branch's
Program Management Section Chief. This information will be used to assist with the
budgeting for future Cooperative Agreements, subject to the availability of funds.
This cost estimate shall be based on actual expenses incurred from the previous year
and any additional costs anticipated for the following year, as funding allows.
d. Semi -Annual Performance Report: This report is due to the US&R Branch for the
duration of this agreement and is a written report providing a narrative and
expenditures, as explained below.
1. The Sponsoring Agency shall electronically send a report semi-annually by
January 30th (covering the time period of July 1st through December 31st) and by
July 30th (covering the time period of January 1st through June 30th) of each year
until the Cooperative Agreement is closed.
2. The Performance Report shall include task force accomplishments and the total
budgeted, expenditures and balance for the Cooperative Agreement funding
within the following areas: Administration/Management, Training, Equipment,
and Maintenance/Storage.
3. Performance Narrative and Funds Report (FEMA Form 089-0-11- available on
US&R USR Coop Agreements - 089 Series Forms shall be used.
4. Completed Performance Report shall be uploaded into the NDGrants System, or
as otherwise directed.
5. All changes, whether requiring prior approval or not, shall be noted in the
Performance Fund Reports and subsequent closeout documents.
6. The Final Performance Reports shall be included in the completed closeout
package and emailed to the US&R Branch and FEMA Grant Programs
Directorate, unless otherwise directed.
e. SF425 Federal Financial Reporting
2. Closeout Reports
The recipient must submit, no later than 120 calendar days after the end date of the period
of performance, all financial, performance, and other reports as required by the terms and
conditions of the Federal award. A subrecipient must submit to the pass -through entity,
no later than 90 calendar days (or an earlier date as agreed upon by the pass -through
entity and subrecipient) after the end date of the period of performance, all financial,
performance, and other reports as required by the terms and conditions of the Federal
award. The Federal awarding agency or pass -through entity may approve extensions
when requested and justified by the non -Federal entity, as applicable.
Unless the Federal awarding agency or pass -through entity authorizes an extension, a
non -Federal entity must liquidate all financial obligations incurred under the Federal
award no later than 120 calendar days after the end date of the period of performance as
specified in the terms and conditions of the Federal award.
The scope of work identified in the task force's approved budget plan for the Cooperative
Agreement must be completed within the Period of Performance. The task force will have
120 days after the Period of Performance to complete the final payments and prepare the
closeout documents. If unable to complete the closeout process by the due date, the task
force must contact the Grant Programs Directorate and US&R Branch to request an
extension of the liquidation and closeout reporting period. For more detailed information
pertaining to submission of the Closeout Report for this Cooperative Agreement, refer to
the US&R Program Directive applicable at the time.
At a minimum the following closeout document must be submitted:
a. Cover Letter: The recipient's closeout cover letter should reference the closeout
cooperative agreement number. Please note in the cover letter any items that are not
applicable. If the equipment and/or supplies are maintained by the recipient, a
statement that addresses the intention to continue use of this equipment needs to be
included and that the equipment/supplies will continue to be used for their intended
purpose of the cooperative agreement over the life cycle of the equipment/ supplies.
Also provide a statement expressing the intent to continue use of Federally Furnished
Property for the Federal US&R Program, as noted in the most recent equipment
information database submission. Instructions for the Equipment Information
database submission are contained in the statement of work and are not part of the
closeout procedure.
b. Cover Page: Provides basic information pertaining to the Cooperative Agreement, to
include the Assistance Listings number, recipient name, EIN number, Cooperative
Agreement number, address, email address, contact person and a signature of
certification by an authorized official that all information contained within the
closeout package is correct.
c. Final Performance Report: Recipients must submit a final progress report detailing
all accomplishments and a qualitative summary of the impact of those
accomplishments throughout the period of performance. Provide a summary of the
qualitative accomplishments made through the duration of the FEMA cooperative
agreement period of performance. For example, if the cooperative agreement
included items under the equipment category (e.g., personal protective equipment),
indicate not just the number of pieces of equipment purchased, but also describe the
results of the purchase in terms of the response capability or safety, training, or other
respects. The report should be broken out in the four program categories:
Administrative, Training, Equipment, and Storage/Maintenance and their associated
object classes.
d. Final Financial Status Report: The Final Federal Financial Report (SF-425) is to be
submitted through the Payment and Reporting System (PARS). A copy of the PARS -
generated SF-425 report should also be included in the closeout package.
e. Refund Checks: If applicable for non -state task forces per 2 C.F.R. § 200.305, a
check should be submitted to FEMA to return any unspent federal funds plus interest
earned.
f. Record Keeping/Retention: Retain records pursuant to the Cooperative Agreement
conditions. Cooperative Agreement records should include a copy of the award
document, Cooperative Agreement articles, ledgers, documentation of expenditures,
documentation -copies of cancelled checks, paid invoices, payrolls, time and
attendance records, contract records, etc. Upon completion of all required actions, the
submission of all required items, and any appropriate financial adjustments and
payments, FEMA will advise the task force in writing when the award can be
considered closed out. This information must be kept for at least three years after the
date of submission of the final expenditure report (SF-425). This retention period
may be longer if any litigation, claim, or audit is started before the expiration of that
three-year period, in which case the record retention period is until all litigation,
claims, or audit findings involving those records have been resolved and final action
taken. Other types of documents pertaining to indirect costs, equipment, real property,
or program income have a different start date for the record retention period. See 2
C.F.R. §§ 200.318, 200.333-200.337, 200.403(g) for further information about the
items in this paragraph.
3. Timelines (See Appendix G)
a. Task Force Self -Evaluation: Submitted as directed by the US&R Branch, by way of
a US&R Program Directive.
b. Equipment Information Submission, due January 31' of each year, including:
1. Inventory of Federally owned equipment.
2. Inventory of HEPP and IST Caches (when applicable).
3. A current Task Force Deployment Data Form (Aircraft Loading Data), FEMA
Form 089-0-15. (Available on https://www.fema.gov/grant-forms or by contacting
the US&R Branch)
4. A current transportation plan including all vehicles and trailers for a NIMS Type I
US&R task force over -the -road configuration.
c. HEPP Maintenance Annual Cost Estimates: For those task forces who have been
identified to maintain one of the seven HEPP caches, the deadline to submit an annual
HEPP maintenance cost estimate is October 30th of each year.
d. The Semi -Annual Performance Report: This semi-annual report is due by January
30th and July 30th each year during the Period of Performance.
e. The Quarterly Federal Financial Report (FFR) — SF-425: This quarterly report is
due within 30 days after the end of each quarter: January 30th, April 30th, July 30th
and October 30th
f. Final Cooperative Agreement Closeout Package: The closeout package is due to
FEMA within 120days after the Period of Performance expires. This package
includes the following items:
1. Cover Letter
2. Cover Page
3. Final Performance Report
4. Final Federal Financial Report (FFR), SF-425
5. Final Payment/Unexpended Funds
Task forces must be current with all reports at the time of award of this Cooperative
Agreement.
J. Time is of the Essence
FEMA is providing an annual Readiness Cooperative Agreement and it is strongly
recommended that the Sponsoring Agency seek expedited approval for the acceptance
and management of the Cooperative Agreement. The US&R Branch and Grant
Programs Directorate acknowledge the time -sensitive nature of processing and
awarding the Cooperative Agreement and will make every effort to expedite the
process. The United States Congress closely scrutinizes the timely spending of
Readiness Cooperative Agreement funds and failure to meet necessary requirements
and time frames may result in the loss of funding for this and future Cooperative
Agreement periods.
Department of Homeland Security
Federal Emergency Management Agency
URBAN SEARCH AND RESCUE RESPONSE SYSTEM
Task Force Narrative Workbook
OMB 1660-0073
Expires December 31, 2018
PAPERWORK BURDEN DISCLOSURE NOTICE
FEMA Form 089-0-10
Public reporting burden for this data collection is estimated to average 4 hours per response. The burden estimate includes the time for reviewing instructions, searching existing data
sources, gathering and maintaining the data needed, and completing and submitting this form. This collection of information is required to obtain or retain benefits. You are not required to
respond to this collection of information unless a valid OMB control number is displayed on this form. Send comments regarding the accuracy of the burden estimate and any suggestions
for reducing the burden to: Information Collections Management, Department of Homeland Security, Federal Emergency Management Agency, 500 C Street, SW., Washington, DC 20472-
3100, Paperwork Reduction Project (1660-0073) NOTE: Do not send your completed form to this address.
Purpose
The U.S. Department of Homeland Security (DHS) and the Federal Emergency Management Agency (FEMA) are accountable to provide support and funding for the
maintenance and readiness of the National Urban Search and Rescue (US&R) Response System. The purpose of the Readiness Cooperative Agreement is to support the
continued development and maintenance of a national urban search and rescue capability.
Specifically, the agreement provides a mechanism for distribution of Cooperative Agreement funding for certain purposes in preparation for US&R disaster response. The
Cooperative Agreement allows each Sponsoring Agency of a US&R task force the opportunity to maintain a high standard and condition of operational readiness and
includes guidance on key areas for task force management to focus on continued preparedness efforts.
The Cooperative Agreement provides direction to the US&R task force Sponsoring Agency for the use of funding to provide: administrative and program management,
training, support, equipment cache procurement, maintenance and storage. This workbook is designed for use by the Sponsoring Agencies of all current task forces
within the US&R Response System when applying for the US&R Readiness Cooperative Agreement solicitation.
For more specific information and instructions for submission, refer to the applicable Notice of Funding Opportunity (NOFO) package and Statement of Work.
Urban Search & Rescue (US&R) Readiness Cooperative Agreement
Task Force Narrative Workbook
CONTENTS
Purpose i
Contents 1
Sample Cover Letter 2
Preparer & Contact Information (FEMA Form 089-0-10A) 3
Budget Summary (Detailed) (FEMA Form 089-0-10B) 4
Sample of "Purpose of Cooperative Agreement" from Task Force 5
Administration and Management (FEMA Form 089-0-10C) 6
Training (FEMA Form 089-0-10-10D) 7
Equipment (FEMA Form 089-0-10E) 8
Storage & Maintenance (FEMA Form 089-0-10F) 9
Budget Totals 10
Position Descriptions (FEMA Form 089-0-10H) 11
Form for Additional Budget Clarification Information (FEMA Form 089-0-10I)12
1
SAMPLE COVER LETTER FOR COPERATIVE AGREEMENT APPLICATION
8/21/2023
US Depaitmnent of Homeland Security
Federal Emergency Management Agency
Grants Management Branch
Attn: Ms. Tawana Mack
800 K Street NW - Rm: S430-5
Washington, DC 20472
Dear Ms. Mack:
Enclosed is the US&R application of City of Miami Fire -Rescue Department for the year 2023 Department
of Homeland Security/FEMA, Urban Search & Rescue Cooperative Agreement for a total of $1,317,456.
The following items have been completed electronically within ND Grants:
O 1. Application for Federal Assistance, SF 424
O 2. Budget Information -Non Construction Programs FEMA form SF 424A
O 3. Summary sheet for Assurances and Certifications, SF 424 B
O 4. SF GG/SF LLL - Lobbying Activities
The following are included in the Narrative Statement (FEMA Wkbk 089-0-10) and attached with the
Application:
O 5. Preparer & Contact Information Sheet
1] 6. Budget Narrative (Budget Summary Sheet, four cost categories and Budget Totals)
O 7. Position Descriptions for all Staff paid by the Cooperative Agreement
The following are submitted as additional attachments:
0 8. Single Audit Report for FY2022
O 9. Indirect Cost Rate Agreement
❑ 10. Specifications for all rolling transportation
❑ 11. Pre -Award Cost Request and Approval
Please call Capt. Erik Sanchez at (786)554-3155 or email at ErikSanchez@miamigov.com or Miroslava
Musser at (786) 236-7598 or email at mirosmusser@miamigov.com for any other information that you may
need.
Sincerely,
Erik Sanchez, Fire Captain
US&R Program Manager
City of Miami Fire -Rescue
Florida Task Force II
PREPARER INFORMATION
Preparer
Prefix
Ms.
First Name
Miroslava
Middle Name
Last Name
Musser
Title
Agency/Organization
Address 1
Address 2
City
Grants Manager
City of Miami Florida Task Force 2
444 S.W. 2nd Avenue
10th Floor
Miami
Florida
33130
State
Zip
Phone
305-569-4044
Fax
E-mail
n n�e�nan9o.W»
CONTACT INFORMATION
Point of Contact
Prefix
Captain
First Name
Erik
Middle Name
Last Name
Sanchez
Title
Agency/Organization
Address 1
Address 2
City
Program Manager
City of Miami Florida Task Force 2
444 S.W. 2nd Avenue
l0th Floor
Miami
State
Florida
Zip
33130
Phone
305-554-3155
Fax
ErikSanchez@miamigov.com
E-mail
APPLICANT INFORMATION
Applicant
Task Force
Organization Name
Employer Identification Number
DUNS Number
Address 1
Address 2
City
County
State
Zip
Country
Submission Date
Type of Applicant
Congressional District Applicant
Congressional District Project
Authorized Representative First Name
Authorized Representative Middle Name
Authorized Representative Last Name
Florida Task Force 2
City of Miami
59-6000375
72220791
444 S.W. 2nd Avenue
l0th Floor
Miami
Miami -Dade
Florida
33130
United States
Authorized Representative Title
Authorized Representative Phone Number
Applicant Identifier (if applicable)
State Applicant Identifier (if applicable)
Organizational Unit:
Department:
Division:
Made available for EO 12372 (Answer Y or N )
Date Reviewed If applicable)
"Y" for not covered "N" for not selected
FEMA Form 089-0-10A
Section 3
Preparer Contact Information
Page 4 of 2
National Urban Search & Rescue Response System
US&R Task Force Readiness Cooperative Agreement Budget Narrative
Purpose of Agreement
The purpose of this Readiness Cooperative Agreement is to continue the
development and maintenance of National Urban Search and Rescue (US&R)
Response System resources to be prepared for mission response and to provide
qualified personnel in support of Emergency Support Function-9 (ESF-9) activities
under the National Incident Management System (NIMS) and the National Response
Framework (NRF).
Our Task Force agrees to manage the continued development and maintenance of
this National US&R Response System resource. We will be prepared to provide
qualified, competent US&R personnel in support of ESF-9 activities under the
National Response Framework. Specifically, the FY2023 US&R Notice of Funding
Opportunity (NOFO) and the accompanying budget narrative provides our plan to
accomplish our objectives identified by DHS/FEMA. This work plan identifies the
key areas that our Task Force will focus its continued readiness efforts. These key
areas are admistrative and program management, training, support, equipment
cache preparedness, maintenance and storage. These key areas are detailed in the
Grant Guidance/Statement of Work. This Cooperative Agreement will allow our
Task Force to maintain a high standard and condition of operational readiness. It is
the intent of our Task Force to comply with the US&R Response System FY 2023
US&R NOFO throughout the duration of this agreement.
While portions of the FY2023 US&R NOFO are included in the budget narrative, we
acknowledge compliance with the FY2023 US&R NOFO in its entirety.
Section 7
Purpose of Agreement
COOPERATIVE AGREEMENT BUDGET SUMMARY
BUDGET SUMMARY
Grant Program
Function
or Activity
(a)
Catalog of Federal
Domestic Assistance
Number
(b)
Estimated Unobligated Funds
New or Revised Budget
Federal
(c)
Non -Federal
(d)
Federal
(e)
Non -Federal
(f)
Total
(g)
1. US&R Readiness
Cooperative
Agreement
97.025
0.00
0.00
1,317,456.00
$
1,317,456.00
2.
0.00
3.
0.00
4.
0.00
5. Totals
$0.00
$0.00
$1,317,456.00
$0.00
$1,317,456.00
BUDGET CATEGORIES
6. Object Class Categories
GRANT PROGRAM, FUNCTION OR ACTIVITY
Total
(5)
(1)Admin. & Mgmnt. (2) Training (3) Equipment (4) Storage & Maint.
a. Personnel
$845,732.00
$20,800.00
$0.00
$0.00
$866,532.00
b. Fringe Benefits
25,133.00
0.00
0.00
0.00
25,133.00
c. Travel
68,700.00
16,800.00
0.00
0.00
85,500.00
d. Equipment
0.00
0.00
105,714.00
50,177.00
155,891.00
e. Supplies
7,000.00
0.00
0.00
0.00
7,000.00
f. Contractual
89,368.00
11,760.00
0.00
76,272.00
177,400.00
g. Construction
N/A
N/A
N/A
N/A
N/A
h. Other
0.00
0.00
0.00
0.00
0.00
i. Total Direct Charges (sum of 6a-6h)
1,035,933.00
49,360.00
105,714.00
126,449.00
1,317,456.00
j. Indirect Charges
0.00
0.00
0.00
0.00
0.00
k. TOTALS (sum of 6i and 6j)
$1,035,933.00
$49,360.00
$105,714.00
$126,449.00
$1,317,456.00
7. Program Income
$
$
$
$
$
FEMA Form 089-0-10B
Section 4
Budget Summary
Page 6 of 2
NON-FEDERAL RESOURCES
(a) Grant Program
(b) Applicant
(c) State
(d) Other Sources
(e) TOTALS
8.
$
$
$
$0.00
9.
0.00
10.
0.00
11.
0.00
12. TOTAL (sum of lines 8-11)
$0.00
$0.00
$0.00
$0.00
FORECASTED CASH NEEDS
13. Federal
Total for 1st Year
1st Quarter
2nd Quarter
3rd Quarter
4th Quarter
$0.00
$
$
$
$
14. Non -Federal
0.00
15. TOTAL (sum of lines 13 and 14)
$0.00
$0.00
$0.00
$0.00
$0.00
BUDGET ESTIMATES OF FEDERAL FUNDS NEEDED FOR BALANCE OF THE PROJECT
(a) Grant Program
FUTURE FUNDING PERIODS (Years)
(b) First
(c) Second
(d) Third
(e) Fourth
16.
$
$
$
$
17.
18.
19.
20. TOTAL (sum of lines 16-19)
$0.00
$0.00
$0.00
$0.00
OTHER BUDGET INFORMATION
21. Direct Charges:
22. Indirect Charges:
23. Remarks:
FEMA Form 089-0-10B
Section 4
Budget Summary
Page 7 of 2
ADMINISTRATION & MANAGEMENT
Task Force General Comments
Our Task Force will accomplish the goals set forth in the DHS-FEMA statement of work, guidance, and directives provided by the Urban Search & Rescue Program Office. The costs for the Administration & Management portion of this
budget/narrative will be addressed in this section and will cover costs for a maximum amount of time of 12 months, and the costs will occur within the 36 month period of performance. The cost details will be provided in the object classes
within this Program Category. The Administrative/Management personnel under this Readiness Cooperative Agreeement is responsible for the day-to-day operations of the Task Force and will be responsible to ensure that all management,
administration and operational requirements are accomplished. Our Task Force will attempt to maintain the preparedness of the Task Force under this Readiness Cooperative Agreement, in order to provide critical emergency response
services as one of the 28 teams for the National Urban Search and Rescue Response System under the Response Cooperative Agreement. Funding for any deployments will be handled under the Response Cooperative Agreement.
Total Administration & Management Cost
$1,035,933
Personnel Salaries & Fringe Benefits
Notes for Personnel Salaries and Fringe Benefits Section
The US&R Task Force will provide sufficient staff for management and administration of the Task Force day- to -day activities to accomplish required supervisory, administrative, training and logistical duties. Specifically: program
management; grants management; financial management; administrative support; training coordination and instruction; logistics management and property accountability. This shall include, but is not limited to, funding personnel salaries
relating to Task Force development and management; record -keeping, inventory and maintenance of the US&R Equipment Caches; correspondence with Task Force members and parties who support Task Force activities; along with similar
management and administrative tasks.
Provide the staffs' salary, benefits, and also note any cost of living increases (percentage and amount) below that will be paid under the Readiness Cooperative Agreement. There is a drop down menu for the staff positions, and any
additional staff not noted can be added. If a staff position is part time, please provide the hours and hourly rate in the Personnel box below to clarify the time to be allotted, e.g., one day a week, 40 hours a month at a rate of $45.00 per
hour, etc. If overtime hours are listed, please note them as a separate line item below. Put the total amount under salary. Note the hourly rate in the clarification box.
Personnel Salaries and Frinee Benefits
Staff Position
Name
Full/Part Time
Overtime Hours
Salary Dates (Current)
Salary Dates (Prior)
Fringe Benefits
Salary
Total
Program Manager
Erik Sanchez
Full -Time
10/8/2023 - 10/6/2024
10/9/2022 - 10/7/2023
$2,468
$170,170
$172,638
Training Manager
Ncel Arenas
Full -Time
10/8/2023 - 10/6/2024
10/9/2022 - 10/7/2023
$1,989
$137,188
$139,177
Logistics Manager
Joseph Barber
Full -Time
10/8/2023 - 10/6/2024
10/9/2022- 10/7/2023
$1,989
$137,188
$139,177
Giant Manager
Miroslava Musser
Full -Time
10/8/2023 - 10/6/2024
10/9/2022 - 10/7/2023
$7,740
$101,181
$108,921
Administrative Specialist
Shedrick Pope
Full -Time
10/8/2023- 10/6/2024
10/9/2022- 10/7/2023
$7,017
$91,719
$98,736
$0
$0
$0
$0
$0
Meetings & Travel Related Backfi//
$65.00 @ 393 hrs
$3,930
$25,545
$29,475
Part -Time Task Force Members
$65.00 @ 2511.4 hrs
$163,241
$163,241
HEPP Maintenance
$50.00 @ 390 hrs
$19,500
$19,500
$0
$0
$0
$0
$0
Totals
$25,133
$845,732
$870,865
The area below is for any additional notes the Task Force may need to add for clarifying the paid staff
positions. If the position is part-time list the Fours, and hourly rate. Also there is a separate area (Tab
11) for the position descriptions for each staff position listed, or position descriptions may be added as
an attachment.
Training Manager, Logistics Manager, and Administrative Specialist are responsible for the day-to-day
administration and support of the Task Force. Duties include procurement, personnel time management, overtime
administration, and budget oversight. Grant Manager is responsible for all grant and financial requirements in
support of Task Force activities. For a breakdown of part time staff and functions, please see Position Descriptions
attachment. All funded full-time positions spend 10096 of their time on activities within the scope of this
agreement. There is no duplication in charges for salaries between Cooperative Agreements. 1-54b increase in
wages for FY 2024. HEPP maintenance/inventory/calibration is included under Personnel Salaries and Fringe
Benefits. Salary rates are based upon contractual agreements set forth by the City of Miami and the respective
Un ions involved. Task Force Training/Exercise will be used to upgrade task force preparedness to respond to all
types of events.
Cost Basis: Please mark a..ro.riate box es below.
❑ Union Agreements
❑ City/County/Organization Negotiated Agreements
❑ Historica/Data
❑ Bids/Quotes
❑ Cos& are in Comparison w/ other 7Fs for Similar Tasks or Items
❑ Other
(List here):
Fringe Benefits
Cost Basis:
Please mark appropriate box(es) below.
The area below is to state the total percentage (e.g., 23%) for the Fringe Benefits (if applicable) and list
the items (e.g., health, dental, workers' comp) that are included.
❑
Union Agreements
Fn"dge Benefit Regular Wages Rate includes: scare 1.4596 and Social Security 6.296. However, we
have 27other participating agencies with different percentages.
❑
City/County/Organization Negotiated Agreements
❑
Historica/Data
❑
Bids/Quotes
❑
Cos& are in Comparison w/ other 7Fs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
Section 6
Administration Management
Travel
Notes for Travel Section
Attend DHS/FEMA-sponsored or DHS/FEMA-approved US&R meetings, conferences, and training sessions, to include Task Force Leader meetings, Advisory Organization Meetings, Ad Hoc Groups and Sub -Groups, Incident Support Team (IST)
training/meetings, workshops, or others as directed by the US&R Program Office as they relate to the National US&R Response System. Other activities include on -site peer Administrative Readiness Evaluation (ARE) of other Task Forces,
quality assurance oversight of FEMA-sanctioned training courses, training with other Task Forces, grants management training, and research and development for equipment, as directed by the US&R Program Office. Based on approval by
the US&R Program Office and available funding, Task Forces can use funds to cover travel for product research and development efforts, thereby keeping apprised of cutting edge technology for equipment used within the System.
There are also miscellaneous meetings that are required due to the dynamic program. Costs can be provided in detail or by trip costs, and a detail of the costs should be listed in the comments sections, that will show how you arrived at the
trip total. The costs listed below are estimates due to travel locations that are unknown at the time of application. It is at this time when costs are generally based on historical data. There are drop down menus for some of the meetings,
and you can add others that are in line with the statement of work. The drop down menu in the section below includes all events, allowing you the Flexibility to account for your travel costs in this section Admin/Management Program
Category or the Training Program Category. The Task Force is authorized to reallocate funds between Admin/Management travel and Training travel without requesting a budget change authorization. However, this change must be reflected
in your Performance Report and note the reason(s) for the change.
Travel
Event Title
No. of Personnel
No. of Trips ,
Cost Per Person
Lump Sum
Work Group Meetings
2
1
$2,100
$4,200
Grant Workshop
3
1
$2,100
$6,300
Task Force Representatives Meeting
2
1
$2,100
$4,200
Sponsoring Agency Chiefs' Meeting
2
1
$2,100
$4,200
East Coast TFR Meetings
2
1
$2,100
$4,200
IST Workshop
7
1
$2,100
$14,700
Addkiona/FEMA Travel Not Yet Known
5
1
$2,100
$10,500
Strategic Croup Meeting
4
1
$2,100
$8,400
Annual Adv Org Stipends - FGL - Finance/Admin
1
1
$12,000
$12,000
$0
$0
$0
$0
$0
$0
$0
$0
$0
Total
$68,700
National Meetings:
Operations Group Meeting
Task Force Representatives Meeting
Work Group Meetings
Task Force Representatives Meeting
On -Site Peer Evaluation (Peer Evaluators)
Strategic Group Meeting
Grant Workshop
Sponsoring Agency Chiefs' Meeting
Other Aathorled Travel
Travel
Briefly describe breakdavn of have) Cost Per Person. Provide examples of "other authored travel" if selected above.
Travel breakdowns are approximations based on previous values (airfare and lugguage - $600, hotel -
$200 per day for average 3 day trip $600; per diem - $100 per day for 3 days $300, car rental - $100 per
day for 3 days $300, parking - $200, fuel $100). Travel expenses are figured at a cost of $2100 for actual
travel and $1500 per day (24 hour) backfill (line item under Staff Positions). Backfill for students is figued
at a rate of $65.00 per hour (see salaries). Additional TFL meeting, East Coast TFL/Log meetings and
Other Authorized Travel are included under Travel heading. Other authorized travel covers unfunded
meetings surfacing throughout the budget period. Work group meetings are also held at the regional
level as part of the East Coast TFL/Log meetings. Other authorized travel covers meetings that are
requested in the midst of a budget cycle that were not planned or anticipated by FEMA. Examples of
other travel might include: State level US&R meetings and conferences, HR Canine Workshops, East
Coast Logistics Meetings and State Meetings such as TFL, Logisitics, and FASAR.
This narrative box has character limitations. For additional clarification use tab 12
1
Cost Basis: Please mark appropriate box(es) below.
❑ Union Agreements
❑ City/County/Organization Negotiated Agreements
❑' Histonca/Data
❑ Bids/Quotes
❑ Costs are in Comparison w/ other 7Fs for Similar Tasks or Items
❑ Other (List here):
Equipment
Notes for Equipment Section
Purchase of office furniture and equipment specifically for administrative purposes are allowable under this Cooperative Agreement. This shall include, but is not limited to, laptops and desktop computers, higher -end printers, scanners, copy
machines, desks, book shelves, etc. The costs noted in this area are for the purchase of equipment and rot service agreements, which should be included under contractual or other. Rolling or floating transportation will require
specifications as part of the application and should be listed under the Equipment Program Category. The general definition out of 2 C.F.R. Part 200 is: Equipment is tangible personal property with a useful life of at Ieast 1 year & a per unit
cost of at Ieast $5,000 (or the non-federal entity's equivalent threshold, whichever is lower).
Equipment
These are the items our Task Force anticipates requiring for this Cooperative Agreement for the equipment object class under the Administretion/Management Program Category. However, due to the dynamic program,
the requirements for these items (within the amount approved at time of award fo this object class) may change. Any changes to listed items will be reflected in the Performance Reports, with the reason for the change
noted and the Task Force will not be required to submit a budget charge if items are on the approved cache lists, authorized by program guidance or directives.
Item Description
Cache #
Unit Cost
No. of Units
Total Cost
$o
$0
so
so
so
so
so
$o
so
so
$o
so
so
so
$o
so
so
so
$o
so
so
Tofaf
$0
E.ui ent
Cost Basis: Please mark appropriate box(es) below.
Describe any additional supporting information for equipment costs below.
This narrative box has character limitations. For additional clarification, use tab 12.
❑ Union Agreements
❑ City/County/Organization Negotiated Agreements
El Historical Data
❑ Bids/Quotes
❑ Costs are in Comparison w/ other 7Fs for Similar Tasks or Items
❑ Other (List here):
EN
Section 6
Administration Management
Page 9 of
Supplies
Notes for Supplies Section
In the below area, provide an approximate listing of the supplies necessary for the administration/management of this cooperative agreement. Supply items/costs that should be listed are items to support the administration/management of
the Task Force and other than what the equipment definition states in 2 C.F.R. Part 200. Supplies, on the other hand, are tangible personal property lower than the $5,000 equipment threshold or have a useful life of less than a year.
Phones, tablets, etc. would more likely be supplies than equipment. However, due to the dynamic program, the requirements for these items (within the amount approved at time of award for this object class) may charge. Any changes to
the listed items will be reflected in the Performance Reports, including the reason for the change(s) noted.
Supplies
These are the items we anticipate requiring for this Cooperative Agreement. However, due to the dynamic program, requirement of these items may change and any changes will be reflected in
the Performance Reports, with the reason for the change noted.
Item
Cache #
Unit Cost
No. of Units
Total cost
Miscellaneous Office Supplies
$7,000
1
$7,000
so
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Total
$7,000
Su
Miscellaneous office supplies might include paper, pens, folders, printer ink, replace old printer, etc. We
will also need to outfit the new full-time position with a computer, printer, office equipment, office
furniture, etc.
This narrative box has character limitations. For additional clarification, use tab 12.
Cost Basis: Please mark a..ro.riate box es below.
❑ Union Agreements
El City/County/Organization Negotiated Agreements
❑ Histonca/Data
El Bids/Quotes
❑ Costs are in Comparison w/ other 7Fs for Similar Tasks or Items
❑ Other (List here):
Contractual
Notes for Contractual Section
In the area below, list any contractual costs for medical exams, services, rentals, etc. The Task Force will ensure that Task Force Medical Screening will take place in accordance with Program Directive 2005-008 or a more current revised
directive issued by the US&R Program Office.
Contractual
Service
Quantity
Unit Cost
Total Cost
Medical Screening
40
$250
$10,000
Canine Insurance
12
$2,090
$25,080
Phone/ iPad Data Service (Verizon)
12
$1,704
$20,448
Phone Data Service (Sprint/ T-Mobil)
12
$36
$432
My DB Solution - Hosting Fees & 10 Licenses
12
$469
$5,628
Satellite Iridiums - SatCom Global
12
$384
$4,608
Satellite BGANS/G2 - SatCom Global
12
$360
$4,320
Satellite - Ground Control
12
$606
$7,272
M-Sat - NI Government
12
$745
$8,940
Direct TV
12
$177
$2,124
Zoom platform
12
$15
$180
Task Force Website Yearly Hosting
1
$120
$120
Ring Alarm Subscription
12
$18
$216
Tafa/
$89,368
Contractual
Describe any additional supporting information for contractual costs belo
Medical screening line item will be utilized up to a cost of $250 for TF civilians mostly. This cost will cover
deductibles and special tests not covered by insurance or sponsoring agencies for compliance with team
medical physical requirments and in accordance with US&R PD 2005-008. Canine insurance covers meds,
and annual insurance. Cellphone allowace for Staff members and deployments, cache satellite phones
remain with the cache for emergency use only (deployments). Ring alarm subscription is for the security
of cache. Yearly subscription for the Task Force to include Direct TV service, zoom platform and website
hosting. Contractual services will not exceed 12 months as per FY2023 Cooperative Agreement SOW.
This narrative box has character limitations. For additional clarification, use tab 12.
Cost Basis: Please mark appropriate box(es) below.
❑ Union Agreements
❑+ City/County/Organization Negotiated Agreements
• Histonca/Data
O Bids/Quotes
❑ Costs are in Comparison w/ other 7Fs for Similar Tasks or Items
L] Other (List here):
FEW FORM 089-0-10C
Section 6
Administration Management
Other
Notes for Other Section
This area will cover any miscellaneous items that are not
Item
Quantity
Unit Cost
Total Cost
$o
$o
$o
$o
$o
$o
Tore/
$D
Other
Describe any additional supporting information for other costs below.
This narrative box has character limitations. For additional clarification, use tab 12.
Cost Basis: Please mark appropriate box(es) below.
❑ Union Agreements
❑ City/County/Organization Negotiated Agreements
❑ Histonca/Data
❑ Bids/Quotes
❑ Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑ Other (Ust here):
Indirect Costs
Notes for Indirect Costs Section
indirect Costs can only be listed if there is an Indirect
Indirect Costs
Item/Category
Item Description
Base Amount
Percentage
Total Cost
Total
$0
Indirect Costs
Describe any additional supporting information for indirect costs below. Please advise who is the
Cognizant Federal Agency and the date of approval.
This narrative box has character limitations. For additional clarification, use tab 12.
•
Cost Basis: Please mark appropriate box(es) below.
❑ Union Agreements
❑ City/County/Organization Negotiated Agreements
❑ Histonca/Data
❑ Bids/Quotes
❑ Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑ Other (Ust here):
Section s
Administration Management
TRAINING
Task Force General Comments
This Program Category covers the costs for the training portion of this Readiness Cooperative Agreement. The training portion of this budget/narretive will cover costs for a maximum amount of time of 12 months, and will
be accomplished within the 36 month period of performance. This Task Force intends to maintain a deployable Task Force and will provide the required training to insure mission readiness, safety, and management of the
Task Force. The training will be accomplished in accordance with the Urban Search & Rescue Program Office statement of work, program guidance, directives, and will also include training to meet the NIMS compliance
requirements. The training cost details will be provided in the below object classes under this Program Category. Our Task Force will attempt to maintain the preparedness of the Task Force under this Readiness Cooperative
Agreement, in order to provide critical emergency response services as one of the 28 teams for the National Urban Search and Rescue Response System. Funding for any deployments will be handled under the Activation
Cooperative Agreement. The below list of training and costs covers what is anticipated for this Readiness Cooperative Agreement. Due to the dynamic program, training scheduling and requirement changes, some of the
training listed may require revisions. Any changes will be noted within the Performance Reports, and will include the change and the reason for the change. It will not require a budget adjustment as long as the change is
within the Program Category total as noted at time of award, and is an approved training requirement within the statement of work, program guidance, and directives. The only exception to this is the movement of travel
funds between the Administration/Managment Program Category and the Training Program Category, which can be accomplished without requiring a budget change, however, it must be noted in the Performance Reports,
with the change and the reason for the movement of funds.
Total Training Cost
$49,360
Personnel Salaries & Fringe Benefits
Notes for Personnel Salaries and Fringe Benefits Section
The Task Force can use this category to account for the salaries of Task Force Members attending US&R-related, US&R required, and local training as well as salaries for the training coordinator. This includes, but is not
limited to, functional training, mobilization training, local training for the program, grants management training, training with other task forces, research and development for equipment, and other DHS/FEMA approved
training events, or training related to the requirements of the US&R program, as approved by the Program Manager/Grants Assistance Officer. This may also indude backfill expenses for the individual(s) attending training.
If specific costs are unknown, give estimated salary hours and average salary rate. If specific dates are unknown, provide estimated time frame (e.g., 1 day per week/month, etc.). If overtime hours are listed, please note
them as a separate line item below. Put the total amount under salary. Note the hourly rate in the clarification box.
Personnel Salaries and Frinoe Benefits
Staff Position
Training Event Description
Full/Part Time
Overtime Hours
Date Salary Charged
Fringe Benefits (If Applicable)
Salary
Total
Training/Exercise Related Backfll
FEMA Position Specific Training
Part -Time
$65.00 @ 320 Hrs
Fringe Benefits may vary
$20,800
$20,800
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Totals
$0
$20,800
$20,800
Personnel Salaries
Cost Basis:
Please mark appropriate box(es) below.
The area below is to provide additional notes the Task Force may need to add for darifying
the range of salary rates used to develop the average hourly posts.
0
E
❑
❑
D
❑
Union Agreements
City/County/Organization Negotiated Agreements
Historical Data
Bids/Quotes
Casts are in Comparison w/other TFs Ior Similar Tasks or Items
Other (List here):
Baddill costs for conducting training and exercises. Examples of Training and Exercises
include: Structural Collapse Shoring, Rescue Specialist refresher courses, Water Specialist
Training, Hazmat and Medical Refresher, Air Force Patriot Exercises, Search and Rescue Full
Scale Exercises, etc.
This narrative box has character limitations. For additional clarification use tab 12
Fringe Benefits
The area below is to state the total percentage (e.g., 23%) for the Fringe Benefits (if
applicable) and list the items (e.g., health, dental, workers' comp) that are included.
Fringe Benefits for the Gty of Miami Fire Rescue may vary based on rank. However, we have
27 other participating agencies with different percentages.
This narrative box has character limitations. For additional clarification use tab 12
Cost Basis: Please mark appropriate box(es) below.
❑ Union Agreements
❑ City/County/Organization Negotiated Agreements
❑ Historical Data
❑ Bids/Quotes
❑ Costs are in Comparison w/other TFs for Similar Tasks or Items
❑ Other (List here):
FEMA FORM 089-0-100
Section
Training
Page 12 of
Travel
Notes for Travel Section
Attend DHS/FEMA-sponsored or DHS/FEMA-approved US&R meetings, conferences, and training sessions, to include Task Force Leader meetings, the Advisory Organization Meetings, Incident Support Team (I51)
training/meetings, workshops, or others as directed by the US&R Branch as they relate to the National US&R Response System. Other activities include on -site peer Administrative Readiness Evaluations (AREs) of other
US&R Task Forces, quality assurance oversight of FEMA-sanctioned training courses, training with other Task Forces, grants management training, and research and development for equipment, as directed by the US&R
Branch. Based on approval by the US&R Branch and available funding, Task Forces can use funds to cover travel for product research and development efforts, thereby keeping apprised of cutting edge technology for
equipment used within the System.
There are also miscellaneous meetings that are required due to the dynamic program. Costs can be provided in detail or by trip costs, and a detail of the costs should be listed in the comments sections, that will show how
you arrived at the trip total. The costs listed below are estimates due to travel locations are unknown at the time of application. It is at this time when costs are generally based on historical data. There are drop down
menus for some of the meetings/training, and you can add others that are in line with the statement of work, program guidance, and directives. This will allow you the flexibility to account for your travel costs in this section
(Training) or Admin/Management categories. The Task Force is authorized to reallocate travel funds between Admin/Management travel and Training travel without requesting a budget change authorization. However, any
changes must be reflected in your Performance Report, with an explanation on the reason(s) for the change.
Travel
Event Title
No. of Personnel
Cost Per Person
Lump Sum
Planning Specialist
1
$2,100
$2,100
Communications Specialist
2
$2,100
$4,200
Grants Manager Training
2
$2,100
$4,200
Other Authorized Travel
3
$2,100
$6,300
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
rota/
$16,800
Travel
Cost Basis:
Please mark appropriate box(es) below.
Briefly describe breakdown of travel Cost Per Person. Provide examples of "other authorized
travel" if selected above.
❑
Union Agreements
Travel breakdowns are approximations based on previous values (airfare and lugguage -
$600, hotel - $200 per day for average 3 day trip $600; per diem - $100 per day for 3 days
❑
City/County/Organization Negotiated Agreements
$300, car rental - $100 per day for 3 days $300, parking - $200, fuel $100). Travel expenses
are figured at a cost of $2100
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/other TFs Ior Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-100
Section
Training
Page 13of5
Equipment
Notes for Equipment Section
Purchase of equipment specifically for training, to include props, training materials, training fadlity expenses, etc. are allowable under this Cooperative Agreement. The costs noted in this area are for the purchase of
equipment and not service agreements, which should be included under contractual or other. Rolling or floating transportation, if allowable, will require specifications/approval as part of the application.
The general definition of"Equipment" out of the CFR is: "Equipment" means an article of nonexpendable, tangible personal property having a
useful life of more than one year and an acquisition cost which equals or exceeds the lesser of the capitalization level established by the governmental unit for financial statement purposes, or $5000.
Equipment
These are the items our Task Force anticipates requiring under this Cooperative Agreement for the equipment object class under the Training Program Category. However, due to the dynamic program, the requirements for
these items (within the amount approved at time of award for this object dass) may change. Any changes to listed items will be reflected in the Performance Reports, noting the reason for the change and the Task Force
will not be required to submit a budget change if items are on the approved cache lists, authorized by program guidance or directives. Rolling or floating equipment requires the specifications to be submitted to the Program
Office/Grants Assistance Officer for prior approval.
Item Description
Item #
Cache #
Unit Cost
No. of Units
Total Cost
so
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
Total
$0
Equipment
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for equipment costs below.
J
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Casts are in Comparison w/other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-100
Section
Training
Page 14 of 5
Supplies
Notes for Supplies Section
In the area below, provide an approximate hating of the supplies necessary for preparing and/ or delivery of training within this inoperative agreement.
Supply items/costs that should be listed are items other then what the equipment definition states as follows: The general definition of"Equipment" out of the CFR is: "Equipment"
means an article of nonexpendable, tangible personal property having a useful life of more than one year and an acquisition cost which equals or exceeds the lesser of the capitalization level established by the governmental
unit for financial statement purposes, or $5000.
Supplies
These are the items our Task Force anticipates requiring under this Cooperative Agreement. However, due to the dynamic program, the requirements for these items may change and any changes will be reflected in the
Performance Reports, with the reason for the change noted. A budget change is not required to be submitted if the costs in this category if costs remain the same and items are allowable under the Grant Guidance, current
Cache List and official documentation from the US&R Branch.
Item
Cache #
Unit Cost
No. of Units
Total Cost
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
rota/
$0
Supplies
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for supply costs below.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ot/rer TFs for Similar Tasks or Items
This narrative box has character limitations. For additional clarification use tab 12
❑
Other (List here):
Contractual
Notes for Contractual Section
In the area below, list any supporting information for the contractual costs of services, rentals, etc., as it pertains to training.
Contractual
Service
Quantity
Unit Cost
Total Cost
Swift water tech course
14
$840
$11,760
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Total
$11,760
Contractual
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for contractual costs below.
Contractual costs to cover vendor company, intructors and any additional fees.
❑
Union Agreements
D
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Casts are in Comparison w/other TFs for Similar Tasks or Items
This narrative box has character limitations. For additional clarification use tab 12
❑
Other (List here):
FEMA FORM 089-0-100
Section
Training
Page 15 of 5
Other
Notes for Other Section
his area will cover any miscellaneous items that are are training -related and allowable under the Statement of Work but not covered in the other object classes.
Other (If Applicable
Item
Quantity
Unit Cost
Toth! Cost
$0
$0
$0
$0
$0
$0
Total
$0
Other
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for other costs below.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/other TFs Ior Similar Tasks or Items
This narrative box has character limitations. For additional clarification use tab 12
❑
Other (List here):
Indirect Costs
Notes for Indirect Costs Section
Indirect Costs on only be provided if there is an Indirect Cost Rate Agreement that has been approved by a cognizant Federal Agency. A copy of the Indirect Cost Rate Agreement should accompany the application. The
Indirect Cost Rate Agreement that you provide should state what category or categories the Indirect Costs are based on, ie equipment, salaries, all expenses, etc. The information provided below should list the description
of the cost category for the base, the amount on which it's based, the percentage, and the total. The rate or amount approved at time of award will prevail thru the terrn of the Cooperative Agreement.
Indirect Costs
Item/Category
Item Description
Base Amount
Percentage
Total Cost
rota/
$0
Indirect Costs
Describe any additional supporting information for indirect costs below. Please advise who is
the Cognizant Federal Agency and the date of approval.
This narrative box has character limitations. For additional clarification use tab 12
Cost Basis: Please mark appropriate box(es) below.
❑ Union Agreements
❑ City/County/Organization Negotiated Agreements
❑ Historical Data
❑ Bids/Quotes
❑ Casts are in Comparison w/other TFs Ior Similar Tasks or Items
❑ Other (List Here):
FEMA FORM 089-0-100
Section
Training
Page 16 of
EQUIPMENT
Task Force General Comments
This Program Category covers the costs for the equipment portion of the Readiness Cooperative Agreement for our Task Force. The period of performance covers a 36 month period to accomplish the work
in this area. Our Task Force intends to maintain a deployable Task Force and will provide the required equipment to insure mission readiness, safety, and management of the Task Force. The equipment
will be purchased in accordance with the requirements of the Urban Search & Rescue Branch statement of work, current cache list, and official guidance from the USSR Branch. The equipment and
supporting cost details will be provided in the below object classes under this Program Category. Our Task Force will attempt to maintain the preparedness of the Task Force under this Readiness
Cooperative Agreement, in order to provide critical emergency response services as one of the 28 teams for the National Urban Search and Rescue Response System.
The below list of equipment and costs covers what is anticipated for this Readiness Cooperative Agreement. Due to the dynamic program, training scheduling and requirement changes, some of the
equipment listed may require revisions. Any changes will be noted within the Performance Reports, and will include the change and the reason for the change. It will not require a budget adjustment as
long as the change is within the Program Category total as noted at time of award, and is an approved equipment requirement within the statement of work, current cache list, and official guidance from the
US&R Branch.
Total Equipment Cost
$105,714
Personnel Salaries & Fringe Benefits
Notes for Personnel Salaries and Fringe Benefits Section
The Task Force can use this category to account for the salaries of Task Force Members who perform duties related to maintenance of US&R equipment and vehicles. This may also include backfill
expenses for individual(s) who are working with the cache. If specific costs are unknown, give estimated salary hours and average salary rate. If specific dates are unknown, provide estimated time frame
(e.g., 1 day per week/month, etc.). If overtime hours are listed, please note them as a separate item below. Put the total amount under salary. Note the hourly rate in the clarification box.
Personnel Salaries and Frinoe Benefits
Staff Position
Full/Part Time
Overtime Hours
Date Salary Charged
Fringe Benefits (If Applicable)
Salary
Totals
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Totals
$0
$0
$0
Personnel Salaries
Cost Basis:
Please mark appropriate box(es) below.
The area below is to provide additional notes the Task Force may need to add for clarifying
the range of salary rates used to develop the average hourly costs.
❑
Union Agreements
❑
City/county/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
Fringe Benefits (If Applicable)
Cost Basis:
Please mark appropriate box(es) below.
The area below is to state the total percentage (e.g., 23%) for the Fringe Benefits (if
applicable) and list the items (e.g., health, dental, workers' comp) that are included.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10E
Section 8
Equipment
Page 17 of
Travel
Notes for Travel Section
Travel in this category would cover costs relating to quality assurance on equipment or vehicle, or any other travel related to cache management within the scope of the Grant Guidance. Please note:
These expenses can be reflected within the Administrative/Management or Training travel category instead. Costs can be provided in detail or by trip costs, and a detail of the costs should
be listed in the comments sections, that will show how you arrived at the trip total. The costs listed below are estimates due to travel locations that are unknown at the time of application. It is at this time
when costs are generally based on historical data. There are drop down menus for some of the meetings, and you can add others that are in line within the Statement of Work.
Travel (If Applicable)
Event Title
No. of Personnel
Cost Per Person
No. of Trips (approx.)
Total Cost
$0
$0
$0
$0
$0
$0
$0
$0
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
Total
So
Travel
Cost Basis:
Please mark appropriate box(es) below.
Briefly describe breakdown of travel Cost Per Person.
Provide examples of "other authorized
travel" if selected above.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10E
Section 8
Equipment
Page 18 of8
Equipment
Notes for Equipment Section
Your agency is authorized to purchase equipment as listed in the approved DHS/FEMA 2015 US&R Task Force Equipment Cache List, or any subsequently approved DHS/FEMA US&R Equipment list. Task
Force personnel are reminded and directed not to exceed quantity and/or cost caps as listed on the cache list. Task Force must follow department procurement regulations, which are in accordance with 2
CFR Part 200 to ensure reasonable prices are obtained. The US&R Program Office and the Grants Office Assistance Officer must provide written approval for any other equipment not identified on approved
cache list(s), in program guidance, or specifications. Those Task Forces who maintain an IST Medical Cache are to include the appropriate amount below for replacement of equipment and pharmaceuticals.
However, due to the dynamic program, the requirements for these items (within the amount approved at time of award for this object class) may change. Any changes to listed items will be reflected in
the Performance Reports, noting the reason for the change and the Task Force will not be required to submit a budget change if items are on the approved cache lists, noted in the statement of work, or
authorized by program guidance or directives. Rolling or floating equipment requires the specifications to be submitted to the US&R Branch/Grants Assistance Officer for prior approval. The general
definition of "Equipment" out of the CFR is: "Equipment" means an article of nonexpendable, tangible personal property having a useful life of more than one year and an acquisition cost which equals or
exceeds the lesser of the capitalization level established by the governmental unit for financial statement purposes, or $5000.
Equipment
These are the items our Task Force anticipa es requiring for this Cooperative Agreement under the equipment object class within the Equipment Program Category. However, due to the dynamic program,
the requirements for these items (within the amount approved at time of award for this object class) may change. Any changes to listed items will be reflected in the Performance Reports, noting the
reason for the change and the Task Force MI not be required to submit a budget change if items are on the approved cache lists, authorized by program guidance or directives. Rolling or floating
equipment requires the specifications and budget information to be submitted to the Program Office Grants Assistance Office for prior approval.
Item Description
Item #
Cache #
Unit Cost
No. of Units
Total Cost
HEPP Cache Recapitalization
$11,000
1
$11,000.00
Equipment Cache Recapitilization - Congressional Intent
$94,714
1
$94,714.00
Total
I $105,714.00
Equipment
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for equipment costs below.
❑
Union Agreements
Cache List Items shall cover what has been previously approved from the FEMA cache list
and/or Statement of Work. Examples: small engines, hydraulic tool seals, chainsaws, medical
equipment. The HEPP Cache Recapitalization will be used in accordance with forthcoming
guidance from the US&R Branch to purchase approved equipment items and HazMat suits.
0
❑
City/County/Organization Negotiated Agreements
Historical Data
0
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10E
Section 8
Equipment
Page 19 of8
Supplies
Notes for Supplies Section
In the area below, provide an approximate listing of necessary supplies. Supply items/costs that should be listed are items other then what the equipment definition states as follows: The general definition
of "Equipment" out of the CFR is: "Equipment" means an article of nonexpendable, tangible personal property having a useful life of more than one year and an acquisition cost which equals or exceeds
the lesser of the capitalization level established by the governmental unit for financial statement purposes, or $5000. However, due to the dynamic program, the requirements for these items (within the
amount approved at time of award for this object class) may change. Any changes to the listed items will be reflected in the Performance Reports, including the reason for the change(s) noted.
Supplies
These are the items our Task Force anticipates requiring under this Cooperative Agreement. However, due to the dynamic program, the requirements for these items may change and any changes will be
reflected in the Performance Reports, with the reason for the change noted. A budget change is not required to be submitted for approval if the costs in this object class remain as approved at time of
award and the items are allowable in accordance with the statement of work, program guidance and directives.
Item
Cache #
Unit Cost
No. of Units
Total Cost •
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Total
$0
Supplies
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for supply costs below.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10E
Section 8
Equipment
Page 20 of8
Contractual
Notes for Contractual Section
In the area below, list any supporting information for the contractual costs of services, rentals, etc., for equipment.
Contractual
Service
Quantity
Unit Cost
Total Cost
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Tota/
$0
Contractual
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for contractual costs below.
❑
Union Agreements
❑
City/county/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
Other
Notes for Other Section
This area will cover any miscellaneous items that are are equipment -related and allowable under the Statement of Work but not covered in the other object classes.
Other
Item
Quantity
Unit Cost
Total Cost
0
$0
$0
$0
$0
$0
$0
$0
Tota/
$0
Other
Describe any additional supporting information for other costs below.
This narrative box has character limitations. For additional clarification use tab 12
Cost Basis: Please mark appropriate box(es) below.
❑ Union Agreements
❑ City/County/Organization Negotiated Agreements
❑ Historical Data
❑ Bids/Quotes
❑ Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑ Other (List here):
FEMA FORM 089-0-10E
Section 8
Equipment
Pape 21 of 6
Indirect Costs
Notes for Indirect Costs Section
Indirect Costs can only be provided if there is an Indirect Cost Rate Agreement that has been approved by a cognizant Federal Agency. A copy of the Indirect Cost Rate Agreement should accompany the
application. The Indirect Cost Rate Agreement that you provide should state what category or categories the Indirect Costs are based on, i.e., equipment, salaries, all expenses, etc. The information
provided below should list the description of the cost category for the base, the amount on which it's based, the percentage, and the total. The rate or amount approved at time of award will prevail thru
the term of the Cooperative Agreement.
Indirect Costs
Item/Category
Item Description
Base Amount
Percentage
Total Cost
Total
$0
Indirect Costs
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for indirect costs below.
Please advise who is
the Cognizant Federal Agency and the date of approval.
C
Union Agreements
❑
City/county/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10E
Section 8
Equipment
Page 22 of 8
STORAGE & MAINTENANCE
Task Force General Comments
This Program Category covers the costs for the storage/maintenance portion of this Readiness Cooperative Agreement. The costs for the Storage/Maintenance portion of this budget/narrative will
be addressed in this section for any warehouse lease or maintenance costs for the equipment/vehicles, and the costs will occur within the 36 month period of performance. Task force
management is reminded you may only use cooperative agreement funds to pay for warehouse leases for a twelve-month consecutive period within the overall period of performance and that
there is no guarantee of cooperative agreement funding in future years (See Statement of Work, Section F, Cooperative Agreement Funding at pages 21-22). Task forces may write contracts with
an available fund's clause or option years for protection. The storage and maintenance will be in accordance with the requirements of the Urban Search & Rescue Branch statement of work,
Our Task Force will attempt to maintain the preparedness of the Task Force under this Readiness Cooperative Agreement, in order to provide critical emergency response services as one of the 28
teams for the National Urban Search and Rescue Response System. The below list of costs covers what is anticipated for this Readiness Cooperative Agreement. Except for minor renovations
and modifications of existing warehouse facilities that do not change the footprint of the structure, construction and renovation costs are not allowed. Examples of permissible minor renovation
and mn1ifirafinn rnctc inrli aria hart arp not Iimitod to nfflrp/ctnranp cnarp hi iilriro it/rprnnfini rolinn rpilinnc Inarlinn rdnrkc/rdnnrc linhtinn HVAC and mnirity "pm -inn Thn Natinnal I ICRP Rranrh
Total Storage & Maintenance Cost
$126,449
Personnel Salaries & Fringe Benefits
Notes for Personnel Salaries and Fringe Benefits Section
The Task Force can use this category to account for the salaries of Task Force Members who perform duties related to storage & maintenance. This may also include backfill expenses for
individual(s) who are working with related projects. If specific costs are unknown, give estimated salary hours and average salary rate. If specific dates are unknown, provide estimated time
frame (e.g., 1 day per week/month, etc.). If overtime hours are listed, please note them as a separate line item below. Put the total amount under salary. Note the hourly rate in the
clarification box
Personnel Salaries and Frinoe Benefits
Staff Position
Full/Part Time
Overtime Hours
Date Salary Charged
Fringe Benefits (If
Applicable)
Salary
Totals
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Totals
$0
$0
$0
Personnel Salaries
Cost Basis:
Please mark appropriate box(es) below.
The area below is to provide additional notes the Task Force may need to add for clarifying
the range of salary rates used to develop the average hourly costs.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (Listhere):
This narrative box has character limitations. For additional clarification use tab 12
Fringe Benefits
Cost Basis:
Please mark appropriate box(es) below.
The area below is to state the total percentage (e.g., 23%) for the Fringe Benefits (if
applicable) and list the items (e.g., health, dental, workers' comp) that are included.
0
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
0
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (Listhere):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10F
Section 9
Storage Maintenance
Page 28 of 6
Travel
Notes for Travel Section
This section can be used for those travel items related to storage, maintenance and/or equipment (e.g., mileage, etc.) allowable within the scope of the Statement of Work. Please note: These
expenses can be reflected within the Administrative/Management travel category instead. Costs can be provided in detail or by trip costs, and a detail of the costs should be listed in
the comments sections, that will show how you arrived at the trip total. The costs listed below are estimates due to travel locations that are unknown at the time of application. It is at this time
when costs are generally based on historical data. There are drop down menus for some of the meetings, and you can add others that are in line within the Statement of Work.
Travel (If Applicable)
Event Title
No. of Personnel
Cost Per Person
Number of Trips
Total Cost
$0
$0
$0
$0
$0
$0
$0
$0
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
Total
$0
Travel
Cost Basis:
Please mark appropriate box(es) below.
Briefly describe breakdown of travel Cost Per Person.
Provide examples of "other authorized
travel" if selected above.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (Listhere):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10F
Section 9
Storage Maintenance
Page 24 of 6
Equipment
Notes for Equipment Section
This section may be used to reflect expenses related purchasing, maintenance and repair of equipment and vehicles, as approved by DHS/FEMA and within the scope of the Statement of Work.
Your Task Force is authorized to purchase equipment as listed in the approved DHS/FEMA 2017 US&R Task Force Equipment Cache List, or any subsequently approved DHS/FEMA US&R Equipment
list. Task Force personnel are reminded and directed not to exceed quantity and/or cost caps as listed on the cache list. Task Force must follow department procurement regulations, which are in
accordance with 2 CFR Part 200 to ensure reasonable prices are obtained. The US&R Branch and the Grants Office Assistance Officer must provide written approval for any other equipment not
identified on approved cache list(s). Those Task Forces who maintain an IST Medical Cache are to include the appropriate amount below for replacement of equipment and pharmaceuticals.
Please note: These expenses can be reflected within the Equipment category instead.
Equipment
Item Description
Item #
Cache #
Unit Cost
No. of Units
Total Cost
Equipment/Warehouse and Fleet
Maintenance/Repair
$34,677
1
$34,677
HEPP Maintenance
$15,500
1
$15,500
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Total
$50,177
Equipment
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for equipment costs below.
❑
Union Agreements
Maintenance costs associated with meeting the benchmarks set forth in Sections VI and VIII
of US&R 2023 Readiness Cooperative Agreement Statement of Work are anticipated to consist
of preventative maintenance/repair of Cache Equipment/Supplies per FL-TF2 and Manufacturer
recommended maintenance schedules. Fleet Repair/maintenance includes new tires, oil and
fuel filter changes, shock absorbers, replace burned out lights and other wear consumables.
0
p
City/County/Organization Negotiated Agreements
Historica/Data
HEPP and Task Force Equipment repair/maintenance is to repair any damage from wear and
tear, or maintenece for any of our gas, electric, and hydraulic equipment. Building Support for
the Warehouse may include items like: cleaning supplies, small repairs, floor mats, vacuum
cleaner, step ladders, chairs, tables, light bulbs, shelving racks, floor scrubbers, pa systems,
overhead doors repairs, lighting, etc.
❑
0
Bids/Quotes
Costs are in Comparison w/ other TFs for Similar Tasks or Items
0
Other (Listhere):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10F
Section 9
Storage Maintenance
Page 25 of 6
Supplies
Notes for Supplies Section
In the area below, provide an approximate listing of necessary supplies. Supply items/costs that should be listed are items other then what the equipment definition states as follows: The general
definition of "Equipment" out of the CFR is: "Equipment' means an article of nonexpendable, tangible personal property having a useful life of more than one year and an acquisition cost which
equals or exceeds the lesser of the capitalization level established by the governmental unit for financial statement purposes, or $5000.
Supplies
Item
Cache #
Unit Cost
No. of Units
Total cost
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Total
$0
Supplies
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for supply costs below.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
This narrative box has character limitations. For additional clarification use tab 12
0
Other (List here):
FEMA FORM 089-0-10F
Section 9
Storage Maintenance
Page 26 of 6
Contractual
Notes for Contractual Section
In the area below, list any supporting information for the contractual costs of services, rentals, etc., as it pertains to the maintenance and/or lease of storage facilities and associated US&R
equipment and supplies. Under the quantity for leases please include the square footage of the warehouse. Task force management is reminded you may only use cooperative agreement funds
to pay for warehouse leases for a twelve-month consecutive period within the overall period of performance and that there is no guarantee of cooperative agreement funding in future years (See
Statement of Work, Section F, Cooperative Agreement Funding at pages 21-22). Task forces may write contracts with an available fund's clause or option years for protection.
Contractual
Service
Prior Coverage Dates
Lease Begin Date
Lease End Date
Quantity _
Unit Cost
Total Cost
Controlled Temperature Enviroment: Trailer
24x56
12/1/2022 - 11/30/2023
12/1/2023
11/30/2024
12
$1,268
$15,216
USAR Trailer Offices - Trailer: 12x40
12/1/2022 - 11/30/2023
12/1/2023
11/30/2024
12
$950
$11,400
USAR Trailer Offices - Trailer: 12x56
12/1/2022 - 11/30/2023
12/1/2023
11/30/2024
12
$1,183
$14,196
New Office Lease - Placeholder
TBD
TBD
12
$34,404
AES Portable
2/1/2023- 1/30/2024
2/1/2024
1/30/2025
12
$88
$1,056
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Total
$76,272
Contractual
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for contractual costs below. Include square
footage and cost per for any facility leases included above.
—I
Union Agreements
Controlled temperature enviroment is for the rental of a trailer (approx. 1,300 square feet)
and the storage of temperature sensitive items; examples include: computers, radios, HazMat
monitors, MRE's, and medical cache. FL-TF2 USAR Trailer Offices rental (approx 1,100 square
feet) for full-time and part-time staff. Place -holder to relocate administration offices. Lease
costs and contractual services will not exceed 12 months as per FY 2023 Cooperative
!❑
❑
City/County/Organization Negotiated Agreements
Historica/Data
Agreement SOW.
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
0
Other (Listhere):
This narrative box has character limitations. For additional clarification use tab 12
Other
Notes for Other Section
This area will cover any miscellaneous items that are are storage & maintenance -related and allowable under the Statement of Work but not covered in the other object classes. Except for minor
renovations and modifications of existing warehouse facilities that do not change the footprint of the structure, construction and renovation costs are not allowed. Examples of permissible minor
renovation and modification costs include but are not limited to office/storage space build-out/reconfiguration, ceilings, loading docks/doors, lighting, HVAC, and security fencing. US&R Branch
Other (List minor renovation/modification costs here)
Item
Quantity
Unit Cost
Total Cost
$0
$0
$0
$0
$0
$0
Total
$0.00
Other
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for other costs below.
0
Union Agreements
0
City/County/Organization Negotiated Agreements
0
Historical Data
0
Bids/Quotes
0
Costs are in Comparison w/ other TFs for Similar Tasks or Items
0
Other (Listhere):
This narrative box has character limitations. For additional clarification use tab 12
I
FEMA FORM 089-0-10F
Section 9
Storage Maintenance
Page 27 of 6
Indirect Costs
Notes for Indirect Costs Section
Indirect Costs can only be provided if there is an Indirect Cost Rate Agreement that has been approved by a cognizant Federal Agency. A copy of the Indirect Cost Rate Agreement should
accompany the application. The Indirect Cost Rate Agreement that you provide should state what category or categories the Indirect Costs are based on, ie equipment, salaries, all expenses,
etc. The information provided below should list the description of the cost category for the base, the amount on which it's based, the percentage, and the total. The rate or amount approved at
time of award will prevail thru the term of the Cooperative Agreement.
Indirect Costs
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for indirect costs below.
Please advise who is
the Cognizant Federal Agency and the date of approval.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (Listhere):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10F
Section 9
Storage Maintenance
Page 28 of 6
BUDGET TOTALS
This summary will be populated based on figures entered into other sections of this narrative.
Activity
Cost
Administration & Management
$1,035,933.00
Training
$49,360.00
Equipment
$105,714.00
Storage & Maintenance
$126,449.00
Object Class
Cost
Personnel
$866,532.00
Fringe Benefits
$25,133.00
Travel
$85,500.00
Equipment
$155,891.00
Supplies
$7,000.00
Contractual
$177,400.00
Other
$0.00
Indirect Charges
$0.00
Activity Sum
$1,317,456.00
Object Class Sum
$1,317,456.00
Total
$1,317,456.00
FEMA FORM 089-0-10G
Section 10
Budget Totals
POSITION DESCRIPTIONS
Please fill in position descriptions below, or attach pre -typed descriptions.
1. Administrative Specialist: Name
Describe Administrative specialist functions here.
2. Financial Grants Manager: Name
Describe Financial Grants Manager functions here.
3. Grant Manager: Name
Describe Grant Manager functions here.
4. Lo• istics Coordinator:
Name
Describe Logistics Coordinator functions here.
5. Lo • istics Mana • er:
Name
Describe Logistics Manager functions here.
6. Program Manager: Name
Describe Program Manager functions here.
Section 11
FEMA FORM 089-0-10H Position Descriptions
Page 30 of 2
7. Training Coordinator: Name
Describe Describe Training Coordinator functions here.
Other Please list .osition and name
Describe •osition functions here.
Other Please list .osition and name
Describe •osition functions here.
8. Training Manager: Name
Describe Training Manager functions here.
Other Please list .osition and name
Describe •osition functions here.
Other Please list .osition and name
Describe •osition functions here.
FEMA FORM 089-0-10H
Section 11
Position Descriptions
Page 31 of 2
BUDGET CLARIFICATION
Please use the blocks below if additional space is needed to clarify other sections of the narrative
ADMINISTRATIVE MANAGEMENT
Personnel Salaries:
Fringe Benefits:
Travel:
ADMINISTRATIVE MANAGEMENT
Equipment:
Supplies:
Contractual:
ADMINISTRATIVE/MANAGEMENT
Other:
Direct Char. es
ADMINSTRATIVE/MANAGEMENT
FEMA FORM 089-0-101
Section 12
Budget Clarification
Page 32 of 5
TRAINING
Personnel Salaries:
Fringe Benefits:
Travel:
TRAINING
Equipment:
Supplies:
Contractual:
FEMA FORM 089-0-101
Section 12
Budget Clarification
Page 33 of 5
TRAINING
Other:
Direct Charges
E•UIPMENT
Personnel Salaries:
Frin • e Benefits:
Travel:
TRAINING
EQUIPMENT
E• lib ,meat:
Su,,•:lies:
Contractual:
FEMA FORM 089-0-101
Section 12
Budget Clarification
Page 34 of 5
EQUIPMENT
Other:
Direct Charges
EQUIPMENT
FEMA FORM 089-0-101
Section 12
Budget Clarification
Page 35 of 5
STORAGE & MAINTENANCE
STORAGE & MAINTENANCE
Personnel Salaries:
Equipment:
Fringe Benefits:
Supplies:
Travel:
Contractual:
FEMA FORM 089-0-101
Section 12
Budget Clarification
Page 36 of 5
FLORIDA TASK FORCE 2 - ADMINISTRATIVE MANUAL
Article VI. Position Descriptions for Program
Manager and Staff
FL-TF2 will maintain administrative staffing organized as part of the Special
Operations Division of the City of Miami Fire Rescue Department with the
following dedicated full-time personnel:
• Program Manager: 100%
Captain Erik Sanchez: Establish division goals and objectives; coordinate all
task force grant goals to comply with cooperative agreements; oversee day-to-
day task force operations; acts as liaison between the TF and the Sponsoring
Agency and acts as Task Force Representative at all local and national US&R
meetings.
• Staff Officer 1 /Administrative Training Manager: 100%
Lieutenant Noel Armas: Responsible for the timely delivery of training in
accordance with the requirements set forth by FEMA (Approximately 30
courses delivered in a two-year period), as well as the yearly training
requirements set forth by the Program Manager (Approximately 72 hours per
member). Responsible for tracking and reconciling all Task Force Training
hours. Provides supervisory assistance to the Program Manager.
• Staff Officer 2 /Administrative Logistics Manager: 100%
Lieutenant Joseph Barber: Responsible for all daily Finance and Procurement
(Administrative) issues and activities within the organization. Provide
supervisory assistance to the Program Manager. Responsible for all personnel
issues within the organization (Overtime reporting, time sheets, etc.).
• Financial Grants Manager: 100%
Miroslava Musser: Daily oversight of grant and financial matters in support of
task force activities; coordinates and assures any and all activity with ND
Grants as it relates to the TF.
Version 2023
1
FLORIDA TASK FORCE 2 — ADMINISTRATIVE MANUAL
• Special Projects Assistant: 100%
Shedrick Pope. Review and reconcile payroll expenditures between Oracle PNG
and Oracle Payroll modules. Responsible for ensuring all invoices and expenses
are paid and reconciled in a timely manner. File and retain all grant records.
Part -Time Personnel are also utilized as Discipline Coordinator positions. This
allows for the most cost-effective means of personnel allocation. They are utilized
on an as -needed basis and do not burden the organization with the cost of full-time
salaries.
The following part-time positions have been established within the Table of
Organization:
• Discipline Training Coordinator:
Frank Mainade (Civ): Responsible for assisting each discipline with their
monthly/yearly discipline training needs. Assists and facilitates our Drills and
Mobility Exercises.
• Readiness Coordinator:
Joe Sorrentino (Civ.): Responsible for assuring the Task Force is in a readiness
state at both the Training and Equipment levels. Responsible for updating our
deployment rosters.
• Financial Officer:
Julio Mestas (Civ.): Responsible for the financial oversight of team activity. Assist
with day-to-day financial support and management of grant goals and conducts all
reconciliation of reimbursement paperwork and coordinate any After -Action
Reports.
• Medical Coordinator:
Firefighter Ahmed Abousaleh: Responsible for the implementation and oversight
of the Medical Team. This responsibility includes response activities during
Version 2023
2
FLORIDA TASK FORCE 2 - ADMINISTRATIVE MANUAL
deployments, readiness activities, and team welfare. Coordinates yearly medical
exams and oversees all HIPAA-related information within the TF personnel files.
• Communications Coordinator:
Firefighter Gabriel Rodriguez: Responsible for the readiness and implementation
of the communications plan. Ensures communications equipment is functional and
deployable. Monitors, maintains, and updates equipment and conducts training
within his discipline.
• Hazmat/HEEP Coordinator:
Lieutenant Juan Abreu/Tony Prado (Civ.): Responsible for the WMD component
of the Task Force. (One fully stocked tractor -trailer containing about 1.2 million
dollars in equipment.) Oversees training and maintenance for all HazMat
equipment components and the new HazMat Equipment Push Package Cache
scheduled to be stored at the FL-TF2 warehouse.
• Canine Coordinator:
Lieutenant Jorge Cruz: Responsible for the readiness of the K-9 and technical
search component of the Task Force. Ensures that all search team members are in
compliance with requirements set forth by FEMA. Coordinates all training for TF
members within his discipline as well as oversees the coordination and site
maintenance of the TF2 training prop located in Davie, FL.
• Public Information Officer:
Captain Ignatius Carroll: Ensures that the message released by this Task Force is
in line with the position of the Department of Homeland Security and the
Sponsoring Agency, The City of Miami Fire Department. Disseminates TF-related
information to the local media and coordinates the TF Media Policy as it relates to
any and all media resources.
• Rescue Coordinator:
Captain Carlos Soldevila: Responsible for the oversight of all Rescue equipment.
Assists with the institution of rescue methodology and the implementation and
Version 2023
3
FLORIDA TASK FORCE 2 - ADMINISTRATIVE MANUAL
maintenance of light, medium, and heavy rescue vehicles: Guarantees the
readiness of the Rescue equipment cache and oversees training and skill testing for
every TF member in his discipline.
• Flood /Swiftwater Coordinator:
Firefighter Christopher Dudot: Responsible for the Flood/Swiftwater cache,
maintenance, and training in support of FEMA Directives. Oversees the continuing
education and training of all TF members.
• Logistics Coordinator:
Firefighter Jesus Garcia: Responsible for all response equipment contained within
the organization (over 20,000 individual items). Also responsible for excess
property and the day-to-day operations of the Warehouse Manager, Transportation
Officer, and Air Response Manager.
• Deputy Coordinator of Logistics:
Peter Darley Sr. (Civ): Responsible to assist the Logistics Coordinator with any
task related to Logistics (i.e., training, equipment maintenance, etc.).
• Warehouse Manager:
Firefighter Jesse Santerre: Responsible for the inventory, tracking, and
maintenance of all of our equipment, apparatus, and supplies. Oversees the day-to-
day operational readiness of our equipment cache.
• Air Response Manager:
Ishmael Colon -Marquez (Civ): Responsible for assuring our equipment and
apparatus are in a state of readiness to be deployed by air. Creates load plans for
response to disasters which include our equipment pallets, transportation vehicles,
and apparatus, as well as our personnel.
• Transportation Officer:
Rene Gomez (Civ.): Responsible for the entire Task Force fleet (4 tractors, 5 fifty -
foot trailers, 5 box trucks, 3 flatbeds, 2 SUVs, 5 F-350, 1 F-550, 1 Excursion, 2
Version 2023
4
FLORIDA TASK FORCE 2 - ADMINISTRATIVE MANUAL
forklifts, 8 off -road ATVs). Establishes and implements a transportation policy for
active drivers and a transportation plan during deployments. Oversees the day-to-
day operational readiness of the Transportation Cache, including but not limited to
monthly maintenance, minor repairs, and modifications, yearly inspections, records,
etc.
• Personnel Support Coordinator:
Firefighter Timothy Gleason: Responsible for the administration of the Personnel
Support Program to include Critical Incident Stress Management and Employee
Assistance; assisting personnel and family with needs during times of deployment
and coordinating CISD for the TF members and their relatives after deployment
and on an as -needed basis.
• Planning Coordinator:
Lieutenant Santiago Ramos: Responsible for the oversight of all Planning
equipment. Responsible for reviewing and updating FL-TF2 Administrative,
Strategic, and Mobilization Manuals as set by TF policy. Guarantees the readiness
of the Planning equipment cache and oversees training and skill testing for every
TF member in his discipline.
• Task Force Leaders (TFLs):
Fire Chief Joseph Zahralban (SAC), Asst. Fire Chief Scott Dean, Asst. Fire Chief
Robert Hevia, Asst. Fire Chief Christopher Diaz, and Executive Officer Grant
Musser: Utilized on an as -needed basis for special projects requiring management
oversight with regard to higher -level administrative duties. (Example: hurricane
reimbursements, audits). Additionally, responsible to function as a non -department
member liaison and representing FL-TF 2 at all local and national US&R meetings.
See Annex #2 Rates of Pay for Non-CBA members. US&R TF Program Directive
2015-06,- Rates of Pay per Hour; Exhibit "C"
Version 2023
5
FY 2023 - $37.832M Budget Spend Plan - Final
2023-OS-A391-D60D-XXXX Final Budget Amount:
$ 37,832,000
Task Forces:
$ 37,260,741
Direct Support:
$ 571,259
Task Force Readiness Cooperative Agreements
#
ITEM
UNIT COST
QTY
EXTENDED COST
SUBTOTAL
1
Program Management
$ 717,570
28
$ 1,259,456
$ 35,264,768
2
Staff & Other Travel - TAVs
$ 50,000
3
Support & Mtg. Travel or as directed by US&R Branch
$ 60,000
4
Readiness Assessment Program Participation
$ 5,000
5
Support & Trvl - Nat'l & Local Trng/Exer/Canine Evals
$ 82,500
6
Equip, Supplies, Veh Acquisition
$ 84,202
7
Equip Recapitilization - Congressional Intent
$ 94,714
8
Insurance Costs
9
Storage/Maintenance
$ 165,470
#
ITEM
SPECIFIC TFs
QTY
UNIT COST
SUBTOTAL
10
IST Cache
See: Spend Plan TF Details
1
$ 289,500
$ 289,500
11
HEPP Cache
See: Spend Plan TF Details
1
$ 322,000
$ 322,000
12
Capital Contingency
See: Spend Plan TF Details
1
$ 117,473
$ 117,473
13
Nat'l Level Training Delivery Hosting
1
$ 325,000
$ 325,000
14
Nat'l Level Training Initiatives
1
$ -
$ -
15
Divisional Multi -Task Force Field Exercises
0
$ 15,000
$ -
16
Divisional Multi -Task Force Table Top Exercises
0
$ 10,000
$ -
17
IST CE Wkshp & New Mbr Orntation Hosting - CY24
$ 62,000
$ -
18
IST National Level Training Course (S-420)
VA-TF2
1
$ 90,000
$ 90,000
19
IST Support
See: Spend Plan TF Details
1
$ 133,000
$ 133,000
20
Annual Meetings Hosting
1
$ 168,000
$ 168,000
21
Annual Advisory Organization Stipends
See: Spend Plan TF Details
1
$ 356,000
$ 356,000
22
Canine Search Specialist Certification Process
See: Spend Plan TF Details
1
$ 195,000
$ 195,000
23
TF Readiness Cooperative Agreements Subtotal:
98.5%
$ 37,260,741
24
TF Readiness CA Supplemental Funding - End of Year US&R Funding:
25
TF Readiness CA Supplemental Funding - End of Year PDO Funding:
26
Direct Task Force Support Subtotal:
1.5%
$ 571,259
27
Budget Task Force Surplus/Deficit Subtotal:
$ -
28
Final Budget Combined Spend Plans Total:
$
29
Administrative Travel Spend Plan Total (amount not paid from Appropriation):
FY 2023 - $37.832M Budget Spend Plan - Final
2023-OS-A391-D60D-XXXX Final Budget Total Amount:
$ 37,832,000
A391 - Task Forces:
$ 37,260,745
Direct Support:
$ 571,255
Spend Plan Task Force Details
#
ITEM
DETAILS
QTY
UNIT COST
SUBTOTAL
30
IST Cache Maintenance (Exercises, Med Kits, database)
CA-TF6, TX-TFI, VA-TF2
3
$ 91,500
$ 274,500
31
IST Cache Recapitalization
CA-TF6, TX-TFI, VA-TF2
3
$ 5,000
$ 15,000
32
Line 9: IST Cache Maintenance Total:
$ 289,500
33
HEPP Cache Maintenance
CA-TF7, CO-TFI, FL-TF2,lN-TFI, MD-
TF1, NV-TF1, TX-TF1
7
$ 35,000
$ 245,000
34
HEPP Cache Recapitalization
CA-TF7, CO-TF1, FL-TF2, IN-TF1, MD-
TF1, NV-TF1, TX-TF1
7
$ 11,000
$ 77,000
35
Line 10: HEPP Cache Maintenance Total:
$ 322,000
36
Capital Contingency
CO-TF1
1
$ 72,000
$ 72,000
37
Capital Contingency
NE-TF1
1
$ 45,473
$ 45,473
38
Line 11: Capital Contingency:
$ 117,473
$ 35,000
39
Nat'l Lvl Training Hosting - CSS
CA-TF6
1
$ 35,000
40
Nat'l Lvl Training Hosting - Comm N Workshop
not funded
0
$ 35,000
$ -
41
Nat'l Lvl Training Hosting - Comm Spec
MA-TFI
1
$ 55,000
$ 55,000
42
Nat'l Lvl Training Hosting - HERS
CA-TF7
1
$ 45,000
$ 45,000
43
Nat'l Lvl Training Hosting - Log
NJ-TFI
1
$ 40,000
$ 40,000
44
Nat'l Lvl Training Hosting - MTT
not funded
0
$ 90,000
$ -
45
Nat'l Lvl Training Hosting - MTT ****
not funded
0
$ 90,000
$ -
46
Nat'l Lvl Training Hosting - PTT
VA-TF2
1
$ 40,000
$ 40,000
47
Nat'l Lvl Training Hosting - SOFR
CA-TFs
1
$ 35,000
$ 35,000
48
Nat'l Lvl Training Hosting - TFL
PA-TFI
1
$ 35,000
$ 35,000
49
Nat'l Lvl Training Hosting - TSS
CA-TF7
1
$ 40,000
$ 40,000
50
Line 12: Nat'l Level Training Delivery Hosting Total:
$ 325,000
51
Nat'l Lvl Annual Water Ops Training Workshop (CY24 delivery)
$ 10,000
$ -
52
Line 13 Nat'l Level Training Initiatives Total:
$ -
53
IST Support - ISTL Stipend - Red IST
VA-TF2
1
$ 6,000
$ 6,000
54
IST Support - ISTL Stipend - White IST
CA-TF5
1
$ 6,000
$ 6,000
55
IST Support - ISTL Stipend - Blue IST ***
TX-TFI
1
$ 6,000
$ 6,000
56
IST Support - C&GS Stipend Facilitation
NE-TFI
10
$ 1,500
$ 15,000
57
IST Support - IST Trng Facilitation
NE-TFI
1
$ 100,000
$ 100,000
58
Line 17: IST Support Total:
$ 133,000
59
Annual Mtg Hosting - CY23 - Bienniel SAC Meeting
CO-TFI
1
$ 20,000
$ 20,000
60
Annual Mtg Hosting - FY24 Strat Mtg
CO-TFI
2
$ 1,000
$ 2,000
61
Annual Mtg Hosting - CY24 Adv Grp Mtg
CO-TFI
1
$ 1,000
$ 1,000
62
Annual Mtg Hosting - CY24 TFR Mtg
CA-TF5
1
$ 65,000
$ 65,000
63
Annual Mtg Hosting - CY24 Grants Wkshp
CA-TF5
1
$ 5,000
$ 5,000
64
Annual Mtg Hosting - CY24 Trng/Exercise Wkshp
CA-TF5
1
$ 10,000
$ 10,000
65
Annual Mtg Hosting - CY24 Adv Org Meetings
UT-TF1
1
$ 65,000
$ 65,000
66
Line 18: Annual Mtg Hosting Total:
$ 168,000
67
Annual Adv Org Stipends - SACR-Ds
CA-TF5, CO-TFI, XX-TFI
3
$ 8,000
$ 24,000
68
Annual Adv Org Stipends - TFR-N
NY-TFI
1
$ 20,000
$ 20,000
69
Annual Adv Org Stipends - TFR-Ds
CA-TF6, NE-TFI, PA-TFI
3
$ 15,000
$ 45,000
70
Annual Adv Org Stipends - Adv Grp Chair
IN-TFI
1
$ 30,000
$ 30,000
71
Annual Adv Org Stipends - Dep Adv Grp Chair
UT-TF1
1
$ 24,000
$ 24,000
72
Annual Adv Org Stipends - Legal Rep
UT-TF1
1
$ 8,000
$ 8,000
73
Annual Adv Org Stipends - Func Grp Ldrs***
See current Adv Org List
5
$ 12,000
$ 60,000
74
Annual Adv Org Stipends - Dep FGLs***
See currentAdvOrgList
5
$ 4,000
$ 20,000
75
Annual Adv Org Stipends - Subgroup & Unit Ldrs***
See current Adv Org List
20
$ 4,000
$ 80,000
76
Annual Adv Org Stipends - IT Support
UT-TF1
1
$ 30,000
$ 30,000
77
Annual Adv Org Stipends - Exer Unit Support***
NE-TFI
1
$ 15,000
$ 15,000
78
Line 19: Annual Advisory Organization Stipends Total:
$ 356,000
79
Canine Search Specialist Certification Evaluations
NY-TF1, VA-TF1, TN-TF1, TX-
TF1, CA-TF6, CA-TF7
6
$ 32,500
$ 195,000
80
Line 20: Canine Search Specialist Certification Process Total:
$ 195,000
FY 2023 - $37.832M Budget Spend Plan - Final
2023-OS-A391-D60D-XXXX Final Budget Total Amount:
$ 37,832,000
Task Forces:
$ 37,260,745
Direct Support:
$ 571,255
Direct Task Force Support Spend Plan
#
ITEM
DETAILS
QTY
UNIT COST
SUBTOTAL
81
Balance of Planned Operational Travel Costs
On:OpsTrvlSpendPlan
n/a
n/a
$ 106,200
82
IST and HEPP Fleet Use & Maintenance
1
$ 93,839
$ 93,839
83
IST Equipment
IST Clothing
1
$ 10,009
$ 10,009
84
Learning Management System (AnnualsustainmentFee)
1
$ 77,611
$ 77,611
85
Nat'l Training Development/Delivery
1
$ -
$ -
86
Nat'l Training: Top Down Review
1
$ -
87
Program Documentation (Fed Register/FOGs)
1
$ 2,600
$ 2,600
88
Shipping - Freight, General
1
$ 10,000
$ 10,000
89
Technical Support Contract
HSFE70-15-F-0090
1
$ 80,000
$ 80,000
90
US&R Mail
UPS / DHL
1
$ 5,000
$ 5,000
91
USACE Interagency Agreement*****
1
$ 154,000
$ 154,000
92
Warehouse Services Credit Card
1
$ 15,000
$ 15,000
93
Equipment Cache Recapitilization (shipping for Portable
Radios
228 Portable Radios,
Shipping
1
$ 15,000
$ 15,000
94
OCONUS Operations
2
$ 1,000
$ 2,000
95
$ -
96
IT Service Cost for SIM Cards
$ 500
$ -
97
$ -
98
$ -
$ -
99
$ -
$ -
100
Security Clearances (Tier2-$6,163)
$ -
$ -
101
$ -
$ -
102
$ -
$ -
103
$ -
$ -
104
$ -
$ -
105
$ -
$ -
106
$ -
$ -
107
$ -
$ -
108
$ -
$ -
109
$ -
$ -
110
$ -
$ -
111
$ -
$ -
112
$ -
$ -
113
$ -
$ -
114
$ -
$ -
115
$ -
$ -
116
$ -
$ -
117
$ -
$ -
118
$ -
$ -
119
$ -
$ -
120
Direct Task Force Support Subtotal:
1.51%
$ 571,259
FY 2023 - $37.832M Budget Spend Plan - Final
2023-OS-A391-D60D-XXXX Final Budget Total Amount:
$ 37,832,000
Task Forces: $ 37,260,745
Direct Support:
$ 571,255
Operational Travel Spend Plan (A391)
#
ITEM
Travel Dates
DETAILS
QTY
UNIT COST
ESTIMATE
PAID
ACTUAL
121
Staff - AAR - Ian
11/30/22
12/02/22
AAR- Hurricanelan
5
$ -
122
Staff - ARE - PA-TF1
ARE
5
$ 2,000
$ 10,000
123
Staff - ARE - WA-TF1
S10,o13
5
$ 2,000
$ 10,000
$ -
$ -
124
Staff - ARE - VA-TF2
ARE
5
$ 2,000
$ 10,000
$ -
$ -
125
Staff - ARE - NV-TF1
ARE
5
$ 2,000
$ 10,000
$ -
$ -
126
Staff - ARE - UT-TF1
ARE
5
$ 2,000
$ 10,000
$ -
$ -
127
Staff - T&E - ORE
TX-TF1 ORE
2
$ 2,000
$ 4,000
$ -
$ -
128
Staff - T&E - S-420
S-420
4
$ 2,500
$ 10,000
$ -
$ -
129
Staff - T&E - IST CE
1ST CE
6
$ 2,200
$ 13,200
$ -
$ -
130
Staff- PR PEK Maintenance
OCONUSCacheRehab
3
$ 3,000
$ 9,000
$ -
$ -
131
$ 2,500
$ -
$ -
$ -
132
$ 2,500
$ -
$ -
$ -
133
$ 2,500
$ -
$ -
$ -
134
$ 2,500
$ -
$ -
$ -
135
Site Visit - TAV
UnplannedOn-SiteTAV
2
$ 2,000
$ 4,000
$ -
$ -
136
Site Visit - TAV
Unplanned On -Site TAV
$ 2,500
$ -
$ -
$ -
137
Staff -T&E- Unplanned
UnplannedT&E
6
$ 2,000
$ 12,000
$ -
$ -
138
Staff -T&E- Unplanned
UnplannedT&E
$ 2,000
$ -
$ -
$ -
139
Staff -T&E- Unplanned
UnplannedT&E
$ 2,500
$ -
$ -
$ -
140
Staff -T&E- Unplanned
UnplannedT&E
$ 2,500
$ -
$ -
$ -
141
Staff - T&E - GIS / UAS
GIS/UAS Exercise
2
$ 2,000
$ 4,000
$ -
$ -
142
Staff - T&E - GIS / UAS
GIS/UAS Exercise
$ 2,500
$ -
$ -
$ -
143
Staff - T&E - GIS / UAS
GIS/UAS Training
$ 2,500
$ -
$ -
$ -
144
Staff - T&E - GIS / UAS
GIS/UAS Training
$ 2,500
$ -
$ -
$ -
145
Staff- PR PEK Maintenance
OCONUSCacheRehab
$ 3,000
$ -
$ -
$ -
146
$ -
$ -
$ -
147
$ -
$ -
$ -
148
$ -
$ -
$ -
149
$ -
$ -
$ -
150
$ -
$ -
$ -
151
$ -
$ -
$ -
152
$ -
$ -
$ -
148
$ -
$ -
$ -
149
$ -
$ -
$ -
150
$ -
$ -
$ -
151
$ -
$ -
$ -
152
$ -
$ -
$ -
153
$ -
$ -
$ -
154
$ -
$ -
$ -
155
$ -
$ -
$ -
156
$ -
$ -
$ -
157
$ -
$ -
$ -
158
$ -
$ -
$ -
159
$ -
$ -
$ -
160
$ -
$ -
$ -
161
$ -
$ -
$ -
162
$ -
$ -
$ -
163
$ -
$ -
$ -
164
$ -
$ -
$ -
165
$ -
$ -
$ -
166
Ops Travel Details Subtotal (Balance included on "Direct Support" Spend Plan - Line #26):
$ 106,200.00
$ -
$ -
National Urban Search and Rescue FY2023
Readiness Cooperative Agreements
APPENDIX D
Sponsoring Agency/Cooperative Agreement Recipients
Base Funding Amount
Administrative
Costs
Special Cache
Costs
Total Cooperative
Agreement Amount
1
City of Phoenix Fire Department (AZ-TF1)
Attn: Jake Van Hook (jake.van.hook@phoenix.gov)
2430 S. 2nd Avenue
Phoenix, AZ 85009 (602) 256-3149
$1,259,456
$0
$0
$1,259,456
2
City of Los Angeles Fire Department (CA-TF1)
Attn: Craig White (craig.white@lacity.org)
5021 N. Sepulveda Blvd.
Sherman Oaks, CA 91403 (818) 756-9678
$1,259,456
$4,000
$0
$1,263,456
3
Los Angeles County Fire Department (CA-TF2)
Attn: Greg Short (greg.short@fire.lacounty.gov)
12605 Osborne Street
Pacoima, CA 91331 (818) 890-5700
$1,259,456
$0
$0
$1,259,456
4
Menlo Park Fire Protection District (CA TF3)
Attn: John Wurdinger(johnw@MenloFire.org)
170 Middlefield Road
Menlo Park, CA 94025 650-688-8405
$1,259,456
$0
$0
$1,259,456
5
City of Oakland Fire Services Agency (CA TF4)
Attn: Tracey Chin (tchin@oaklandca.gov)
150 Frank H. Ogawa Plaza, Suite 3354
Oakland , CA 94612-2007 (510) 615-5872
$1,259,456
$4,000
$0
$1,263,456
6
Orange County Fire Authority (CA-TF5)
Attn: Sean Lowry (seanlowry@ocfa.org)
19811 Pauling Avenue
Lake Forest, CA 92610 (949) 389-0055
$1,259,456
$122,000
$0
$1,381,456
7
City of Riverside Fire Department (CA-TF6)
Attn: Steve McKinster (smckinster@riversideca.gov)
3085 St. Lawrence Street
Riverside, CA 92504 (951) 351-6292
$1,259,456
$82,500
$96,500
$1,438,456
8
City of Sacramento (CA-TF7)
Attn: Chris Costamagna
5770 Freeport Blvd. #200
Sacramento, CA 95822 (916) 767-2204
$1,259,456
$117,500
$46,000
$1,422,956
9
City of San Diego Fire -Rescue Department (CA-TF8)
City of San Diego
Attn: Aide Barbat (abarbat@sandiego.gov)
1010 Second Ave., Suite 400
San Diego, CA 92101 (619) 572-5690
$1,259,456
$35,000
$0
$1,294,456
10
West Metro Fire Protection District (CO-TF1)
Attn: Bob Olme (bolme@westmetrofire.org)
433 S. Allison Street
Lakewood, CO 80226-4332 (303) 274-0814 x11
$1,259,456
$103,000
$46,000
$1,408,456
11
Metro -Dade County Fire Department (FL TF1)
Attn: Brandon Webb (Brandon.Webb@miamidade.gov)
9300 NW 41 St.
Miami, FL 33178 (786) 331-4486
$1,259,456
$0
$0
$1,259,456
12
City of Miami Fire and Rescue (FL-TF2)
Attn: Erik Sanchez (eriksanchez@miamigov.com)
1150 SW 22nd Street
Miami, FL 33129 (786) 554-3155
$1,259,456
$12,000
$46,000
$1,317,456
13
City of Indianapolis - DPS (IN-TF1)
Attn: Tom Neal (Thomas.Neal@indy.gov)
2650 Fortune Circle East Drive
Indianapolis, IN 46241 (317) 327-6762
$1,259,456
$4,000
$46,000
$1,309,456
14
City of Beverly Emergency Management Agency (MA-TF1)
Attn: Mark Foster (mfoster@beverlyma.gov)
13 Morningside Drive
Beverly, MA 01915 (978) 922-5680
$1,259,456
$55,000
$0
$1,314,456
15
Montgomery County Fire and Rescue Service (MD-TF1)
Dept. of Fire & Rescue Services
Attn: Robert Stojinski
(robert.stoji ns ki@montgomerycountymd.gov)
701-C Dover Road
Rockville, MD 20852 (240) 777-2355
$1,259,456
$0
$46,000
$1,305,456
5 of 15
8/1/2023 2:05 PM
National Urban Search and Rescue FY2023
Readiness Cooperative Agreements
APPENDIX D
Sponsoring Agency/Cooperative Agreement Recipients
Base Funding Amount
Administrative
Costs
Special Cache
Costs
Total Cooperative
Agreement Amount
16
Boone County Fire Protection District (MO-TF1)
Attn: Charles Leake (cleake@bcfdmo.com)
1520 Business Loop, 70 West
Columbia, MO 65202 (573) 447-5000
$1,259,456
$8,000
$0
$1,267,456
17
City of Lincoln, NE Fire and Rescue Department (NE TF1)
ATTN: Brad Thavenet (wthavenet@lincoln.ne.gov)
1801 Q Street
Lincoln, NE 68508 (402) 441-8799
$1,259,456
$248,473
$0
$1,507,929
18
New Jersey State Police (NJ-TF1)
Attn: Kevin Morrissey (Ippmorrk@gw.njsp.org)
2350 State Hwy. 34 North
Manasquan (Wall Twsp.), New Jersey 08736 (732) 528-3040 x 14
$1,259,456
$40,000
$0
$1,299,456
19
Clark County Fire Department (NV-TF1)
ATTN: Kenyon Leavitt (kenyon.Ieavitt.usar@gmail.com)
575 East Flamingo Road
Las Vegas, NV 89119 (702) 455-8417
$1,259,456
$8,000
$46,000
$1,313,456
20
NYC Office of Emergency Management (NY-TF1)
Attn: Brittany Schiliro (bschiliro@oem.nyc.gov)
11 Water Street
Brooklyn, NY 11201 (718) 422-4897
$1,259,456
$56,500
$0
$1,315,956
21
Miami Valley Fire/EMS Alliance (OH-TF1)
Attn: Evan Schumann (eschumann@ohtf1.com)
2800 Old Springfield Road, Suite E
Vandalia, Ohio 45377 (937) 742-7244
$1,259,456
$16,000
$0
$1,275,456
22
Philadelphia Fire Department (PA-TF1)
Attn: Ken Pagurek (pagurekk@patf1.org)
6601 New State Road
Philadelphia, PA 19141-2202 (215) 683-9245
$1,259,456
$50,000
$0
$1,309,456
23
City of Memphis Division of Fire Services
Attn: Johnny Lock (Johnny.Lock@memphistn.gov)
4341 O.K. Robertson Rd
Memphis, TN 38127 (901) 636-5713
$1,259,456
$36,500
$0
$1,295,956
24
Texas Engineering Extension Service (TX-TF1)
Attn: Chuck Jones (chuck.jones@teex.tamu.edu)
John B. Connally Bldg. 301 Tarrow
College Station, TX 77840 (979) 458-5670
$1,259,456
$58,500
$142,500
$1,460,456
25
Salt Lake Urban Search & Rescue (UT-TF1)
Attn: Bryan Case (bcase@unifiedfire.org)
6726 South Navigator Drive
West Jordan, UT 84084 (801) 824-3706
$1,259,456
$135,000
$0
$1,394,456
26
Fairfax County Fire and Rescue Dept.
Attn: Jeff Lewis(jeffrey.Iewis@fairfaxcounty.gov)
4600 West Ox Road
Fairfax, VA 22030 (703) 803-2105
$1,259,456
$32,500
$0
$1,291,956
27
Virginia Beach Fire Department (VA-TF2)
Attn: Michael Hopkins (mwhopkins@vbgov.com)
Special Operations,Municipal Center
2408 Courthouse Drive, Building #21
Virginia beach, VA 2 4bri-9Utib (f f) :iti5-2O22
$1,259,456
$152,000
$96,500
$1,507,956
28
Pierce County Dept. of Emerg. Mgmt (WA-TF1)
Attn: William Palmer (wpalmer@co.pierce.wa.us)
2501 S 35th Street
Tacoma, WA 98409 (253) 798-2682
$1,259,456
$4,000
$0
$1,263,456
Totals:
$35,264,768
$1,384,473
$611,500
$37,260,741
6 of 15
8/1/2023 2:05 PM
National Urban Search and Rescue FY2022 Readiness Cooperative Agreements
APPENDIX E
Task
Force
Strategic Group, Advisory Group Leadership
(Attachment G) & National Meeting Name/ Purpose of
Financial Facilitation
SAC/National/
Divisional
Rep/Advisory Group
Member/Financial
Facilitation $$
TFR
Meetings/Advisory
Group/SG
Meeting/SAC Meeting
Host $$
Canine Search Spec.
Certification $$
National Training
Host
IST ConEd, IST
Training, IST Support
Capital Contingency
Total Amount Per
Task Force
AZ-TF1
0.00
CA-TF1
Annual Adv Org Stipends - SGL - Exercise
4,000.00
4,000.00
CA-TF2
0.00
CA-TF3
0.00
CA-TF4
Annual Adv Org Stipends - SGL - Medical
4,000.00
4,000.00
CA-TF5
Annual Adv Org Stipends - SACR-D West
Annual Adv Org Stipends - FGL - Command/IST
Annual Adv Org Stipends - Dep FGL Command/IST
Annual Adv Org Stipends - FGL Logistics
Annual Mtg Hosting - CY24 TFR Mtg
Annual Mtg Hosting - CY24 Grants Wkshp
Annual Mtg Hosting - CY24 Trng/Exercise Wkshp
Annual Adv Org Stipends - IST-L White
8,000.00
12,000.00
4,000.00
12,000.00
65,000.00
5,000.00
10,000.00
6,000.00
122,000.00
CA-TF6
Annual Adv Org Stipends - TFR-D West
Nat'l Level Training - CSS
Canine Search Specialist Certification Evaluations
15,000.00
32,500.00
35,000.00
82,500.00
CA-TF7
Canine Search Specialist Certification Evaluations
Nat'l Level Training - HERS
Nat'l Level Training - TSS
32,500.00
45,000.00
40,000.00
117,500.00
CA-TF8
Nat'l Level Training - SOFR
35,000.00
35,000.00
CO-TF1
Annual Adv Org Stipends - SACR-D Central
Annual Mtg Hosting - CY23 - Bienniel SAC Meeting
Annual Mtg Hosting - FY24 Strat Mtg (X2-$1K ea)
Annual Mtg Hosting - CY24 Adv Grp Mtg
Capital Contingency
8,000.00
20,000.00
2,000.00
1,000.00
72,000.00
103,000.00
7
National Urban Search and Rescue FY2022 Readiness Cooperative Agreements
APPENDIX E
Task
Force
Strategic Group, Advisory Group Leadership
(Attachment G) & National Meeting Name/ Purpose of
Financial Facilitation
SAC/National/
Divisional
Rep/Advisory Group
Member/Financial
Facilitation $$
TFR
Meetings/Advisory
Group/SG
Meeting/SAC Meeting
Host $$
Canine Search Spec.
Certification $$
National Training
Host
IST ConEd, IST
Training, IST Support
Capital Contingency
Total Amount Per
Task Force
FL-TF1
0.00
FL-TF2
Annual Adv Org Stipends - FGL - Finance/Admin
12,000.00
12,000.00
Annual Adv Org Stipends - SGL - Transportation
4,000.00
IN-TF1
4,000.00
MA-TF1
Nat'l Level Training - COMM Spec
55,000.00
55,000.00
MD-TF1
0.00
Annual Adv Org Stipends - SGL - Communications
4,000.00
8,000.00
MO-TF1
Annual Adv Org Stipends - SGL - IST
4,000.00
Annual Adv Org Stipends - TFR-D Central
15,000.00
Annual Adv Org Stipends - SACR-D East
8,000.00
Annual Adv Org Stipends - Adv Grp Chair
30,000.00
Annual Adv Org Stipends - SGL - Search
4,000.00
Annual Adv Org Stipends - SGL - Training
4,000.00
Annual Adv Org Stipends - SGL - HEPP
4,000.00
NE-TF1
Annual Adv Org Stipends - SGL - IST Cache
4,000.00
248,473.00
Annual Adv Org Stipends - Dep FGL Admin/Finance
4,000.00
Funding Support - Exercise Unit
15,000.00
Funding Support - C&GS Stipend Facilitation
15,000.00
Funding Support - IST Training Facilitation
100,000.00
Capital Contingency
45,473.00
NJ-TF1
Nat'l Level Training - Logs
40,000.00
40,000.00
Annual Adv Org Stipends - SGL - Safety
4,000.00
NV-TF1
Annual Adv Org Stipends - SGL - Public Affairs
4,000.00
8,000.00
Annual Adv Org Stipends - TFR - National
20,000.00
Annual Adv Org Stipends - SGL - Canine
4,000.00
NY-TF1
56,500.00
Canine Search Specialist Certification Evaluations
32,500.00
Preparedness FGL
12,000.00
OH-TF1
Annual Adv Org Stipends - SGL - Mgmt / AAR
4,000.00
8
16,000.00
National Urban Search and Rescue FY2022 Readiness Cooperative Agreements
APPENDIX E
Task
Force
Strategic Group, Advisory Group Leadership
(Attachment G) & National Meeting Name/ Purpose of
Financial Facilitation
SAC/National/
Divisional
Rep/Advisory Group
Member/Financial
Facilitation $$
TFR
Meetings/Advisory
Group/SG
Meeting/SAC Meeting
Host $$
Canine Search Spec.
Certification $$
National Training
Host
IST ConEd, IST
Training, IST Support
Capital Contingency
Total Amount Per
Task Force
Annual Adv Org Stipends - TFR-Ds
15,000.00
PA-TF1
Nat'l Level Training - TFL
35,000.00
50,000.00
Annual Adv Org Stipends - Dep FGL - Preparedness
4,000.00
TN-TF1
Canine Search Specialist Certification Evaluations
32,500.00
36,500.00
Annual Adv Org Stipends - IST-L Blue
6,000.00
Canine Search Specialist Certification Evaluations
32,500.00
TX-TF1
Annual Adv Org Stipends - Operations FGL
12,000.00
58,500.00
Annual Adv Org Stipends - SGL - Structures
4,000.00
Annual Adv Org Stipends - SGL - Equipment
4,000.00
Annual Adv Org Stipends - Dep Adv Grp Leader
24,000.00
Annual Adv Org Stipends - Legal Rep
8,000.00
Annual Adv Org Stipends - SGL - Response
4,000.00
UT-TF1
Annual Adv Org Stipends - SGL - Planning
4,000.00
135,000.00
Annual Adv Org Stipends - IT Support
30,000.00
Annual Mfg Hosting - CY24 Adv Org Meetings
65,000.00
VA-TF1
Canine Search Specialist Certification Evaluations
32,500.00
32,500.00
Annual Adv Org Stipends - SGL - Rescue
4,000.00
Annual Adv Org Stipends - SGL - HazMat
4,000.00
Nat'l Level Training - PTT
90,000.00
VA-TF2
Annual Adv Org Stipends - ISTL - Red
40,000.00
152,000.00
Annual Adv Org Stipends - Dep FGL - Logistics
4,000.00
6,000.00
Annual Adv Org Stipends - Dep FGL - Command
4,000.00
WA-TF1
Annual Adv Org Stipends - SGL - Finance
4,000.00
4,000.00
Totals:
348,000.00
176,000.00
195,000.00
325,000.00
223,000.00
117,473.00
1,384,473.00
9
National Urban Search and Rescue FY2023
Readiness Cooperative Agreements
APPENDIX F
Sponsoring Organization/Cooperative
Agreement Recipients
Task Force
HEPP Cache
Maintenance &
Recapitalization
(PAPR Year 1 of 3) -
Line 9
IST Cache
Maintenance &
Recapitalization -
Line 8
Total Amount
Per Task Force
City of Phoenix Fire Department
AZ-TF1
$
City of Los Angeles Fire Department
CA-TF1
$ -
Los Angeles County Fire Department
CA-TF2
$ -
Menlo Park Fire Protection District
CA-TF3
$ -
Oakland Fire Department
CA-TF4
$ -
Orange County Fire Authority
CA-TF5
$ -
City of Riverside Fire Department
CA-TF6
$ 96,500.00
$ 96,500.00
City of Sacramento Fire Department
CA-TF7
$ 46,000.00
$ 46,000.00
City of San Diego Fire-
RescueDepartment
CA-TF8
$
West Metro Fire Protection District
CO-TF1
$ 46,000.00
$ 46,000.00
Miami -Dade County Fire Department
FL-TF1
$ -
City of Miami Fire and Rescue
FL-TF2
$ 46,000.00
$ 46,000.00
City of Indianapolis - DPS
IN-TF1
$ 46,000.00
$ 46,000.00
City of Beverly EMA
MA-TF1
$ -
10
National Urban Search and Rescue FY2023
Readiness Cooperative Agreements
APPENDIX F
Sponsoring Organization/Cooperative
Agreement Recipients
Task Force
HEPP Cache
Maintenance &
Recapitalization
(PAPR Year 1 of 3) -
Line 9
IST Cache
Maintenance &
Recapitalization -
Line 8
Total Amount
Per Task Force
Montgomery County Fire and Rescue
Service
MD-TF1
$ 46,000.00
$ 46,000.00
Boone County Fire Protection District
MO-TF1
$ -
Lincoln Fire & Rescue
NE-TF1
$ -
NJ State Police
NJ-TF1
$ -
Clark County Fire Department
NV-TF1
$ 46,000.00
$ 46,000.00
NYC Office of Emergency
Management
NY-TF1
$
Miami Valley Fire/EMS Alliance
OH-TF1
$ -
Philadelphia Fire Department
PA-TF1
$ -
City of Memphis Fire Service
TN-TF1
$ -
Texas Engineering Extension Service
TX-TF1
$ 46,000.00
$ 96,500.00
$ 142,500.00
Salt Lake Urban Search & Rescue
UT-TF1
$ -
Fairfax County Fire and Rescue Dept.
VA-TF1
$ -
Virginia Beach Fire Department
VA-TF2
$ 96,500.00
$ 96,500.00
Pierce County Dept. of Emerg.
Mgmt/US&R
WA-TF1
$
Totals:
$ 322,000.00
$ 289,500.00
$ 611,500.00
11
UPDATED 03-23-2023
POSITION
NAME
TASK FORCE
AMOUNT
SACR-D (East)
NE-TF1*
8,000
SACR-D (West)
Brian
Fennessy
CA-TF5
8,000
SACR-D (Central)
Don
Lombardi
CO-TF1
8,000
TFR-N
Joe
Downey
NY-TF1
20,000
ADVISORY GROUP CHAIR
NE-TF1*
30,000
DEPUTY ADVISORY GROUP CHAIR
Keith
Bevan
UT-TF1
24,000
TFR-D (East)
Ken
Pagurek
PA-TF1
15,000
TFR-D (Central)
Brad
Thavenet
NE-TF1
15,000
TFR-D (West)
Steve
McKinster
CA-TF6
15,000
LEGAL REPRESENTATIVE
Brian
Roberts
UT-TF1
8,000
COMMAND-IST FUNCTIONAL GROUP LEADER
Mike
Boyle
CA-TF5
12,000
DEPUTY FUNCTIONAL GROUP LEADER
Randy
Journigan
VA-TF2
4,000
SUBGROUP LEADER - RESPONSE
Embret
Fossum
UT-TF1
4,000
SUBGROUP LEADER - IST
Ernie
Rhodes
MO-TF1
4,000
SUBGROUP LEADER - PLANNING
Roger
Beckman
UT-TF1
4,000
SUBGROUP LEADER - PUBLIC AFFAIRS
Karl
Lee
NV-TF1
4,000
SUBGROUP LEADER - SAFETY
Jim
Colston
NV-TF1
4,000
OPERATIONS FUNCTIONAL GROUP LEADER
Jeff
Saunders
TX-TF1
12,000
DEPUTY FUNCTIONAL GROUP LEADER
Kevin
Fetterman
CA-TF5
4,000
SUBGROUP LEADER - RESCUE
Jon
Rigolo
VA-TF2
4,000
SUBGROUP LEADER - SEARCH
NE-TF1*
4,000
SUBGROUP LEADER - HAZMAT
Mark
Hundley
VA-TF2
4,000
SUBGROUP LEADER - STRUCTURES
Peter
Keating
TX-TF1
4,000
SUBGROUP LEADER - CANINE
Scott
Mayeyshuk
NY-TF1
4,000
SUBGROUP LEADER - MEDICAL
Linda
Buell
CA-TF4
4,000
PLANNING FUNCTIONAL GROUP LEADER
Mike
Casye
OH-TF1
12,000
DEPUTY FUNCTIONAL GROUP LEADER
Bill
Geyer
TN-TF1
4,000
SUBGROUP LEADER - TRAINING
NE-TF1*
4,000
SUBGROUP LEADER - EXERCISE
Jarvis (Bubba)
Willis
CA-TF1
4,000
LOGISTICS FUNCTIONAL GROUP LEADER
Richard
Ventura
CA-TF5
12,000
DEPUTY FUNCTIONAL GROUP LEADER
Wayne
Black
VA-TF2
4,000
SUBGROUP LEADER - EQUIPMENT
Keith
Brown
TX-TF1
4,000
SUBGROUP LEADER - TRANSPORTATION
Mark
Rapp
IN-TF1
4,000
SUBGROUP LEADER - HEPP
Vacant
NE-TF1*
4,000
SUBGROUP LEADER - 1ST CACHE
Vacant
NE-TF1*
4,000
SUBGROUP LEADER - COMMUNICATIONS
Justin
Watters
UT-TF1
4,000
FINANCE/ADMIN FUNCTIONAL GROUP LEADER
Grant
Musser
FL-TF2
12,000
DEPUTY FUNCTIONAL GROUP LEADER
Vacant
NE-TF1*
4,000
SUBGROUP LEADER - FINANCE
Vanessa
Soun
WA-TF1
4,000
SUBGROUP LEADER - MANAGEMENT - AAR
Evan
Schumann
OH-TF1
4,000
311,000
FY 2023 COOPERATIVE AGREEMENT STATEMENT OF WORK -- SUMMARY OF DELIVERABLES APPENDIX H
YEARLY REPORTING REQUIREMENTS
Deliverable
Due Date(s)
Method(s) of Submittal
Point(s) of Contact
Additional Information_
1
Grant Application
June 1st (est)
Submit application through FEMA GO
System.
Tawana Mack / Rayna Bal
Use current template (FEMA
Form 089-0-10)
2
Task Force Self -Evaluation
Per Program Directive
Formstack
Parry Boogard
National US&R Reponse System
Task Force Self -Evaluation
Scoresheet (FEMA Form 089-0-
14)
3
Equipment Database
January 31 st
Submit via email, OneDrive, LMS -
Depending on file size and capability.
US&R Branch cannot except external
drive (ie thumb drive or CD)
Bruce Barnett / Dave Conrad
q
Inventory of Federally Owned Equipment (2nd Cache,
HEPP & IST, where applicable); Current copy of 18-4
January31 st
Bruce Barnett / Dave Conrad
Bruce Neuhaus
Time -Phase Force Deployment Data
(TPFDD)/"Aircraft Loading Data" form (FEMA Form
089-0-15)
January 31 st
6
HEPP Maintenance Annual Cost Estimates
October 30th
Submit via email, OneDrive, LMS -
Depending on file size and capability.
US&R Branch cannot except external
drive (ie thumb drive or CD)
Bruce Barnett
This cost estimate shall be based
on actual expenses incurred from
the previous year and any
additional costs anticipated for
the following year.
7
Semi -Annual Performance Report (FEMA Form 089-
0-11)
January 30th
Submit Semi -Annual Perforance Report
through ND Grants
Rayna Bal
Tawana Mack
FEMA Form 089-0-11
July 30th
8
Quarterly Financial Report (SF-425)
October 30th
Submit SF425 through the Payment and
Reporting System (PARS)
Must be submitted in PARS to
continue to draw down funds
January 30th
April 30th
July 30th
9
Notification of Mobilization or Full -Scale Exercise
No later than 60 days before the exercise
begins
Email
Brian Smith
Notification should be brief, but
include dates, scope of exercise,
number of participants, and other
agencies involved. (not take the
place of, and should not be
confused with sanction request
letters to obtain FEMA approval
of TF sponsored training and
exercises)
10
Exercise After Action Report
Within 90 days of the completion of a
mobilization or full-scale exercise, or a
training activity with duration of more
than 24 consecutive hours.
Submit via email, OneDrive, LMS -
Depending on file size and capability.
US&R Branch cannot except external
drive (ie thumb drive or CD)
Brian Smith
AAR should be written in a
format where lessons learned
may be shared with other task
forces in the National US&R
Response System.
CLOSEOUT REPORTING REQUIREMENTS - Due 120 days after end of the Cooperative Agreement Period of Performance
Deliverable
Method(s) of Submittal
Point(s) of Contact
Additional Information
USE CURRENT CLOSEOUT PACKAGE TEMPLATE (CONTAINS THE FOLLOWING
FEMA-USR-
GRANTS@fema.dhs.gov
Tawana Mack / Rayna Bal
FEMA-USR-Grants@fema.dhs.gov
ITEMS with exception of the SF-425):
1
Final Performance Report (should show actual expenditures, by budget category)
Email as a Microsoft Word or .PDF file
Consolidates and summarizes all
prior performance reports
2
Final Financial Status Report (SF-425)
Submit through the Payment and
Reporting System (PARS) and Email
that submission as .pdf file with
closeout package
3
Financial Payment and Unexpended Funds (if applicable)
Discuss specific method of repayment
with Grants Officer at time of closeout
Payment of all unliquidated
obligations for FEMA and report
unexpended funds to Assistance
Officer
4
Equipment Inventory
Email
Tawana Mack / Rayna Bal
Inventory should include items
purchased with Federal grant
funds, where current fair market
value is equal to or greater than
$5,000 per item
Inventory of unused or residual supplies (if applicable) and Tangible Personal Property Report
Email
Tawana Mack / Rayna Bal
FEMA-USR-Grants@fema.dhs.gov
purchased with Federal grant
funds, which the aggregate
exceeds $5,000 or provide
written statement (in cover letter)
that such supplies (if any) do not
exceed $5,000. If not
applicable, state so in Cover
Letter
6
Cover Letter, including statement of intent for future use of equipment
Email
Include in cover letter stating the
equipment/supplies will be used
for their intended purpose of the
grant over the life cycle of the
equipment/supplies.
POC NAME
EMAIL
Phone
ADDRESS
US&R BRANCH CONTACTS
GROUP EMAIL ACCOUNT
Brian Smith
Bruce Neuhaus
Buddy Ey
Parry Boogard
Rayna Bal
Tawana Mack
FEMA-USR-GRANTS@fema.dhs.gov
N/A
202-212-4316
202-924-1707
202-702-8854
202-664-0647
202-646-7933
202-258-9722
U.S. Department of Homeland Security
Federal Emergency Management Agency
US&R Branch, ORR-RS-OP-UB
Attn: (Appropriate name here)
500 C Street, SW
Washington, DC 20472
briand.smith@fema.dhs.gov
bruce.neuhaus@fema.dhs.gov
elwood.ey-iiafema.dhs.gov
parry.boogardjr@fema.dhs.gov
Rayna.Bal@fema.dhs.gov
tawana.mack@fema.dhs.gov
US&R WAREHOUSE CONTACT -
Federal Emergency Management Agency
EQUIPMENT INVENTORY ITEMS
US&R Warehouse
GROUP EMAIL ACCOUNT
fema-usr-logs@fema.dhs.gov
13990 Park Center Road
Bruce Barnett
bruce.bamett@fema.dhs.gov
202-212-1763 / 202-391-4253
Building 9
Dave Conrad
davidp.conradWema.dhs.gov
202-322-3717
Hemdon, VA 20171-3222
GRANT PROGRAMS DIRECTORATE
CONTACT
U.S. Department of Homeland Security
Federal Emergency Management Agency
Denise Beasley
denise.beasley@fema.dhs.gov
202-227-9172
DHS-FEMA-GPD
Kandace Kimber
kandace.kimber@fema.dhs.gov
202-506-0924
Attn: (Appropriate name here)
400 C Street, SW, 3N
Washington, D.C. 20472-3635
ADDRESS TO RETURN REFUND CHECKS
All Checks and Money Orders:
Payments sent via courier (eg., UPS, DHL, Fedex)
FEMA
U.S. Bank
P.O. Box 6200-16
Attn: Government Lockbox
(Make payable to the Federal Emergency
Portland, OR 97228-6200
FEMA Finance Center #6200-16
Management Agency)
17650 NE Sandy Blvd
Note: Call 866-804-2469 to make sure the address
Portland, OR 97230
CITY OF MIAMI, FLORIDA
SINGLE AUDIT REPORT
FOR THE YEAR ENDED SEPTEMBER 30, 2022
CITY OF MIAMI, FLORIDA
SINGLE AUDIT REPORT
Year Ended September 30, 2022
TABLE OF CONTENTS
PAGE(S)
Independent Auditor's Report on Schedule of Expenditures of Federal Awards and
State Financial Assistance 1-2
Independent Auditor's Report on Compliance for Each Major Federal Program and
State Project and Report on Internal Control over Compliance in Accordance with
the Uniform Guidance and Chapter 10.550, Rules of the Auditor General 3-5
Schedule of Expenditures of Federal Awards and State Financial Assistance 6-9
Notes to Schedule of Expenditures of Federal Awards and State Financial Assistance 10
Schedule of Findings and Questioned Costs 11-12
CERT E
A O . TANTS . BUSINESS A VIS S
INDEPENDENT AUDITOR'S REPORT
The Honorable Mayor and Members of the City Commission
City of Miami, Florida
Report on the Audit of the Schedule of Expenditures of Federal Awards and State Financial Assistance
Opinion
We have audited the schedule of expenditures of federal awards and State financial assistance (the "Schedule")
of the City of Miami, Florida (the "City") for the year ended September 30, 2022, and the related notes.
In our opinion, the accompanying schedule of expenditures of federal awards and State financial assistance
presents fairly, in all material respects, the expenditures of federal awards and State financial assistance of the
City of Miami, Florida for the year ended September 30, 2022, in accordance with accounting principles
generally accepted in the United States of America.
Basis for Opinion
We conducted our audit in accordance with auditing standards generally accepted in the United States of
America; the standards applicable to financial audits contained in Government Auditing Standards issued by
the Comptroller General of the United States; and the audit requirements of Title 2 U.S. Code of Federal
Regulations Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for
Federal Awards (Uniform Guidance), and Chapter 10.550, Rules of the Auditor General. Our responsibilities
under those standards and the Uniform Guidance are further described in the Auditor's Responsibilities for the
Audit of the Schedule section of our report.
We are required to be independent of the City and to meet our other ethical responsibilities, in accordance
with the relevant ethical requirements relating to our audit. We believe that the audit evidence we have
obtained is sufficient and appropriate to provide a basis for our audit opinion.
Responsibilities of Management for the Schedule
Management is responsible for the preparation and fair presentation of the Schedule in accordance with
accounting principles generally accepted in the United States of America and for the design, implementation,
and maintenance of internal control relevant to the preparation and fair presentation of the Schedule that is
free from material misstatement, whether due to fraud or error.
Auditor's Responsibilities for the Audit of the Schedule
Our objectives are to obtain reasonable assurance about whether the Schedule as a whole is free from material
misstatement, whether due to fraud or error, and to issue an auditor's report that includes our opinion.
Reasonable assurance is a high level of assurance but is not absolute assurance and therefore is not a guarantee
that an audit conducted in accordance with generally accepted auditing standards, Government Auditing
Standards, and the Uniform Guidance as well as Chapter 10.550, Rules of the Auditor General will always detect
a material misstatement when it exists. The risk of not detecting a material misstatement resulting from fraud
Miramar Office
3350 SW 148th Ave. Suite 11.0
Miramar, FL 33027
(954) 874-1721.
1
Ci:f ?N'E' FOCUS,';t:U: SO1.XT ON rrRI.'vb:_v
info(abcpasolutions.com
Miami Office
7300 Biscayne Blvd. j Suite 200
Miami, FL 33138
(786) 888-4534
is higher than for one resulting from error, as fraud may involve collusion, forgery, intentional omissions,
misrepresentations, or the override of internal control. Misstatements are considered material if there is a
substantial likelihood that, individually or in the aggregate, they would influence the judgment made by a
reasonable user based on the Schedule.
In performing an audit in accordance with generally accepted auditing standards, we:
• Exercise professional judgment and maintain professional skepticism throughout the audit.
• Identify and assess the risks of material misstatement of the Schedule, whether due to fraud or error, and
design and perform audit procedures responsive to those risks. Such procedures include examining, on a
test basis, evidence regarding the amounts and disclosures in the Schedule.
• Obtain an understanding of internal control relevant to the audit in order to design audit procedures that
are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness
of the City's internal control. Accordingly, no such opinion is expressed.
• Evaluate the appropriateness of accounting policies used and the reasonableness of significant accounting
estimates made by management, as well as evaluate the overall presentation of the Schedule.
Report on Audited Financial Statements
The financial statements of the governmental activities, the business -type activities, the aggregate discretely
presented component units, each major fund, and the aggregate remaining fund information of the City as of
and for the year ended September 30, 2022, were audited by other auditors, and they have issued their report
thereon dated March 30, 2023. Their audit was performed for the purpose of forming opinions on the financial
statements that collectively comprise the City's basic financial statements as a whole, and they issued
unmodified opinions thereon.
In accordance with Government Auditing Standards, the other auditors have also issued a report dated March
30, 2023, on their consideration of the City's internal control over financial reporting and on their tests of its
compliance with certain provisions of laws, regulations, contracts, and grant agreements and other matters.
The purpose of that report is to describe the scope of their testing of internal control over financial reporting
and compliance, and the results of that testing, and not to provide opinions on the internal control over
financial reporting or on compliance. That report is an integral part of an audit performed in accordance with
Government Auditing Standards and should be considered in assessing the results of our audit.
We are required to communicate with those charged with governance regarding, among other matters, the
planned scope and timing of the audit, significant audit findings, and certain internal control -related matters
that we identified during the audit.
This report is intended solely for the information and use of the Honorable Mayor and Members of the City
Commission, management, and specific legislative or regulatory bodies and is not intended to be, and should
not be, used by anyone other than these specified parties.
/74-
Miami, Florida
March 30, 2023
2
( .k., I 5:F CUSED
8 0 1 0
s
INDEPENDENT AUDITOR'S REPORT ON COMPLIANCE FOR EACH MAJOR
FEDERAL PROGRAM AND STATE PROJECT AND REPORT ON INTERNAL
CONTROL OVER COMPLIANCE IN ACCORDANCE WITH THE UNIFORM GUIDANCE
AND CHAPTER 10.550, RULES OF THE AUDITOR GENERAL
The Honorable Mayor and Members of the City Commission
City of Miami, Florida
1Dh.S
Report on Compliance for Each Major Federal Program and State Project
Opinion on Each Major Federal Program and State Project
We have audited City of Miami, Florida's compliance with the types of compliance requirements identified as
subject to audit in the OMB Compliance Supplement and the requirements described in the Department of
Financial Services State Projects Compliance Supplement that could have a direct and material effect on each
of City of Miami, Florida's major federal programs and State projects for the year ended September 30, 2022.
City of Miami, Florida's major federal programs and State projects are identified in the summary of auditor's
results section of the accompanying schedule of findings and questioned costs.
In our opinion, City of Miami, Florida complied, in all material respects, with the types of compliance
requirements referred to above that could have a direct and material effect on each of its major federal
programs and State projects for the year ended September 30, 2022.
Basis for Opinion on Each Major Federal Program
We conducted our audit of compliance in accordance with auditing standards generally accepted in the United
States of America; the standards applicable to financial audits contained in Government Auditing Standards,
issued by the Comptroller General of the United States; and the audit requirements of Title 2 U.S. Code of
Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements
for Federal Awards (Uniform Guidance) and Chapter 10.550, Rules of the Auditor General. Our responsibilities
under those standards and the Uniform Guidance and Chapter 10.550, Rules of the Auditor General are further
described in the Auditor's Responsibilities for the Audit of Compliance section of our report.
We are required to be independent of City of Miami, Florida and to meet our other ethical responsibilities, in
accordance with relevant ethical requirements relating to our audit. We believe that the audit evidence we
have obtained is sufficient and appropriate to provide a basis for our opinion on compliance for each major
federal program. Our audit does not provide a legal determination of City of Miami, Florida's compliance with
the compliance requirements referred to above.
Responsibilities of Management for Compliance
Management is responsible for compliance with the requirements referred to above and for the design,
implementation, and maintenance of effective internal control over compliance with the requirements of laws,
statutes, regulations, rules, and provisions of contracts or grant agreements applicable to City of Miami,
Florida's federal programs and State projects.
Miramar Office
3350 SW 148th Ave. I Suite 11.0
Miramar, FL 33027
(954) 874-1721.
3
CLIENT FOCUSED; D; SOLUTION
info@abcpasolutions.co n
Miami Office
7300 Biscayne Blvd. I Suite 200
Miami, FL 33138
(786) 888-4534
Auditor's Responsibilities for the Audit of Compliance
Our objectives are to obtain reasonable assurance about whether material noncompliance with the compliance
requirements referred to above occurred, whether due to fraud or error, and express an opinion on City of
Miami, Florida's compliance based on our audit. Reasonable assurance is a high level of assurance but is not
absolute assurance and therefore is not a guarantee that an audit conducted in accordance with generally
accepted auditing standards, Government Auditing Standards, and the Uniform Guidance will always detect
material noncompliance when it exists. The risk of not detecting material noncompliance resulting from fraud
is higher than for that resulting from error, as fraud may involve collusion, forgery, intentional omissions,
misrepresentations, or the override of internal control. Noncompliance with the compliance requirements
referred to above is considered material if there is a substantial likelihood that, individually or in the aggregate,
it would influence the judgment made by a reasonable user of the report on compliance about City of Miami,
Florida's compliance with the requirements of each major federal program and State project as a whole.
In performing an audit in accordance with generally accepted auditing standards, Government Auditing
Standards, and the Uniform Guidance, and Chapter 10.550, Rules of the Auditor General we:
• Exercise professional judgment and maintain professional skepticism throughout the audit.
• Identify and assess the risks of material noncompliance, whether due to fraud or error, and design and
perform audit procedures responsive to those risks. Such procedures include examining, on a test basis,
evidence regarding City of Miami, Florida's compliance with the compliance requirements referred to
above and performing such other procedures as we considered necessary in the circumstances.
• Obtain an understanding of City of Miami, Florida's internal control over compliance relevant to the
audit in order to design audit procedures that are appropriate in the circumstances and to test and
report on internal control over compliance in accordance with the Uniform Guidance and Chapter
10.550, Rules of the Auditor General, but not for the purpose of expressing an opinion on the
effectiveness of City of Miami, Florida's internal control over compliance. Accordingly, no such opinion
is expressed.
We are required to communicate with those charged with governance regarding, among other matters, the
planned scope and timing of the audit and any significant deficiencies and material weaknesses in internal
control over compliance that we identified during the audit.
Report on Internal Control over Compliance
A deficiency in interna! control over compliance exists when the design or operation of a control over
compliance does not allow management or employees, in the normal course of performing their assigned
functions, to prevent, or detect and correct, noncompliance with a type of compliance requirement of a federal
program on a timely basis. A material weakness in internal control over compliance is a deficiency, or a
combination of deficiencies, in internal control over compliance, such that there is a reasonable possibility that
material noncompliance with a type of compliance requirement of a federal program will not be prevented, or
detected and corrected, on a timely basis. A significant deficiency in internal control aver compliance is a
deficiency, or a combination of deficiencies, in internal control over compliance with a type of compliance
requirement of a federal program that is less severe than a material weakness in internal control over
compliance, yet important enough to merit attention by those charged with governance.
4
C : i.<.
f'1, U. "l_"f3i: ) t `"E
Our consideration of internal control over compliance was for the limited purpose described in the Auditor's
Responsibilities for the Audit of Compliance section above and was not designed to identify all deficiencies in
internal control over compliance that might be material weaknesses or significant deficiencies in internal
control over compliance. Given these limitations, during our audit we did not identify any deficiencies in
internal control over compliance that we consider to be material weaknesses, as defined above. However,
material weaknesses or significant deficiencies in internal control over compliance may exist that were not
identified.
Our audit was not designed for the purpose of expressing an opinion on the effectiveness of internal control
over compliance. Accordingly, no such opinion is expressed.
The purpose of this report on internal control over compliance is solely to describe the scope of our testing of
internal control over compliance and the results of that testing based on the requirements of the Uniform
Guidance. Accordingly, this report is not suitable for any other purpose.
r74-
Miami, Florida
March 30, 2023
5
C.a E ` ' USED
i` f 0
CITY OF MIAMI, FLORIDA
SCHEDULE OF EXPENDITURES OF FEDERAL AWARDS
AND STATE FINANCIAL ASSISTANCE
Year Ended September 30, 2022
Federal Grantor/Pass-through Grantor/Program or Cluster Title
Assistance
Listing Grant/
Number Contract Number
U.S. Department of Agriculture
Pass -Through Florida Department of Hearth:
Child and Adult Care Food Program 10.558 A-2384
Childcare Food Program 2021 5-576
Total U.S. Department of Agriculture
US. Department of Commerce
Office of Coastal Management
Total U.S. Department of Commerce
U.S. Department of Housing and Urban Development
CDBG - Entitlement Grants Cluster:
Community Development Block Grants/Entitlement Grants
Community Development Block Grants/Entitlement Grants
Community Development Block Grants/Entitlement Grants
Community Development Block Grants/Entitlement Grants
Community Development Block Grants/Entitlement Grants
Community Development Block Grants/Entitlement Grants
Community Development Block Grants/Entitlement Grants
Community Development Block Grants/Entitlement Grants
Community Development Block Grants/Entitlement Grants
Community Development Block Grants/Entitlement Grants
COVID19 - Community Development Block Grants/Entitlement Grants
Neighborhood Stabilization Program
Total CDBG - Entitlement Grant Cluster
Emergency Solutions Grant Program
Emergency Solutions Grant Program
Emergency Solutions Grant Program
HOME Investment Partnership Program
HOME Investment Partnership Program
HOME Investment Partnership Program
HOME Investment Partnership Program
HOME Investment Partnership Program
HOME Investment Partnership Program
HOME Investment Partnership Program
HOME Investment Partnership Program
Housing Opportunities for Persons with AIDS
Housing Opportunities for Persons with AIDS
Housing Opportunities for Persons with AIDS
COVID19 - Housing Opportunities for Persons with AIDS
Pass -Through Florida Department of Health:
Housing Opportunities for Persons with AIDS
Total Housing Opportunities for Persons with AIDS
Pass -Through Miami Dade County Homeless Trust:
Continuum of Care (COC) Program
2021-2022 Miami Homeless Assistance Program CE Consolidation
Progra m
11.473 NA20N0S4730027
14,218
14.218
14.218
14.218
14.218
14,218
14.218
14.218
14.218
14.218
B-11-MC-120013
B-14-MC-120013
B-15-MC-120013
B-16-MC-120013
B-17-MC-120013
B-18-MC-120013
8-19-MC-120013
B-20-MC-120013
B-21-MC-120013
B-22-MC-120013
14.218 B-20-MC120013-CV
14.218 B-08-MN-120016
14.231
14.231
14.231
14.239
14.239
14.239
14.239
14.239
14.239
14.239
14.239
14.241
14.241
14.241
E-20-MC-120002
E-21-MC-120002
E-20-MC-12-0013
M-10-MC-120011
M-14-MC-120011
M-15-MC-120011
M-17-MC-120011
M-18-MC-120011
M-19-MC-120011
M-20-MC-120011
M-21-MC-120011
FLH-21-F005
F-LH-20-F0OS
F-LH-22-F005
14.241 F-LH-20-F005-CV
Pass -Through Entity Passed Through Federal
Identifying Number to 5ubreciplents Expenditures
16165FL350N1099 $
0318.20.069724
E-20-MC-12-0013
14,241 FLH19F999 CODRX
14.267 FL0211L40002013
See Notes to Schedule.
6
FL0211L4D002013
25,382
208,993
539,562
886,123
1,660,060
1,660,060
310,333
51,989
362,323
181,177
(524)
180,653
180,653
52,580
52,580
90,326
90,326
14,956
9,846
4,836
19,269
2,430,359
1,177,342
2,270,074
528,240
1,975,077
377
8,430,375
455,122
400
8,885,898
4,755,613
475,597
188,813
5 420,023
67,202
27,131
22,029
11,309
2,543,356
228,584
9,467
359,271
3,268 351
7,044,933
5,323,249
4,369
12,372,551
350,639
350,639
429,491
429,491
13,152,681
'(Continued on next page)
660,573
650,573
CITY OF MIAMI, FLORIDA
SCHEDULE OF EXPENDITURES OF FEDERAL AWARDS
AND STATE FINANCIAL ASSISTANCE
Year Ended September 30, 2022
Federal Grantor/Pass-through Grantor/Program or Cluster Title
U.S. Department of Housing and Urban Development (cont'dj
Section 8 Project - Based Cluster:
Lower Income Housing Assistance Program -Section 8 Moderate
Rehabilitation 1
Lower Income Housing Assistance Program -Section 8 Moderate
Rehabilitation 2
Housing Voucher Cluster:
Section 8 Housing Choice Vouchers
Mainstream Vouchers
Family Self Sufficiency Program
Total Housing Voucher Cluster
Total U.S, Department of Housing and Urban Development
Assistance
Listing Grant/
Number Contract Number Identifying Number to Subrecipients Expenditures
14.856 FL145MR0001
14.871
14.879
14.896
U,S. Department of Justice
COVID19- Coronavirus Emergency Supplemental Funding Program 16.034
Pass -Through Office of the Florida Attorney General:
Crime Victim Assistance
Public Safety Partnership and Community Policing Grants
Public Safety Partnership and Community Policing Grants
Edward Byrne Memorial Justice Assistance Grant Program
Edward Byrne Memorial Justice Assistance Grant Program
Edward Byrne Memorial Justice Assistance Grant Program
Pass -Through Florida Department of Law Enforcement:
Criminal and JuvenileJustice and Mental Health Collaboration Program
Body Worn Camera Policy and Implementation
Comprehensive Opioid Abuse Site -Based Program
Equitable Sharing Program
Total U.S. Department of Justice
U.S, Department of Transportation
Pass -Through Florida Department of Transportation:
Highway Planning and Construction Cluster
Highway Planning and Construction Cluster
Highway Planning and Construction Cluster
Highway Safety Cluster:
Pass -Through Florida Department of Transportation:
State and Community Highway Safety
State and Community Highway Safety
State and Community Highway Safety
Total Highway Safety Cluster
National Priority Safety Programs
Total U.S. Department of Transportation
U.S. Department of the Treasury
Pass -Through Miami Dade County Department of the Treasury:
COV1D19 -Coronavlrus Relief Fund
FL145MR0002
FL145
FL145
FL145
2020-VD-BX-1259
Pass -Through Entity Passed Through Federal
VOCA-2020-City of
16.575 Miami Depa-00640 596000375
15J COPS21GG 021395 15J CO PS-21-GG-02139-
16,710 LEM SLEM
15JCOPS-21-GG- 15JCOPS-21-GG-03496-
16.710 03496-UHPX UHPX
16.738 2020-DG-BX-0011 596000407
16.738 2019-DJ-BX-0396 596000407
16.738 2019-WY-BX-005
16.745 2018-MO-BX-0014 596000407
16.835 2020-BC-BX-0024
16.838 2018-AR-BX-K109
16.922 Not Applicable
20.205
20.205
20.205
20.600
20.600
20.600
GOR73
G1G02
AR181
G1S22
G2049
G1S29
2018-AR-BX-K109
D617-066-B
Not Available
4042-429-C
69A37519300004020FL0
69A37519300004020FL0
69A37519300004020FL0
20,616 G2274 69A3752030000405DFLM
21,019 Not Applicable Not Available
See Notes to Schedule.
2,203,036
235,784
235,784
103,400
(21)
339,164
1,742,752
230,915
1,973.667
(141)
428,387
2,455,963
2,894,209
36,245,401
633,937
633,937
285,675
285.675
50,000
81,783
131,783
155,511
11,135
235 784
402,430
109,967
2,760
. 17,205
102,465
1,686,223
2,666
471,767
33,122
507,555
1,414
267,393
1,518
270,325
87,640
865 520
(Continued on next page)
5,794,083
5,794,083
7
CITY OF MIAMI, FLORIDA
SCHEDULE OF EXPENDITURES OF FEDERAL AWARDS
AND STATE FINANCIAL ASSISTANCE
Year Ended September 30, 2022
Federal Grantor/Pass-through Grantor/Program or Cluster Title
U.S. Department of the Treasury (coned)
Emergency Rental Assistance Program
Emergency Rental Assistance Program ERA2
Coronavirus State and Local Fiscal Recovery Funds
Total U.S. Department of the Treasury
Assistance
Listing Grant/
Number Contract Number Identifying Number to subreclnlents Expenditures
21,023
21.023
21,027
US Department of Education
Pass Through Miami Dade County Public Schools
21't Century Community Learning Centers 84.287
Total U.S. Department of Education
U.S. Department of Health and Human Services
Provider Relief Fund and American Rescue Plan (ARP) Rural Distribution 93,498
Federal Pass -Through Florida Agency for Persons with Disabilities
Medicaid Cluster:
Medical Assistance Program Cluster
Total U.S. Department of Health and Human Services
Executive Office of the President of the United States
Pass -Through South Florida HIDTA/Monroe County Sheriffs:
High Intensity Drug Trafficking Areas Program
High Intensity Drug Trafficking Areas Program
High Intensity Drug Trafficking Areas Program
Total Executive Office of the President
U.S. Department of Homeland Security
National Urban Search and Rescue (US&R) Response System
National Urban Search and Rescue (US&R) Response System
National Urban Search and Rescue (US&R) Response System
National Urban Search and Rescue (US&R) Response System
Pass -Through State of Florida Division of Emergency Management
Disaster Grants - Public Assistance (Presidentially Declared Disasters)
Assistance to Firefighters Grant
Pass Through State of Florida Division of Emergency Management
Homeland Security Grant Program
Homeland Security Grant Program
Homeland Security Grant Program
Homeland Security Grant Program
Homeland Security Grant Program
Securing the Cities Program
Preparing for Emerging Threats and Hazards
Total U.S. Department of Homeland Security
TOTAL EXPENDITURES OF FEDERAL AWARDS
93.778
95.001
95.001
95,001
PRF20200001
Not Applicable
NA
G20M10001A
G21MI0001A
97.025 EMW-95-k-4718
EMW-2021-CA-
97.025 00034-501
97.025 EMW-2019-CA-00072
97.025 EMW-2020-CA-00056
97.036
Z2070
97.044 EMW-2019-FG-02594
97.067
97.067
97.067
97.067
97.067
19-05-04-11-23-02-
319
R0075
R0521
R0232
R0280
26CW DSTC00007-01-
97.106 00
EMW-2016-GR-
97.133 00097-901
See Notes to Schedule.
8
Pass -Through Entity Passed Through Federal
N/A
72220791
N/A
130-2448A-BCCCA
Not Available
G19M10001A
G20MI0001A
G21MI0001A
4337DRFLP0000001
EM W-2018-S5-00064
EMW-2019-SS-00049
E MW-2021-5S-00066-S01
E MW-2020-SS-00035-501
E MW-2020-5S-00035-S01
97,217
3,305,372
1,068,900
4,471,489
4,471,489
1,795,519
22,026,066
19,196,713
43,018,299
48,812,381
2,200
2,200
101,330
274,064
375,393
5,642
3,958
30,678
40,279
2,129,135
890,652
177,043
332,659
3,529,489
16,903,851
16,903,851
828,897
828,897
450,311
3,955,044
326,024
2,836,884
47,716
7,615,979
865 759
865,759
178,516
178,516
29, 922,491
S 7.013.688 S 118.092 795
(Continued on next page)
CITY OF MIAMI, FLORIDA
SCHEDULE OF EXPENDITURES OF FEDERAL AWARDS
AND STATE FINANCIAL ASSISTANCE
Year Ended September 30, 2022
State Grantor/Pass-through Grantor/Program or Cluster Title
Florida Housing Finance Corporation
State Housing Initiatives Partnership (SHIP) Program
State Housing Initiatives Partnership FY2018-2019
State Housing Initiatives Partnership FY2019.2020
State Housing Initiatives Partnership PI generated in non EN years
State Housing Initiatives Partnership FY2022-2023
State Housing Initiatives Partnership EY2021-2022
Total Florida Housing Finance Corporatlon
Department of Transportation
Public Transit Service Development Program
Total Department of Transportation
Department of Health
Emergency Medical Services (EMS) Matching Awards
Pass -Through Miami -Dade County, Florida:
CSFA Grant/
Pass -Through Entity
Number Contract Number Identifying Number
40.901 SHIP FY2017-2018
SHIP FY2018-2019
SHIP FY2019-2020
52.901 SHIP
52.901 SHIP FY2022-2023
52,901 SHIP FY2021-2022
55.012
64.003
County Grant Awards 64.005
Total Department of Health
Fish and Wildlife Conservation Commission
Florida Boating Improvement Program
Total Fish and Wildlife Conservation Commission
Total Expenditures of State Financial Assistance
TOTAL EXPENDITURES FOR FEDERAL AWARDS
AND STATE FINANCIAL ASSISTANCE
77.006
446651-1-84-01
M8052
EMS County Grant
#C0013
19024
See Notes to Schedule.
9
Total Passed
Through to Total State
Subrecipients Expenditures
S
S 205,275
47,290
213,195
14,602
2,250
159,479
642,092
243,447
243,447
263,663
32,617
296,280
10,990
10,990
5 1.192,809
5 7 013 688 8 119 285 603
(Concluded)
CITY OF MIAMI, FLORIDA
NOTES TO SCHEDULE OF EXPENDITURES OF FEDERAL AWARDS
AND STATE FINANCIAL ASSISTANCE
Year Ended September 30, 2022
NOTE 1— BASIS OF PRESENTATION
The accompanying Schedule of Expenditures of Federal Awards and Schedule of State Financial Assistance
(the "Schedule") includes the federal and state award activity of the City of Miami, Florida (the "City")
under programs of the federal and state government for the year ended September 30, 2022. The
information in the Schedules are presented in accordance with the requirements of the Title 2 U.S. Code
of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles, and Audit
Requirements for Federal Awards (Uniform Guidance) and Chapter 10.550, Rules of the Florida Auditor
General (Chapter 10.550). Because the Schedule present only a selected portion of the operations of the
City, it is not intended to and does not present the financial position, changes in fund balance/net position
or cash flows of the City.
NOTE 2 — SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES
Expenditures reported on the Schedules are reported on the modified accrual basis of accounting. Such
expenditures are recognized following the cost principles contained in the Uniform Guidance and Chapter
10.550 wherein certain types of expenditures are not allowable or are limited as to reimbursement.
Negative amounts shown on the Schedule represent adjustments or credits made in the normal course of
business to amounts reported as expenditures in prior years.
NOTE 3 -- INDIRECT COST RATE
The City has elected not to use the 10-percent de minimis indirect cost rate allowed under the Uniform
Guidance.
10
CITY OF MIAMI, FLORIDA
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
Year Ended September 30, 2022
Section I - Summary of Independent Auditors' Results
Financial Statements
Type of report the auditor issued on whether the financial
statements audited were prepared in accordance with GAAP: Unmodified Opinion
Internal control over financial reporting:
• Material weakness(es) identified? Yes X No
• Significant deficiency(ies) identified? Yes X None Reported
• Noncompliance material to financial statements noted? Yes X No
Federal Awards and State Financial Assistance
Internal control over major Federal programs and State projects:
• Material weakness(es) identified? Yes X No
• Significant deficiency(ies) identified that are not considered to be
material weaknesses? Yes X None Reported
Type of Auditors' Report issued on Compliance for Major Federal
Programs and State Projects: Unmodified Opinion
Any audit findings disclosed that are required to be reported in
accordance with 2 CFR 200.516(a) of the Uniform Guidance or Chapter
10.550, Rules of the Auditor General? Yes X No
Identification of Major Federal Programs and State Projects:
Assistance Listing Numbers Name of Federal Programs
14.218 Community Development Block Grants
14.231 Emergency Solutions Grant Program
14.239 HOME Investment Partnership Program
21.023 COVID-19 - Emergency Rental Assistance Program / ERA2
21.027 COVID-19 American Rescue Plan Act
97.025 National Urban Search and Rescue (US&R) Response System
14.871, 14.879, 14.896 Housing Voucher Cluster - Section 8 Housing Choice Vouchers / Mainstream Vouchers
CSFA Numbers
40.901
55.012
Name of State Projects
Florida Housing Finance Corporation
Public Transit Service Development Program
Dollar threshold used to distinguish between
Type A and Type B programs:
Federal $3.000,000
State $300,503
Auditee qualified as low -risk auditee?
11
X Yes No
CITY OF MIAMI, FLORIDA
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
Year Ended September 30, 2022
Section II - Current Year Findings - Financial Statement Audit
None Reported.
Section III - Current Year - Major Federal Award Programs and State Financial Assistance Findings and
Questioned Costs
Federal Grants
None Reported.
State Grants
None Reported.
Section IV - Prior Year - Major Federal Award Programs and State Financial Assistance Findings and
Questioned Costs
None Reported.
12