Loading...
HomeMy WebLinkAbout25115AGREEMENT INFORMATION AGREEMENT NUMBER 25115 NAME/TYPE OF AGREEMENT VILLAGE OF KEY BISCAYNE DESCRIPTION MEMORANDUM OF AGREEMENT/URBAN AREA SECURITY INITIATIVE FY 2022/FILE ID: 13250/R-23-0095/MATTER ID: 24- 1890 EFFECTIVE DATE ATTESTED BY TODD B. HANNON ATTESTED DATE 8/1/2024 DATE RECEIVED FROM ISSUING DEPT. 8/2/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Fire -Rescue DEPT. CONTACT PERSON: Vishwani Ramlal-Campbell EXT. 5465 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: " Village of Key Biscayne IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES 12 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) Memorandum of Agreement PURPOSE OF ITEM (BRIEF SUMMARY): To execute FY 2022 Urban Area Security Initiative (UASI) and Memorandum of Agreement (MOA). COMMISSION APPROVAL DATE: 2/23/2023 FILE ID: 13250 ENACTMENT NO.: R-23-0095 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR July 30, 2024 I PRINT: ROB 11:07:37 E SIGNATUREPliUbiti R 'UAW T 1 �a Initial ►`il �� SUBMITTED TO RISK MANAGEMENT July 30, 2024 I PRINT: ANN 11:12:20 E SIGNATURE: 624DPE96 355-4B0.. - W ALIARPE T Fri 11k-17 SUBMITTED TO CITY ATTORNEY July 30, 2024 I PRINT: GEOR(Fd 17:30:03 EDT— SIGNATURE: (SONG III ! °` n db ./I1 t -or t, ahis 4 ill APPROVAL BY ASSISTANT CITY MANAGER `— 8 5776'E9'rEisu[488... PRINT: SIGNATURE: RECEIVED BY CITY MANAGER July 30, 2024 PRINT: ART I 18:07:12 El SIGNATURE: NORIEGA —DDoo�cuISigned by: a"'^^ ' 14&164 `— .50@FBC574DU42A... 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 EXHIBIT A MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2022 "Village of Key Biscayne" Agreement Number: R0588 FAIN Number: EMW-2022-SS-00029-S01 CFDA #: 97.067 This Agreement is entered into this day of , 2021 by and between the City of Miami, a municipal corporation of the State of Florida, (the "Sponsoring Agency") and the Village of Key Biscayne, (the "Participating Agency"). RECITALS WHEREAS, the U.S, Department of Homeland Security (USDHS) is providing financial assistance to the Miami urban area in the amount $14,012,500 dollars through the Urban Area Security Initiative (UASI) Grant Program 2022; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2022; and WHEREAS, as the USDHS requires that the urban areas selected for funding take a regional metropolitan area approach to the development and implementation of the UASI Grant Program 2022 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2022 Urban Area has been defined Miami and Ft. Lauderdale collectively and anticipates sub -granting a portion of the UASI funds in accordance with the grant requirements; and WHEREAS, the City Commission, by Resolution No. R-2 -009a, adopted on February 23, 2023, has authorized the City Manager to enter into this Agreement with each participating agency on behalf of the City of Miami; and WHEREAS, the Sponsoring Agency wishes to work with the participating agencies through the Urban Area Working Group process to enhance Miami and its surrounding jurisdictions ability to respond to a terrorist threat or act. NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follow: I. PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2022 which was made available by the U.S. Department of Homeland Security and the. State of Florida Division of Emergency Management (FDEM). B. This Agreement serves as the Scope of Work between the Participating Agency and the Sponsoring Agency. II. SCOPE A. The provisions of this Agreement apply to UASI Grant Program 2022 activities to be performed at the request of the federal government, provided at the option of the Sponsoring Agency, and in conjunction with, preparation for, or in anticipation of, a major disaster or emergency related to terrorism and or weapons of mass destruction. B. No provision in this Agreement limits the activities of the Urban Area Working Group or its Sponsoring Agency in performing local and state functions. III. DEFINITIONS A, Critical Infrastructure: Any system or asset that if attacked would result in catastrophic loss of life and/or catastrophic economic loss management of resources (including systems for classifying types of resources); qualifications and certification; and the collection, tracking, and reporting of incident information and incident resources, B. Core County: The County within which the core city is geographically located. The core city is the City of Miami. C. UASI Grant Program 2022: The UASI Grant Program 2022 reflects the intent of Congress and the Administration to enhance and quantify the preparedness of the nation to combat terrorism and continues to address the unique equipment, training, planning, organization and exercise needs of large high threat urban areas, and program activities must involve coordination by the identified core city, core county/counties, and the respective State Administrative Agency. Funding for the UASI Grant Program 2022 was appropriated by U.S. Congress and is authorized by Public Law 108-11, the Emergency Wartime Supplemental Appropriations Act, 2003. The funding will aid in building an enhanced and sustainable capacity to plan, prevent, protect, mitigate, respond to, and recover from threats or acts of terrorism for the selected urban areas. D. National Incident Management System (NIMS): This system will provide a consistent nationwide approach for federal, state, and local governments to work effectively and efficiently together to prepare for, respond to, and recover from domestic incidents, regardless of cause, size, or complexity. To 2 provide for interoperability and compatibility among Federal, State, and local capabilities, the NIMS will include a core set of concepts, principles, terminology, and technologies covering the incident command system; multi -agency coordination systems; unified command and training. E. Urban Area Working Group (UAWG): The State Administrating Agency Point of Contact (SAA POC) must work through the Mayor/CEOs from all other jurisdictions within the defined urban area to identify POCs from these jurisdictions to serve on the Urban Area Working Group. The Urban Area Working Group will be responsible for coordinating development and implementation of all program elements, including the urban area assessment, strategy development, and any direct services that are delivered by the grant, F. Urban Area: An urban area is limited to inclusion of jurisdictions contiguous to the core city and county/counties, or with which the core city or county/counties have established formal mutual aid agreements. IV. SPONSORING AGENCY SHALL BE RESPONSIBLE FOR: A, Providing an administrative department, which shall be the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency, B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with the FDEM and USDHS. C. Conducting a comprehensive Urban Area Assessment, which will in turn guide the development of an Urban Area Stakeholder Preparedness Review. D. Ensuring the participation of the following critical players in the assessment and strategy development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. E. Developing a comprehensive Urban Area Stakeholder Preparedness Review and submit to the SAA POC. F. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". G. Ensuring satisfactory progress toward the goals or objectives stipulated in "Exhibit #1". H. Following grant agreement requirements and/or special conditions as stipulated in "Exhibit #1 ". 3 I. Submitting required reports. V. THE PARTICIPATING AGENCIES SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the main liaison and partner with the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B, Participating Agencies and any sub -grantees must abide by the grant requirements including budget authorizations, required accounting and reporting expenditures, proper use of funds, and tracking of assets as stipulated in "Exhibit #1". C. Submitting quarterly reports to the City of Miami detailing the progress of projects to include direct purchases of equipment or services as stipulated in "Exhibit #1 ". D. Complying with all UASI Grant Program 2022 requirements as stipulated in "Exhibit #1 E. Participating as a member of the Urban Area Working Group to include coordinating with and assisting the City of Miami in conducting a comprehensive Urban Area Assessment, which in turn will guide development of an Urban Area Stakeholder Preparedness Review. F. Ensuring the participation of the following critical players in the assessment and Stakeholder Preparedness Review development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. G. Assisting the sponsoring agency in development of a comprehensive Urban Area assessment and Stakeholder Preparedness Review. H. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". I. Ensuring satisfactory progress toward the goals or objectives as stipulated in "Exhibit #1". J. Submitting required reports as prescribed by the Sponsoring Agency as stipulated in "Exhibit #1". K. Maintaining an equipment inventory of UASI purchased items. L. Ensure that equipment obtained from the UASI Grant Program 2022, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies, special 4 events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by DNS, FDEM, and the Sponsoring Agency. If the Participating Agency is incapable of staffing the equipment, such equipment shall be made available to another Participating Agency for use during any actual emergencies, special events or exercises. Failure to ensure equipment availability may result in loss of funding and/or equipment to the Participating Agency. M. All equipment obtained from the UASI Grant Program 2022, as identified in "Exhibit 2", is the sole responsibility of the receiving agency. This includes, where applicable, maintenance, replacement, training on equipment, and insuring of equipment and personnel, and compliance with intra-agency auditing requirements. VI. THE SPONSORING AGENCY AND THE PARTICIPATING AGENCY AGREE: A. That funding acquired and identified for the Urban Area Security Initiative will be administered solely by the Sponsoring Agency. B. The Participating Agencies will provide financial and performance reports to the sponsoring agency in a timely fashion. The Sponsoring Agency will prepare consolidated reports for submission to the State of Florida as stipulated in "Exhibit 1". C. The Sponsoring Agency is not responsible for personnel salaries, benefits, workers compensation or time related issues of the Participating Agency personnel. D. The Sponsoring Agency and Participating Agency are subdivisions as defined in Section 768.28, Florida Statutes, and each party agrees to be fully responsible for the respective acts and omissions of its agents or employees to the extent permitted by law,Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a municipality, state agency or subdivision of the State of Florida to be sued by third parties in any manner arising out of this Agreement or any other contract. E. This is a reimbursement grant that requires the Participating Agencies to purchase, receive, and pay invoices in full for equipment, services, and allowable personnel costs PRIOR to submitting the same for reimbursement to the Sponsoring Agency. VII. FINANCIAL AGREEMENTS A. Financial and Compliance Audit Report: Recipients that expend $750,000 or more of Federal funds during their fiscal year are required to submit an organization -wide financial and compliance audit report. The audit must be performed in accordance with the U.S. General Accounting Office Government Auditing Standards and 2 CFR 200. 5 B. The Secretary of Homeland Security and the Comptroller General of the United States shall have access to any books, documents, and records of recipients of UASI Grant Program 2022 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these documents are related to the receipt or use of such assistance. The grantee will also give the sponsoring agency or the Comptroller General, through any authorized representative, access to and the right to examine all records, books, papers or documents related to the grant. C. Financial Status Reports are due within 14 days after the end of each calendar quarter. A report must be submitted for every quarter that the award is active, including partial calendar quarters, as well as for periods where no grant activity occurs as stipulated in "Exhibit 1". D. Submit progress reports to describe progress to date in implementing the grant and its impact on homeland security in the state. E. All financial commitments herein are made subject to the availability of funds and the continued mutual agreements of the parties as identified in "Exhibit 2". VIII. CONDITIONS, AMENDMENTS, AND TERMINATION A. The Participating Agency will not illegally discriminate against any employee or applicant for employment on the grounds of race, color, religion, sex, age, or national origin in fulfilling any and all obligations under this Agreement. B. Any provision of this Agreement later found to be in conflict with Federal law or regulation, or invalidated by a court of competent jurisdiction, shall be considered inoperable and/or superseded by that law or regulation. Any provision found inoperable is severable from this Agreement, and the remainder of the Agreement shall remain in full force and effect. C. This Agreement may be terminated by either party on thirty (30) days written notice to the other party at the address furnished by the parties to one another to receive notices under this agreement or if no address is specified, to the address of the parties' signatory executing this contract, D. This Agreement shall be considered the full and complete agreement between the undersigned parties and shall supersede any prior Memorandum of Agreement among the parties, written or oral, except for any executory obligations that have not been fulfilled. 6 E. This Agreement will end on June 30, 2025, unless otherwise extended, by a written amendment duly approved and executed prior to June 30, 2025, unless otherwise extended, at which time the parties may agree to renew the association. Renewal will be based on evaluation of the Sponsoring Agency's ability to conform to procedures, training and equipment standards as prescribed by the grant. IX. MISCELLANEOUS OVERALL Counterparts; Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be 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. ATTEST: DocuSigned by: BY: C4Illfltee ffeP1453 .. Todd B. Hannon City Clerk SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida BY: aDocuSigned by: fNorit,�a. �— o�ut,Fbt., 7 2 nn42A... Arthur Noriega City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: DS DocuSigned by: wysa tt� BY. 8877G F•E 48.... BY: atAk haw t i'7 DocuSigned by: L2 r .r 5 i,b 911321-4 C 7... George K. Wysong III Ann -Marie Sharpe, Director City Attorney Department of Risk Management 7 ATTEST: GEETGHELL GI9NO Name: RSSISTRNT TO THE VILLRGE MA NFIGER Title: PARTICIPATING AGENCY "Nub -recipient)" BY: NAME: STEVEN C VVILLI SON TITLE: VILLAGE MF1NnGE2 FID#: CQ(5 0a— 11ct1� DUNS: --$63 69 a - APPROVED AS TO FORM AND CORRECTNESS: Participating Agency Attorney 8 RESOLUTION NO. 2024-24 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, APPROVING A MEMORANDUM OF AGREEMENT WITH THE CITY OF MIAMI FOR THE URBAN AREA SECURITY INITIATIVE (UASI) 2022 GRANT PROGRAM; PROVIDING FOR AUTHORIZATION; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Urban Area Security Initiative ("UASI") is part of a U.S. Department of Homeland Security Initiative that the Village of Key Biscayne (the "Village") has participated in as a sub -grantee of the City of Miami ("City"); and WHEREAS, UASI has provided funding for training and equipment to better prepare the Village's Fire Rescue Department to respond to and recover from threats or acts of terrorism by chemical, biological, radioactive, nuclear, and explosive incidents; and WHEREAS, as the sponsoring agency for the UASI 2022 Grant Program, the City provides subgrants to participating agencies through the Urban Area Working Group process; and WHEREAS, the Village is eligible for reimbursement of eligible equipment in the amount of $44,840 to better prepare the Village's Fire Rescue Department to respond to and recover from threats or acts of terrorism; and WHEREAS, the Village wishes to enter into the Memorandum of Agreement with the City for the UASI 2022 Grant Program in substantially the form attached hereto as Exhibit "A" (the "MOA" ); and WHEREAS, the Village Council finds that this Resolution is in the best interest and welfare of the residents of the Village. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, AS FOLLOWS: Section 1. Recitals. That each of the above -stated recitals are hereby adopted, confirmed, and incorporated herein. Section 2. Approval. That the Village Council hereby approves the MOA with the City for the UASI 2022 Grant Program. Section 3. Authorization. That the Village Manager is hereby authorized to execute the MOA, in substantially the form attached hereto as Exhibit "A," subject to the approval of the Village Attorney as to form, content, and legal sufficiency. Section 4. Effective Date. That this Resolution shall be effective immediately upon adoption. PASSED and ADOPTED this 14th day of ATTEST: JOCE,LYN B. K.00H VILLAGE CL May , 2024. JOE I. RASCO, MAYOR • • APPROVED AS TO FORM AND LEGAL SUFFICIENCY: WEISS SEROTA HELFMAN COLE & BIERMAN, P.L. VILLAGE ATTORNEY Page 2 of 2 ti • AGENDA ITEM SUMMARY FORM File ID: #13250 Date: 01/09/2023 Commission Meeting Date: 02/23/2023 Requesting Department: Department of Fire - Rescue Sponsored By: District Impacted: All Type: Resolution Subject: Special Revenue Project - USAI Grant Program 2022 - Fire -Rescue Purpose of Item: Resolution to establish a Special Revenue Project entitled "Urban Area Security Initiative ("UASI") Grant Program FY 2022", appropriating funds in the amount of $14,02,500.00 received from the Department of Homeland Security, passed directly through the State of Florida Division of Emergency Management, and authorizing the City Manager to execute Memoranda of Agreements with contiguous partners, outlining their responsibilities in connection with their support of the UASI Project administered by the City of Miami Department of Fire -Rescue. Background of Item: The United States Department of Homeland Security, through the State of Florida, Division of Emergency Management, has sub -granted the Urban Area Security Initiative ("UASI") Grant Program Fiscal Year 2022 to the City of Miami and contiguous partners in the amount of $14,012,500.00. This program targets homeland security funding to "high threat" urban areas in order to prevent, respond to, and recover from threats or acts of terrorism and other disasters of natural or man-made origin. These funds will be used, as stipulated by the grant, for the purchase of specialized equipment, to conduct exercises, training and administrative services, and for the development of the Urban Area Homeland Security Strategy, and other planning activities, needed to ensure a successful program. It is now appropriate to accept said grant award, establish a special revenue project, and appropriate said grant award therein. In addition, the City Commission authorizes the City Manager to execute Memoranda of Agreements with contiguous partners, Broward County Emergency Management, Broward County Sheriff's Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County (Fire, Police and Emergency Management), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sheriffs Office, the Village of Bal Harbour, the Village of Key Biscayne, and regional projects shared across the entire region that include the members listed above as well as Florida Department of Law Enforcement, setting forth the parties' responsibilities in connection with the development and support of the UASI Program FY 2022, which is administered by the City of Miami Department of Fire -Rescue. Budget Impact Analysis Item is Related to Revenue Item is an Expenditure Total Fiscal Impact: $ 14,012,500.00 Special Revenue Account No: 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 Legislative Division Office of the City Attorney Office of the City Attorney City Commission 11100,189000.431000,0000.00000 Reviewed By Ty McGann Johnny Duran Eloy Garcia Pedro Lacret Marie Gouln Arthur Noriega V Valentin J Alvarez Thomas M. Fossler Victoria Mendez Nicole Ewan Fire Department Review Fire Budget Review Fire Chief Review Budget Analyst Review Budget Review City Manager Review Legislative Division Review ACA Review Approved Form and Correctness Meeting Completed 01/10/2023 7:21 AM Completed 01/10/2023 7:37 AM Completed 01/10/2023 8:00 AM Completed 01/11/2023 3:13 PM Completed 01/11/2023 5:56 PM Completed 01/11/2023 6:57 PM Completed 01/20/2023 12:38 PM Completed 02/09/2023 3:11 PM Completed 02/10/2023 12:07 PM Completed 02/23/2023 9:00 AM City of Miami Legislation Resolution Enactment Number, R-23.0095 City Hall 3500 Pan American Drive Miami, FL 33133 www,miamigov,com File Number: 13250 Final Action Date:2/23/2023 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ESTABLISHING A NEW SPECIAL REVENUE PROJECT TITLED "URBAN AREA SECURITY INITIATIVE ('UASI') GRANT PROGRAM FISCAL YEAR 2022" AND APPROPRIATING FUNDS FOR THE OPERATION OF THE SAME IN THE AMOUNT OF $14,012,500.00 CONSISTING OF A GRANT FROM THE UNITED STATES DEPARTMENT OF HOMELAND SECURITY DIRECTLY TO THE STATE OF FLORIDA'S DIVISION OF EMERGENCY MANAGEMENT ("GRANT AWARD"); AUTHORIZING THE CITY MANAGER TO ACCEPT THE GRANT AWARD AND TO EXECUTE THE FEDERALLY -FUNDED SUBGRANT AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER NECESSARY DOCUMENTS, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, IN ORDER TO IMPLEMENT THE ACCEPTANCE OF AND COMPLIANCE WITH THE GRANT AWARD; AUTHORIZING THE CITY MANAGER TO EXTEND THE FISCAL YEAR 2022 UASI GRANT PROGRAM, AS NECESSARY; AUTHORIZING THE EXPENDITURE OF FUNDS TO VARIOUS GOVERNMENTAL AGENCIES DESIGNATED FOR HOMELAND SECURITY EXPENSES PURSUANT TO THE UASI GRANT GUIDELINES; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE MEMORANDA OF AGREEMENTS, IN SUBSTANTIALLY THE ATTACHED FORM, WITH CONTIGUOUS PARTNERS OF THE CITY OF MIAMI ("CITY") SETTING FORTH THE PARTIES' RESPONSIBILITIES IN CONNECTION WITH THE DEVELOPMENT AND SUPPORT OF THE UASI PROJECT ADMINISTERED BY THE CITY'S DEPARTMENT OF FIRE -RESCUE, CONTINGENT UPON FUNDING OF THE PROJECT BEING SECURED. WHEREAS, the United States Department of Homeland Security ("USDHS") is authorized by the Emergency Wartime Supplemental Appropriations Act of 2003 to provide funds to states for subsequent distribution to selected urban areas to address the unique equipment, training, planning, exercise, and operational needs for large urban areas and to assist states in building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism; and WHEREAS, the USDHS, through the State of Florida's Division of Emergency Management ("FDEM"), has sub -granted an Urban Area Security Initiative ("UASI") Grant Program for Fiscal Year ("FY") 2022 to the City of Miami ("City") in the amount of $14,012,500.00 ("Grant"); and WHEREAS, the City's Department of Fire -Rescue ("Fire") will use the Grant to continue to address the unique equipment, training, planning, exercise, and operational needs of the City and its contiguous partners and to continue building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism ("Project"); and WHEREAS, in accordance with the UASI Grant Program FY 2022, the attached Memoranda of Agreements ("MOAs") with the contiguous partners of the City, including Broward County Emergency Management, Broward County Sheriff's Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County (Fire, Police and Emergency Management), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sheriffs Office, the Village of Bal Harbour, the Village of Key Biscayne, and the Florida Department of Law Enforcement (collectively "Contiguous Partners"), will set forth the parties' responsibilities in connection with the development and support of the FY 2022 UASI Grant Program administered by Fire contingent upon funding of the Project being secured; 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. Section 2, The following new Special Revenue Project is established and resources are appropriated as described below: FUND TITLE: UASI Grant Program Fiscal Year 2022 RESOURCES: USDHS directly to FDEM $14,012,500.00 APPROPRIATIONS: $14,012,500.00 Section 3. The City Manager is authorized' to accept the Grant and to execute the federally funded sub -grant agreement, in substantially the attached form, for the Project. Section 4. The City Manager is authorized' to negotiate and execute any and all other necessary documents, all in forms acceptable to the City Attorney, in order to implement the acceptance of and compliance with the Grant. Section 5. The City Manager is further authorized' to extend the FY 2022 UASI Grant Program, as necessary. Section 6. The City Manager is authorized' to execute MOAs, in substantially the attached form, with the Contiguous Partners of the City for the purpose of setting forth the parties' responsibilities in connection with the development and support of the FY 2022 UASI Grant Program administered by Fire, contingent upon funding of the Project being secured. Section 7. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 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. APPROVED AS TO FORM AND CORRECTNESS: dez, ttor ey 2/10/2023 ATTEST: Todd B. Hannon City Clerk APPROVED AS TO FORM AND CORRECTNESS B Victoria Mendez City Attorney (JCP / 23-32K - SOF Div of Emerg Mgmt - UASI & MOA - FY 2022) THE CITY OF MIAMI, a municipal Corporation of the State of Florida By: Arthur Norie City Manager APPROVED AS TO INSURANCE REQUIREMENTS Go m eZ Digitally signed by Gomez, Frank Frank Date: 2023.02.24 13:30:31 -05'00' By: Ann -Marie Sharpe, Director Department of Risk Management Agreement Number: RO6B8 FEDERALLY FUNDED Slit3AWARb AND GRANT AGREEMENT 2 C.F.R. §200,1 states that a °subaward may be provided through any form of legal agreement, Including an agreement that the paaa through entity considers a contract," Aa defIned by 2 C.F.R. §200.1, epees -through entity" means "a non-F Sub-Redplentto carry out part of a Faders! program," As defined by 2 C.F.R. §200.t, "Sub -Recipient" means "a non .pass -through entity to:oanry out part of a Federal award," I entity that provides a subsward to a entity that receives a subeward from As defined by.2 Q.F.R. §20p.1, "Faders/ awarrr means "Federal financial ass1stanos that a non -Federal entity receives directly from a Federal awarding agency or Indirectly#?nrn a pass -through entity." As defined by 2 C.F.R. §200,t, "subaward" means "an award provided by a pa -through entitytb a Su Recipient forte Sub -Recipient to.oarry out part of a Federal award received by the pass through entity" The following information Is provided pursuant to 2 C.F.R. §200.332: Sub-Reoiplent's name: Sub -I eolplent% unique entity Identif er: Federal! Awat f Identification Number (FAIN): Federal Award Date: Subaward Period of Performance t3tatt and End Date: Amount of Federal Funds Obligated by this Agreement: Total Amount of Federal Funds Obligated to the Sub -Recipient by the pass -through entity to Inolude this Agreement Toter Amount of the Federal Award committed to the SubRealplant by the pass -through entity: Fedora( award project description teen FFATA): Named Federal awarding agency: Name of passethrough entity: Contact Information for the puss through entity: Assistance ! Ietinge.Number and Title Whether the award is R&D: Indirect cost rate for the Federal award: City. of Mfaml. jF..ite.Resouel _.t)7222O701 9/1/2022 — POE— 1201/2024 $14.01.2.600.00 $36,386,676, $14,01.2.500.00. 2656Shumard CakSouievarg TgIlehassep, J Iorida. 32309 9Y.067-Horpelend Segullty Grant Progrant N/A 19.40% THIS AGREEMENT is entered Into by the State of Fled , Division of Emergency Memetement, with headquarters in Tallahassee, Florida (hereinafter referred to as the °Divieion"), and City of Miami Tire Rescue), (hereinefter referred to ea the "Sub -Recipient"). Per the purposes of this Agreement, the Division nerves as the past -through entity tor a 'Federal award, and tho Sub.:Recipient servee as the recipient of a tubeward, TeliS AGREEMENTIS pN'rEiRED INTO BASED ON THE FOLLOWING REpRESENTATION8; A. The SLib-RecipietriK represents that It Is -fully qualified end eligible to. recelvo these grant funds to provide the services Identified herein; B. The Stets of Merida received these grant funds from the Fedefel government, and the Division haste authority -to subgrant these funds to the OuteReciplent upon the terms and conditions outlined below; and, C, The Division iuoe statutory atithority to disburse the funds u' rider this Agreement. THEREFORE, the Division and the Sub.Reapient agree to the feline/Mg: (1) EEULJQttOFSTATE LAyv TO THIS AGREEIVIENjT 2 CF,R, §20(p02(a) provides: °Each state must expend and account 'ter the Federal award In cic.cordeecte with state faw.s and proceritew for expending and accounting for the state's own funds,„." Therefore, section 21.5,971, Florida Statutes, entitled °Aereemente funded with federe or state assistance.' aPpiles to this Agreernenr, (2) IMIlt SULS) 00.(3v.th.T,toms-vp POLlpjga a, The Sub-Reolpient's performance undartfits Agreement is subject to 2 D.F.R. Part 200, entitled "Uniform Adminletrative Requirements, Cost Principles, and Audit 'RequIremente for Federel Awards.° b. As required by Section 21,5,971(1), Florida Statutes. this Agreement includes: 1. A provision specifying a scope of work that clearly eetablishee the lest that ,the SubAeciple req1.41red to perform, If. A provision dividing the agreement into quantifiable units of defivarabieS that must he micelved and accepted In wilting by the Division before payment. Each deliverable mute be directly related to the scope of work and epecify the required minimum !eve! of service to be performed and the (Intone for evaluating the succeesful completion of eaoh delivereble. JIL A Provision specifying the finenclet consequenos that apply if the Sub- Reciptent falls to perform the minimum level of rvice required by the agreement, Iv. A provielon 813001(01)g that the Sub4ieciplent may expend funds only for allowable costs resulting from obligations Incurred during the specilkad agreement period, v. A provision specifying that any belance of unobligated funds which has been advanced or paid must be refunded le the Division, vi. A provision specifying that any flinds paid In excess of the amount to which the Sub -Recipient Is entitled under the terme and conditions of the agreement must be refunded to the Division, o. In addition to the foregoing, the Sub.keciplent and the Division shall be governed by All applicable State and Federal laws, rules and regulations, Inoluding those Identified in Attachment D. Any express reference In this Agreement to a particular statute, rule, or regulation In no way implies that no other statute, rule, or reeulation applies. (3) remiLakc a, in acoordanoe with section 215,971(2), Fierida Statutes, the Division's Grant Manager shall be responsible for enforcing performance of this Agreements terms and conditions and shall serve as the Division's liaison with the Sub.RecIplent. As part of his/her duties, the Grant Manager for the Division shall; I. Monitor and document Sub.Reciplent performance; and, II. Review and dooument all deliverables for which the Sub -Recipient requests payment. b. The Division's Grant Manager for this Agreement Is: 402112Lac.g.figatateet.KettE,Wier 2S55 Shumard pak Beulevard TEi1ittlaseee, Fkiritigt Telephone: lop-pi11444 Email; Jamika4 ckso o. The name and address of the Represent live of the Sub -Recipient responsible for the administration of this Agreement Is: Asst, Piro Chlef AdrlakPlasoncla 444 9012nd Avenue 10th Floor Miami, FL 33130 */•••••••*•11••••••••••..01••••••••••••••••••••••••••isteni Telephone: SO-416-6402 Fax, 306-416.4686 Email: ,Aelemeekterelemtgev.com d, In the event that different representatives or addresses are designated by either party after execution of this Agreement notice of the name, title and address of the new representative will be provided to the other party. (4) 1g 0.1.110A This Agreement contains all the terms and conditions agreed upon by the parties. (5) gacialgki This Agreement may be executed In any number of counterparts, any one of which may be taken as an orighal. Either party may request modification of the provisions of this Agreement. Changes which are agreed upen'shall be valid only when in writing; signed by each of the parties, and attached to the original of this Agreement, (7) aQSEWQJ The Sub7Reolpient ehall perform the work in accordance with the.Budget and Scope of Attachments A and a of this Agreement. (6) PERIOD OFApREEMEM. This Agreement shall begin upon execution by both parties and will end December 31, 2024 unless terminated ,earlier hi aceordanoe with the provisions of Paragraph (17) of this Agreement, Coneletentwith the definition of "period of performance° contained in 2 C.F.. §200.1, the term "period of agreementrefersto the time during which the Sub -Recipient may incur new ebligatIons to carry out the work authorized under this Agreement, In Accordance with g O.P.R. §200.1, the Sub-Rociplent may receive reimbursement under this Agreement only for "allowabie costa incurred during the period of perforrnance," to accordance with section 216,971(1)(d), Florida Stattites, the Sub -Recipient may expend funds authorized bythie Agreement"only for allowable costs resulting from 011 ations incurred during" the period of agreement, (9) FUNDING a. This is a oosteelmbursement Agreement, subject to the availability of funds. b. The State of Florida's performance and obligation to pay under UsAgreement is contingent upon an annual appropriation by the leglelature. and Subject to any modification in accordance withelther Chapter 216, florida.Statetes, or the Florida Constitution, e. The Division will relinburselite Sub -Recipient say for allowable costs incurred hythe Sub.Reciplent in the successful completion of each deliverable. The maximum reimbursement amount for each deliverable is outlined in Attachment A and B of this Agreement ("Budget and Scope of Work"). The maximum reimbursement ernotmt for the entirety of this Agreement 01012,600.00. d, :As required by 2 O.F.R. §200A16(a), any request forPayment under this Agreement must inclede a certification, sionectWn offI1aI wheIs aythorktglio toast t ub- e which reads as 'follows; isBy Signing this report, I certify to the best of my knowledge end belief that the report true, complete, and accerate, and the expenditures, disbureemente and cash receipts are for the purposes and objectives set forth In the termsand conditions of the :Federal award, am aware that any false, fictitious, or fraudulent Informatleryor the omission of any material fact, may subject me to odminal, civil or administrative penalties for fraud, false statements, false claims or otherwise, (U.$. code Title la, Section 1001 tnd11tte31, Sections 37194730 and 36014811)' e. The Division will review any request for reimbursement by comparing the documentation provided by the Sub-Reolpient against a performance meaSyre, outlinedin Attachment that clearly delineates: 4 I. The required minimum acceptable level of service to be performed; and, The oriterla for evaluating the eueoeeslUt cmpletion of each deliverable, f, The performance measure required by section 216.971(1)(0, Florida Statutes, remains consistent with the requirement for eperformance goal", which Is defined In 2 0,F,R, §200,1 as "a target level of performance exproeeed as a tangible, measurable objective, 4yainst which rtual achievement can be Mewed." It also remeins consistent with the requirement, contained In 2 0,F.R, §200,320, that the Division and the Sub -Recipient "relate financial data to parted -nonce goals and objectives of the Federal amity g, If authorized by the Federal Awarding Agency, then the Division will relmburae the Sub -Recipient for overtime expenees Inacoordance with 2 C.F.R. §200,4S0 rCornpensation—personal services") and 2 C,F.R. §200.4$1 ("CompeneatIon—fringe bemeilts"). If the Sub-Reeipient seeks reimbursement for overtime expenses for periods when no work is performed due to mato, helkifee, illness, failure of the empleyer to provide sufficient work, or other similar cause (soe 20 U.S.C, §207(e)(2)), fhon the Divielon will treat the expellee as a fringe benefit, 2 0,F.R. §200,431 (a) defines fringe benefits es "allowanoes and services provided by employees to their employees as compensetlon in eddltIon to regular eateries and wagee." Fringe benefits are allowable underthls Agreement as tong as the benefits are reasonable and are required by law, Sub-Reciplent-employee agreement, or an establIehed policy of the Sub -Recipient, 2 0,F,R, §200,431(b) provides that the east of fringe benefits In the form of regular oompeneation paid to employees during potiods of authorized absences from the Job, such se for annual leave, farnlly-retated Wave, Wok leave, holidays, court leave, milfiery leave, administrative leave, and other similar benefits, are allowable If all of the following criteria are met: I. They WO provided under established written %eve policles; II. The costs are equitably allocated to all related activitlee, including Federal awards; and, ill. The accounting basis (coil or acme!) s looted for costing each type of leeve le onsistently followed by the non -Federal entity or specified grouping of employees, h, If authorized by the Federal Awerding Agenoy, then the Division will relmburee the Sub-Reolplent for travel expenses in aocordance with 2 0,F.R, §200476, As required by the Reference Guide forState EF.xpenditures, reimbureement for travel must be in Aocordance with section 112.061, Floride Statutes, which includes submission of the claim on the approved ,state travel vouoher, If the Sub - Recipient seeks reimbursement for travel costs that exceed the amounts stated In eeetion112.061(0)(b), Florida Statutes ($6 for breakfaat, $11 for lunch, and $1) for dinner), than the Sub -Recipient must provide documentation that; t, The costs are reasonable and do not exceed charges normally allowed by the Sub-Reciplent In Its regular operations as a result of the Sub-Reolpient's written travel policy; and, ii. Participation of the individual in the travel is necessary to the Federal award, 5 L The tIvision's great manager, as required by section 216.971(2)(c), Florida Statutes, shad reconcile and verify ail funds reoeivea against all Hinds expended during the grant agreement period and produce a final reooncillation report, The final report must identify any funds paid in excess of the expenditures Incurred by the Sub.Reolplent. j, As defined by 2 C:F.R, §200.1, the term `Improper payment" means or ir~ciudes; I, Any payment that should not have been made or that was made In an incorrect amount (Including overpayments and underpayments) understatutory, contractual, adminfstretive, or other regally applicable requirements; and, iI, Any payment to an Ineligible party, any payment for an Ineligible good or service, any duplicate payment, any payment for a good or aer'vice not. received (except for such payments where aruthorizod by law), any payment that does not account for oredit for applicable disc ounte, end aany payment where Insufficient or hack of doeumentatlon prevents a reviewer Prom dieoemin9 whether a payment was proper, ic, Any advance payrnsnt under this Agreement Is subject to section 216.181(10), Florida Statutes, The amount of advanced funds may not exceed the expected cosh needs of Sub,, recipient within the first ninety (90) days of the term of this Agreement. If an advance payment is requested, the budget data on which the request Is based, and a Juetificailon statement shall be Included with this Agreement as Indicated in Attachment E, Justification of Advance payment. Attachment iM most poetry the amount of advsnae disbursement requested and provide an explanation of the necessity for and proposed use of the funds, (10)RECORPS, a. As required by 2 C,F.Pt. §200,337, the federal awarding agency, inspectors General, the Comptroller General of the United States, and the Division, or any of their authorized representatives, shelf enjoy the right of access to any documents, papers, or other records of the Sula•Reciplentwhich are pertinent to the Federal award, In order to make audits, examinations, excerpts, and transcripts. The right of recess also Includes timely end reasonable access tote SuteReciplent's personnel for the purpose of interview and discussion related to such documents, Finally, the right of scoess Is not limited to the required retention period but lasts as long a$ the records are retained, b, As required by sections 20.056(0)(o) and 216,97()(b), Florida Staatutea, the division, the Chief inspector General of the State of Florid►, the Florida .Auditor General, or any of their authorized representatives, stall enjoy the right of acre ss to snydocuments, financial statements, papers, or other r'eoorcia of the Sub -Recipient which are pertinent to this Agreement, in crrcier to make audits, examinations, axoerpts, and transcripts. The right of access also includes timely and reasonable mess 'to the ;auto -Recipient's personnel for the purpose of interview and discussion related to such documents. o.. As required by 2 C,F.P. §200.334, the Sub -Recipient shall retain suffloient records to show its compliance with the terms of this Agreement, es well as the compliance of all subcontractors or corneult1rate paid from funds under this Agreement for period of three (3) years from the date of 6 submission of the flnal expenditure report.lhe follovvIng aro the only exceptioneto the three (3) year reqUirornent: Financial records,supporting doeUrtiOnts, alatistiettradords, andell other norifedsrai. entity- records pertinent to a Federal award must be retained fora perfect of three *Years frOinthe 00.ite Of .submission..of the final-expenditurs ref:fon:or, for Federal awards that are.renewed quarterlyar annuany, Iran the date subMission .Of the quarterly.or annual firlandel roped, tespectI\rtIy asreprirted to the Federal insvardIng " • sehoy ar passatitugh entity trite case of e Sub-Reolpiont...PederalaliVarding agencle.send paskhrough entitles.mustnotirnpose any other recor.d retention requirements upon non - Federal entittett, if any PO .40, claim, et 000 le:started beer:eta expOtion 014.3100 pained, the reeords must be .retained until all litigation, claims, or audit findings- involving the records have been ressolvadarldfinal. action taken. When theron-Fedefel entity lerietified Irt WriOng.sby the Federal awarding ageny ogrdzant agencyfor audt ovoreight agency-1er audit:cognizant agency ferindirect costs,.or pass4hrough entity to extends the retention:period... ntt .Reqor49 for real rope* and eqi.ilOtent.:acquired filth PederelfUnds must be rested lor a. years final. disposition, tL 1Aterirecordeare. transferred toorrnairitainett by the FederalsawardIng agency orpass-through entitythea.year retention requirement -is not applio0e to. the nonfederal entity:, v.. 'Records ter programincome transactions alter the period ofperforrnano.fn.00mecases, redpienta mutd*Ort Pitgnstit littinie after theperiod.olperforreanee.- Wherethite lesikch a requirernent, :00.11140rd:ion parted for the records pOtaiirthg to to earning of the program bloom.° sterta from the end of the non -Federal aysflsqaiyearInwhIchihe.prOgram1flCGrnei$aarfled. vi. Inclined cog rate proposals Cost alleceliona pans.:1da.porraPhAppilea to the fellowing typesef docuMentsands.their supporting. records; Indirect cost rate Computations:. or proposals, cost allocation plans, and any .similar accountirtgoomputations of dte. rate at which a particular groupolcosts Is Chargeable '(sUtth :aecernputer.04age schargebadit. rates or doMposite fringe benefit rates). 1. If submitted f�rnegotabon, rte proposal, plan, ar rulerQt ercornputt!onl required.to"be subittodtothe- Federal Gevernment(or te the pasikhrough entity) tat form the. besiefer °dation of the rate, then the 3-Yearretent1On period for 4.64priptting record e starts from the date of suckstibrniesion.: 2. If noteubmitted.for negotiatien. W the prepoodi, Plank:sot other OberiputetiCin net required to be ,s0brnitted tete Federal. government (orto IWO-06404h otitgAir negotiation purposes, ton the..3i.yeerreterition period for the.proxisel, plan,.or:computation and Its Supporting recordestarte from the end. of the 'fiscat year (or ether accounting period) covered by tepropeaal,plan„ °rotor cottiPtitation. 7 d. In accordance with 2 C.F.R. §200.339, the Federal awarding agency must request transfer of certain recordto Its custody from the Division or the Sub-Reciplent when It determines that the records possess long-term retention value. However, in order to avoid duplicate recordkeeping, the Federal awarding agency may make arrangements for the non -Federal entity to retain any records that are continuously needed for joint use et. in accordance with 2 C.F.R. §200.336, the Division must always provide or accept paper versions of Agreement information to and from the Sub-Reelpient upon request, if paper copies are submitted, then the Division must not require more than an original and two copies. When original records are electronic and cannot be akered, there Is no need to create and retain paper coplee, When original records are paper, electronic versions may be substituted through the use of duplication or other forms of electronic media provided that they are subject to periodic* quality meml reviv.vs, provide reasonable safeguards against alteration, and remain readable. f. As required by 2 C.F,R. §200.303(e), the Sub -Recipient shall take reasonable measures to safeguard protected personally Identifiable Information and other InformatIon the Federal awarding agency or the Division designates as sensitive or the Sub -Recipient considers sensitive consistent with applicable Federal, state, local, and tribal laws regarding privacy and obligations of confidentiality. g. Florida's Government in the Sunshine Law (Section 286,011, Florida Statutes) providee the citizens of Florida with a right of access to governmental proceedings and mandates three, basic requirements: (1) m sings of public boards or commissions must be open to the public; (2) reasonable notice of such meetings must be giverr, and, (3) minutes of the meetings must be taken and promptly recorded. The mere receipt of public Linde by a private entity, standing alone, Is insuftiolent to bring that entity within the ambit of the open government requirements. However, the Government In the Sunshine Law applies to private entities that provide services to governmental agencies and that act on behalf of those agencies in the agencies' performance of their public duties, if a public agency delegates the performance of its public purpose to a private entity, then, to the extent that private entity is performing that public purpose, the Government in the Sunshine Law applies. For example, If a volunteer fire department provides firefighting services to a governmental entity and uses facilities and equipment purchased with public funds, than the Government in the Sunshine Law applies to board of directors for that volunteer fire department. Thus, to the extent that the Government in the Sunshine Um applies to the Sub -Recipient based upon the funds provided under this Agrnement, the meetings of the Sub - Recipient's governing board or the meetings of any subcommittee making recommendations to the governing board may be subject to open government requirements. These meetings shall be publicly noticed, open to the public, and the minute: of ail the meetings shall be public records, available to the public in accordance with chapter 119, Florida Statutes, h. Florida's Public Records Law provides a tight of access to the records of the state and local governments as well as to private entities acting on their behalf. Unless specifically exempted 8 from dh closure by the Legialetura, all materials made or received by a governmental agency (or Fr private entity acting on behalf of such an agency) In oon)unction with official business which are used to perpetuate, communicate, or formalize knowledge qualify as pubiio records subject to public inspection. The mere receipt of public funds by a private entity, standing alone, la insufficient to bring that entity within they ambit of the public rooted requirements. However, when a public entity delegates a public emotion to a private entity, the raeorde generated by the private entity's performance of that duty boon public reeorda. Thus, the nature and scope of the services provided by a private entity determine whether that entity Ie acting on behalf of a public agency and la therefore aubjeet to the requirements of Florida's Public Records Law, i, The Sub -Recipient ehall maintain all records for the Sub -Recipient and for all subcontractors or conceultaante to be paid from funds provided under this Agreement, Including documentation of ell program costs, In a form sufficient to determine compliance with the requirements and objectives of the Budget and $rope of Work Ahment A end 13 and all other applicable taws and regulations. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 110, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (850) 815-7671, Records c©em.myflarlda,com, or 2555 Shiumard Oak Boulevard, Tallahassee, FL 32399 (11)AVJait. a. TM ;dub-flaolpfent shall comply with the audit reclulremsnts contained In 2 O,F.Ft, Part 200, Subpart P. b, in acreunting for the receipt and expenditure of funde under this Agreement, the Sub -Recipient shall follow Generally Accepted Accounting Principles (' AAP"), As defined by 2 G;F.R, §200,1, GAAP "has the moaning speoified In accounting standards issued by the Government Acoounting Standards Board (GASS) and the Financial Accounting Standards board (t ASS)," c, When conducting an audit of the Sub -Recipient's performance under this Agreement, the Division halt uee Generally Aacepted Government Auditing Standards (" 4AGAS"). As dsflned by 2 §200.1, GALAS, "also known as the Yellow Book, mains generally accepted government auditing standards Issued by the Comptroller General of the United States, which are applicable to financial audits:' d, if an audit shows that all or any portion of the funds disbursed were not spent in accordance with the conditions of this Agreement, the Sub -Recipient ,shall be held liable for reimbursement to the Dlvielon of all funds not spent in accordance with these appioable regulations and Agreement provialvns within thirty days after the Division has notified the Sub•t ecipient of such non, compliance, 9 e, The Sub -Recipient Shall have ail audits completed by an independent auditor, which Is defined In section 216.97(2)(1), Florida Statutes, as 'an Independent certified public accountant licensed under chapter 473." The Independent auditor shall stale thetthe audit complied with the applicable provisions noted above. The audit must be received by the Division no later than nine months from the and of the Sub -Recipients fiscal year. f. The Sub-Reolplent shall send copies of reporting packages for audits conducted in accordance with 2 C,F.R. Part 200, by or on behalf of the Sub -Recipient, to the Division at the following address: DEMSIngleAudit@ern,mytioride.00m ,CaR Office of the Inspector General 2556 Shumard Oak Boulevard Tallahassee, Florida 32399,-2100 9, The Sub-Reoiplent shall send the Single Audit reporting package and Form SF -SAC to the Federal Audit Clearinghouse by submission online at: IltiosAcies,census,gov h, The Sub -Recipient shall send any management letter issued by the auditor to the Division at the following address: DP/iSieei I Id Office 0 the Inspector General 2655 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 (12)BLPORTS a. Consistent with 2 O.A. §200,328, the Sub-RecIplent shell provide -the Division with quarterly reports and a close-out report. These reports shall Include the current status and progress by the Sub-Rociplent and all subcontractors In completing the worit.ciesoribed in the Scope of Work and the expenditure of funds under this Agreement, In addition to any other information requested by the Division, b, Quarterly reports are due to the Division no later than thirty (30) days after the.end of each quarter of the program year and shall be sent each quarter unfit submission of the close-out report, The ending dates for each quarter of the program year are March 31, June 30, September 30,.and December 31. o. The close, ut report is due 60 days after termination of this Agreement or 30 days after completion of the activities contained In this Agreement, whichever first occurs, d, If all required reports and copies are not sent to the Division or are not completed In a manner aoc ptable to the Division, then the Divisionmay withhold further paYments until they are 10 completed or may take other action as stated In Paragraph (16) REMEDIES. "Acceptable to the Division" means that the work product was completed in accordance with the Budget and Scope of Work. e, The Sub -Recipient shall provide additional program updates or information that may be required by the Division. l: The Sub -Recipient shall provide additional reports and information identified In Attachment B. (13)1NNITORMIf3. a. Consistent with 2 C.F.R, §200.328 the Sub -Recipient shall monitor its performance under this Agreement, es well :es that of Its subcontractors and/or consultants who are paid from funds provided under this Agreement, to ensure that time schedules are being met, the Schedule of Deliverables and Scope of Work are being accompllshod within the specified time periods, and other performance goals are being aohleved. A review shall be done for each function or activity in Attachment B to this Agreement and reported in the quarterly report. b. In addition to reviews of audits, monitoring procedures may include, but not be limited to, On -site visits by Division staff, limited scope audits, andfor other procedures, The Sub•Reciplent agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Division. in the event that the Division determines that a limited scope audit 011ie Sub -Recipient Is appropriate, the Sub..Recipient agrees to comply with any additional instructions provided by the Division to the Sub -Recipient regarding such audit, The $ub Reciplent further agrees to comply and cooperate with any inspections, reviews, investigations or audits deemed necessary by the Florida Chief Financial Offieer or Auditor General. In addition, the Division will monitor the performance and financial management by the Sub-Roolplent throughout the contract term to ensure timely completion of all tasks. (14) ,)AB1LlTY a. Unless Sub -Recipient is a State agency or subdivision, as defined in section 768.28(2), Florida Statutes, the Sub -Recipient is solely responsible to parties it deals with in carrying out the terms of this Agreement; as authorized by section 768.28(19), Florida Statutes, Sub -Recipient shalt hold the Division harmless against all claims of whatever nature by third parties arising from the work performance under this Agreement, For purposes of this Agreement, Sub -Recipient agrees that it Is not an employee or agent of the Division but is an independent contractor, b, As required by section 768.28(18), Florida Statutes, any Sul .Recipient which is a state agency or subdivision, as defined in section 768,28(2), Florida Statutes, agrees to be fully responaibio for its negligent or tortlous acts or omissions which result in claims or suits against the Division, and agree$ to be liable for any damages proximately caused by the state or omissions to the extent set forth In Section 768.28, Florida Statutes, Nothtng herein is Intended to servo as a waiver of sovereign immunity by any Sub-Reolptent to which sovereign immunity applies. Nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties In any matter arising out of any contract. 11 o, As defined in section 200,310 Ineur&ioe Coverage; he non -Federal entity must,.At a minimum, provide 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, Federaily-owned property need not be insured unless required by the terms and conditIons of the Federal nwtxrd. (15)I E 1 i if any of the following events occur (".Events of Default"), ail obligations on the part of the Division to make further payment of funds ehell terminate and the Division has the option to exercise any of its rernedies set forth In paragraph OS); however, the Division may make payments or partial payments after any Events of Default without waiving the right to exercise such remedies, and without becoming liable to make any further payment if; a, Any warranty or representation made by the Sub -Recipient In this Agreement or zany previous agreement with the Division is or beoomee felee or misleading In any respect, or if the Sub - Recipient fails to keep or perform any of the obligetttona, terms or oovenetnts In this Agreement or any previoue agreement with the Division and has nut cured them In timely fashion, or is unable or unwilling to meet its obligations under this Agreement; b, Material adverse changes emir In the financial oondition of 1he'Sub-Reciplent at any time during the term of this Agreement, and the Sub -Recipient falls to ours thie adverse change within thirty days from the date written natio Is sent by the Division; c, My reports required by this Agreement have not boon submitted to the Dtvlelon or have been aubnrltted with Incorrect, Incomplete, or inautT7ctent information; or, d, The Sub eciplent has failed to perform and complete on time any ofi tts obligations under thla Agreement (1e)BEWMPAS If an went of Defatdt occurs, then the Divistan shall, after thirty aalenld€ar days written notice to the Sub -Recipient end upon the Sub.Reulpient's failure to cure within those thirty days, exercise any ono or more of the following remedies, either concurrently or consecutively: a. Terminate this Agreement, provided that the Sub -Recipient Is given at least thirty days prior written notice of the termination. The notice shall be affective when placed in the United Statee, first class mall, postage prepaid, by registered or eertitled mall -return receipt requested, to the address in paragraph (3) herein; b. Segin an appropriate legal or equitable ac tlon to enforce performance of this o. Withhold or suspend payment of ail or any part offer request for payment; d. Require that the ;pub-Raolpient refund to the Divielon any monies used for In li€tble purposes under the laws, rules and regulations governing the use of these funds, e. t .xerclee any corrective or remedial actions, to Include but not be limited to; Agreement; 12 I, Request additional Information from the Sub -Recipient to determine the roasorte for or the extent of non-compliance or lack of performance, i. issue a written warning to advise that more serious measures may be taken if ttl a situation Is not csorreotsd, Advise the Sub-Reatplent to suspend, discontinue or refrain from Incurring costs for any activities In question or iv. Require the Srub»Recipient to rotmbur the Division for the amount of costs Inourred for any itoms determined to be ineligible; The Division may Administratively close an Agreement, The DIv►sion rney use the adrninisirative close-out proc:ees when a Sub-Redplont Is not responsive to retasonaeble efforts to collect required reports needed to cornplete the standard close-out process. The Division will make three written attempts to collect required reports before initiating administrative dose -out. In addition, If an agreement is administratively closed, the Division may deckle to impose remedies for noncompliance per 2 i;,p.R, 3 2200,339, ooneldor this information in reviewing future award applications, or apply speetsl conditions to existing car future awards, if the Division needs to administratively close an agreement, this may negatively impect a Sub-f eolpient'a ability to obtain future funding, g, exercise any other rights or remedies hitch may be available under law, Pursuing any of the above rernedies will not stop the Divlslon from pursuing any other remedies in tala Agreement or provided at taw or in equity, if the Division waives any right or remedy in this Agreement or faits to Insist on strict performance by the Sub -Recipient, It wilt not effect, extend or waive any other right or remedy of the Division, or fact the later exercies of the same right (Jr remedy by the Division for any comer default by the Sub.Roolplent. (17)TO l tIOATIOI4 a. The Division may terminate this Agreement for cause after thirty days (39) written netloo, Cause can Include misuse of funds, fraud, taok of compliance with applicable rules, laws and regulations, failure to perform on time, and refusal by the Sub -Recipient to permit public; aces to any document, paper, letter, or other me dal subject to disclosure under chapter 119, Florida $tetutee, as amended. b. The Division may terminate this Agreement for cause after rejecting en =-*peal submIttod due to noncomplienoe, nonactivlty, andlor a lack of expenditure for four (4) consuautive quarterly reporting periods. o. The Division may terminate this Agreement for convenience or when It detetines, in its sole discretion, that continuing the Agreement would not produce benefiQia l results In line with the tether expenditure of funds, by providing the Sub+Reoipient with thirty calendar days prior written notice, d. The parties nmy agree to terminate this Agreement for their raautual convenience through a written amendment of this Agreement. The amendment will state the effective date of the termination and the proosduree for proper olrasecrut of the Agreement, 13 In the event that this Agreement Is terminated, the dub -Recipient will not incur new obligations for the terminated portion of the Agreement after the Sub -Recipient has raceivsd the notification of termination. The Sub -Recipient will cancel as many outstanding crbiigetlons as possible. Costs incurred after receipt of the termination notices will be disallowed, The Sub -Recipient shall riot be relieved of liability to the DIvls ton because of any breach of Agreement by the Bub -Recipient. The Division may, to the extent authorized by law, withhold payments to the Sub•Reolptent for the purpose of set-off until the exact amount of damages due the Division from the $ub-Reolpksnt Is determined. (18)PROCUR zM it a. The Sub -Recipient shalt ensure that any procurement Involving funds authorized by the Agreement complies with all applioabie federal and state IawL and regulations, to Include 2 C,F'.i . §§200.318 through 200.327 as well as Appendix II to 2 C,F,R. Part 200 (entitled °Cantatas Provisions for Non -Federal Entity Contracts Under Federal Awards"). h, As required by 2 G.F.R. §200.31 E3(1), the Sub -Recipient shall "maintain records sufficient to detail the history of procurement. These ree.onle will include but are not necessarily limited to the following: rationale for the method cif procurement, selection of contract type, contractor aeleotion or rejection, and the basis for the oontreot price." c, As required by 2 C.F;R, §200.318(b), the Sub -Recipient shall "maintain overnight to ensure that contractors perform In accorclsnce with the terms, conditions, end speotftoatlons of their contracts or purchase orders." In order to demonstrate compliance with this requirernent, the Sub- Recipient shell document, in fie quarterly report to the Division, the progress of any and subcontractors performing work under this Agreement, cf. Fxoeptfor procurements by micro-purohases pursuant to 2 C.F,R, §20O.320(a)(1) or procurements by small purchase procedures pursuant to 2 C.F.R, §200,320(a)(2), if the Sul>Reslpient chooses to subaontrat t any of the work required under this Agreement, then the Bub-Reoipient shall forward to the Division a copy of any aolicitatlun (whether competitive or non-competitive) at legsat ten (10) days prior to the publication or c;ornmunlcatlon of the solicitation. The Division shall review the solicitation and provide comments, If any, to the Sub -Recipient Within seven (7) business days. Consistent with 2 C.F.R. §200.326, the Pivieion will review the aoIh nation for compliance with the procurement standards - outllned In 2 C,F,R. §200.a13 through 200,327 ae well as Appendix fl to 2 C,F,R. Part 200. Consistent with 2 C.E.R. §200,318(14 the Division will not substitute its judgment for that of the Sub-Realplent, Whlie the Sub-Reeciplent does not need the approval of the Division in order to publish a competitive solicitation, thts review may allow the Division to identify deficiencies In the vendor requirements or In they commodity or service speoifcations, The Division's review end comments shall net t +netltute an approval of the solicitation. Regardless of the Division's review, the Sub -Re 1pient remains' bound by all applioable laws, regulations, and agreement tennis, If during Its review the Division Identifies any defloiene;ies, then the Division shalt oommunloote those deficiencies to the Sub -Recipient as quickly as possible within the 14 seven (7) business day window outlined above. if the Sub -Recipient publishes a competitive solicitation after receiving comments from the Division that the salieltatton Is deficient, then the Division may; I, Terminate this Agreement in accordance with the provisions outlined In paragraph (17) above; and, II. Refuse to rsitr►burse the Sub»Rerlplent for any casts associated with that e. Except for Procurements by mIcro•purr✓hrases pursuant to 2 C,F.R. §200,320(a)(1) or prooun meats by email purchase procedures pursuant to 2 C.F.R. §2O0.320(a)(2), if the Sub.Reciptent chooses to subcontract any of the work required under Ole Agreement, than the Sub -Recipient shall forward to the Division a copy of any contemplated oontraot prior to contract execution. The Division ehell review the unexaur.rted contract and provide comments, If any, to the Sub -Recipient within seven (7) business days, Consistent with 2 O,F.R. §200,325, the Division will review the unoxe uteri contract for compliance with the procurement standards outlined in 2 C.P.R. §200.31$ through 200,327as wall me Appendix 11 to 2 C,F'.R. fart 200, Consistent with 2 C.F.R. §2O0.318(K), the Division will not substitute its judgment for that of the Sub-ReoIplent, While the Sub,Reolplertt does not need the approval of the Dtvislon in order to exauuurte xx subcontract, this review may allow the DNialon to identify deficiencies in the terms and conditions of thet subcontract as well e:3 rtolciafrotoe in the procurement process that led to the subcontract. The Division's review en'i (ommelts shell not constitute an approval of the subcontract. Regardless of the Division's review, the SubsReciptent remains bound by ail applicable laws, regulations, and agreement terms. If during its review the Division identifies any cieficienotea, then the Division shall communicate those deficiencies to the Suh-Reorplent es qulolcly es possible within the seven (7) business day window outlined above, if the Sub-Reotpient executee a subcontract after receiving a -communication from the Division that they subcontract le non-aomnllant, then the Division may: 1, Terminate this Agreement in accordance with the provisions outlined in paragraph (17) above; and, II, Refuse to reimburse the Sub.Reelpient for any posts associated with that f. The Srrb•feolpient agrees to include in the subcontract that (I) the eubu^ontractor Is bound by the terms of this Agreement, (11) the subcontractor is bound by all applicable state and federal Wee and regulations, and (lil) the subcontractor shall hold the Division and Sub -Recipient harmless against ell oiaime of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. effected g. As required by 2 C,F.R. §200,315(c)(1), the SubsReelpleat shall "maintain written standards of conduct covering confliots of Interest and governing the actions of its employees engaged in the selection, award and odministratlon of oontraote." h. As required by 2 C.F.R. §200.319(b) contractors that develop or draft specifications, :rutrrernents, etaterncnts of work, or Invitations for bids or requests for proposals must be excluded from soticttntlon subcontract. 5 competing for such procurements, The Sub -Recipient or pass-thru entity must disclose to the Division, in writing, any real or potential oonfifct of interest that my arise during the administration of the federal award, as defined by federal statutes or regulations, or their own existing petioles, within five (6) days of learning of the Conflict of interest, "Conflict of Interest le considered ss any situation where an employee, officer, or agent, any members of his er her immediate family, or his or her peruser has a oleos personal relationship, business relationship, or professional relationship, with a recipient or Sub -Recipient, P, As required by 2 C,F.R, §200,319(a), the Sub.Reuiplent shall conduct any procurement under this agreement "In a manner providing full and open competition." Accordingly, the Sub-Reciptent shall not I, Place unree business; rnpantes; oorrtracts; t guivalent; able requIraments on firms in order for them to qualify to do iI. Require unnsoesaary experience or excessive handing; Use noncompetitive pricing practices between firms or between affiliated iv. Execute noncompetitive ntreote to conauttartts that am on retainer v. Authorize, condone, or Ignore organizational conflicts of Interest; rl, Specify only a brand name pruduot without allowing vendors to offer an $peolfy n brand narns product Instead of describing the performance, speoificatiens, e rr other relevant requirements that pertain to the commodity or service solicited by the procurement developing proposals. r dra viii, Engage irr any arbitrary action during the procurement process; or, Ix. Allow a vendor to bid on a contract If that bidder was involved with ng the specifications, requirements, ettatoment of watt, Invitation to bid, or request °for J. "[E x ept in those wee s where applicable Federal statutes expressly mandate or encourage" otherwise, the SulawRealpient, se required by 2 C,F.R,. §200.319(o), shatl not use a geographic preference when procuring commodities or sorvicee under this Agreement. k, The t ub•Reofplent shall condunt any procurement invotving invitations to bid (I.e. sealed bide) In accordance with 2 0,F,R. §200.320(b)(1) as well as section 267.057(1)(a), Florida Statutes, I. The f ub., eelplent shall conduct arty procurement Involving requests for proposals (Le, +arimpetitive proposals) in so orciencer with 2 C,F,R. §200,320(b)(2) as well as eectlon 257,O57(1)(b), Monde Statutes. m. For each subcontract, the Sub,Realplent shall provide Information to the Division as to whether that subcontractor Is a minority business enterprise, as defined In Seotlon 288,703, Florida 16 Statutes, except for the requirement the subcontractor be domiciled in Florida, on the required Procurement Method Report (Farm 5). Additionally, the Sub -Recipient shall comply with the requirements of 2 C,F,R, §200.321 ("Contracting with small end minority businesses, women's business enterprises, and labor surplus area firms"). n, FEMA has developed helpful resources for Sub -Recipients mincg federal grE►nt funds for procurements.1 hest resources are generally available at httpe://www.fema.govigrants/procurement. FEMA periodically updates this resource page so please check beck for the latest Information, While not ell the provisions discussed in the resources are applicable to this subgrunt agreement, the Sub -Recipient may find these resources helpful when drafting its solloitatton and contract for compliance with the Federal procurement standards outlined in 2 C.F.R. §§200,313 through 200.327 as well as Appendix 11 to 2 C.F.R. Part 200. (1 X1-1104TSL a. Alt attachments to this Agreement are incorporated as if set out fully, b. In the event of any inconsistencies or conflict between the language of this Agreement and the attachments, the language of the attachments shall control, but only to the extent of the conflict -or Inconsistency. c, This Agreement has the following attaohrneMs: 1 Exhibit 1- Funding Sources ll, Exhibit 2 - Certifcation Regarding'! elecommunicatlonand Video Restrictions ill. Exhibit 3 - Certification Regarding Lobbying Iv. Attachment A Program Budget v. Attachment B - Scope of Work vt. Attachment C - Deliverables and Performance ►rii. Attachment D -• Program Statutes and Regulations viii. Attachment E -Justification of Advance Payment ix, Attachment F - Warranties and Representations x, Attachment G - Certification Regarding Debarment, (Tension, Ineligibility and Voluntary Exclusion xl Attachment H - Statement of Assurances xii. Attachment I - Mandatory Contract Provisions xlii, . Attachment J Financial and Program Monitoring Guidelines xiv, Attachment K IHP Guidelines xv, Attachment L - Reimbursement Cheokiist (20)PAYM1 NT 3 a. 1f the necessary funds are not available to fund this Agreement as a result of action by the United States Congress, the federal Office of Management and Budgeting, the State Chief 17 Financial Officer or under subparagraph (9)b. of this Agreement, all obligations on the part of the Division to make any further payment of funds shall terminate, and the Sub-Reolpient shall submit its closeout report within thirty days of receivine notice from the Division. b, Invoices shall be submitted at least quarterly and shall include the supporting documentation for all costs of the project or FAIVICOS. 'The final Invoice shall be submitted within thirty (30) days after the expiration date of the agreement, An explanation of any oircumstanees prohibiting the submittal of quarterly invoices shall be submitted to the Division grant manager aa part of the $ub Recipient's quarterly reporting as referenced in Paragraph (12) of this Agreerrtent. o. Any advanoe payment under this Agreement Is sublect to 2 0,F,R, §200,306 and, as applicable, section 216.181(16), Florida Statutes. All requests for advance payments will be reviewed and considered on a casieby.case basis. Ali advances are required to be held in an interest -bearing account. If an advance payment Is requested, the budoetdata en which the request Is based, and a justification statement shall be included In this Agreement as Attachment E. Attachment E will specify the arriount of advance payment needed and provide an explanation of the necessity for and proposed use of these funds. No advance shall boScpepted for processing if a reimbursement has been paid prior to the submitted of a request for advanced payment, Atter the Initial advance, If any, payment shall be made on a reimbursement basis as needed, 2 a. Alt refunds or repayments due to the DiVision under this Agreement are to be :made payable to the order of "DiVision Of Emergeriey Manaeement",. and malted directly le the following address:. Division of Emergency Man gement Cashier 2555. Shumard Oak Boulevard Tallahassee FL 32309.2100 b. in accordance with section 216,34(2), Florida Stetutes, if a cheek or other draft la returned to the Division for collection, Sub -Recipient shall pay the Division a service fee of $16.00 or 6% of the face amount of the returned check or draft, whichever Is greaten 121),MipMaggl[PlThlieg a, The validity of this Agreement Is subject to. the truth arid apeuracy of all the Information, representations, and materials submitted or provided by the Sub -Recipient In this Agreement, In any later etibrnleolon or response to a Division request, or In any submission or response to Mille the requirements of this Agreement, All of said information, representatione, and materials are Incorporated by referenoe. The Inaccuracy of the submissions or any material changes shall, at the option of the Division and with thirty days written notes to the Sub -Recipient, cause the termination of this Agreement and the release of the Division from ail Its obligation to the Sub.Reolpient. :L8 b. This Agreement shall be construed under the laws of the State of Florida, and venue for any actions arising out of this Agreement shall be In the Circuit Court of Leon County, If any provision of this Agreement is In conflict with any applicable statute or rule, or is unenforceable, then the provision shall be null and void to the extent of the conflict, andghall be severable, but shall not Invalidate any other provision of this Agreement, c. Any power of approval or disapproval granted to the Division under the terms of this Agreement shall survive the term of this Agreement, d. The Sub•Recipient agrees to comply with the Americans With Disabilities Act (Public Law 1014$6, 42 U,S,C, Section 12101 t3g.), which prohibits discrimination by public and private entities on the basis of disability in employment, public accommodations, transportation, State and local government services, and telecommunications. e, Those who have been placed on the geevletesi, vendor list following a conviction for a public entity crime or on the gtecrin*story, vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the Construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity In excess of $26,000.00 for a period of S8 months from the date of being placed on the Convicted vendor list or on the discriminatory vendor list, f. My Sub -Redolent which is not a local government or state agency, and which receives funds under this Agreement from the federal government, certifies, to the best of its knowledge and boltef, that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a federal department or agency; 11, Have not, within a five-year period preceding this proposal been oonvloted of or had a civil judgment rendered against them for fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; III. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (federal., state or local) with commission of any offenses enumerated in paragraph (22) f.11. of this eertificatlon; and, Iv, Have not within a five-year period preceding this Agreement had one or more public transactions (federal,. state or local) terminated for cause or default. g, If the Sub-Reotpient Is unable to certify to any of the statements in this certification, then the Sub•Rooipient shall attach an explanation to this Agreement. 19 h. In addition, the Sub -Recipient shall send to the Division (by email or by facsimile trot emission) the completed "Certification Regarding Debarment, Suspension, ineligibility and Voluntary Exclusion" (Attachment G) for each Intended subcontractor which Sub. Recipient plans to fund under this Agreement. The form must be received by the Division before the Sub -Recipient enters into a contract with any subcontractor. The Division reserves the right to unilaterally cancel this Agreement if the Sub. Recipient refuses to allow public access to all dooumsnts, papers, letters or other material aubjeot to the provisions of chapter 11.9, Florida Statutes, which the Sub.Reclplent created or resolved under this Agreement, 1, if the Sub -Recipient is allowed to temporarily invest any advances of funds under this Agreement, any interest income shall either be returned to the Division or be applied against the Division's obligation to pay the contract amount, k. The State of Florida will not Intentionally award publicly funded contrasts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions oontained hi 8 tJ:S.G. Section 1324a(e) (Section 274A(e) of the immigration and Nationality Aot ("INA" )1. The Division shah consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the iNA. Such violation by the Sub.Reciplent of the employment provisions contained in Section 274A(e) of the INA shall be grounds for unilateral cancellation of this Agreement by the Division. 1, Section 287,06806, Florida Statutes, requires that any state funds provided for the purchase of or irnprovemente to real property are contingent upon the contractor or political subdivision granting to the atate a security interest in the property at least to the amount of state funds provided for at least 6 years from the date of purchase or the completion of the improvements or as further required by law, m. Unless preempted by federal law, the Division may, at Its option, terminate the Contract If the Contractor is found to have submitted a false certification as provided under section 287.136(5), F &., or been placed on the Scrutinized Companies with Activities to Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or Wert engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel list or is engaged In a boycott of Israel. (23)t±JBEYING PROHIBITION a. 2 C.F.R. §200,460 prohibits rolrnbursement for costs associated with certaln lobbying b. teotion 21 t3,847, Florida Statutes, prohibits +Lany disbursement of grants and aids appropriations pursuant to a contract or grant to any person or organization unless the terms of the grant or oontract prohibit the expenditure of funds for the purpose of lobbying the Legislature, -the judicial branoh, or a state agency." activities. 20 o. No funds or other resources received from the Division under this Agreement may be used directly or indirectly to Influence Legislation or any other official action by the Florida Legislature or any state agency. d, The Sub -Recipient certifies, by its signature to this Agreement, that to the best of his or her knowledge and belief: I. No redsral appropriated funds have been paid or will be paid, by or on behalf of the Sub -Recipient, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, en officer or employes of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement U. if any funds other than Federal appropriated funds have been old or will be ;paid to any person for influencing or attempting to influence an offioer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Sub.Reciplent shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Aotivlttos." The Sub-Roclplentshall require that this certification be included in the award documents for all subawards (Including subcontracts, subgrants, and contracts under grants, loans, and rooperrrtive agreements) and that oil Sub-Reciplants Shall certify and disclose. iv, This certification Is a material representation of fact upon which relietncs was placed when this transaction was made or entered Into. Submission of this certification is a prerequisite for snaking or entering Into this transaction Impoasd by Section 1352, Title 31,11,S. Code. Any person who falls to file the required certification shall be subject to a civil penalty of not less than $10.,000 and not more than $100,000 for each such failure. v, if thls suhgrant agreement amount is $100,000 or more, the Sub•Recipleni, and subcontractors, as applicable, shall sign Attachment M — Certification Regarding Lobbying. (24)CQPYRVIV, PATIx,NT AND TRADWARK EXCEPT AS PROVIDED BELOW, ANY AND ALL PATENT RIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY RESERVED TO THE STATE OF FLORIDA; AND, ANY AND ALL. COPYRIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY TRANSFERRED BY THE SUB.RECIPIENT TO THE STATE OF FLORIDA. a. If the Sub -Recipient has a pre-sxisting patent or copyright, the Sub.Reciplent shall retain all rights and entitlements to that pre-existing patent or copyright unless the Agreement provides otherwise, 21 b. If any discovery or Invention is developed Inthe course of or as a result of work or services performed under this Agreement, or In any way connected with it, the sub -Recipient shall refer the discovery or invention to the Division for a determination whether the State of Florida will seek patent protection in its name. My patent rights accruing under or In connection with the performance of this Agreement are reserved to the State of Florida. If any books, manuals, films, or other copyrlghtable material are produced, the Sub -Recipient shall notify the Division, Any copyrights accruing under or In connection with the performance under this Agreement are transferred by the Sub -Recipient to the State of Florida. o, Within thirty days of execution of this Agreement, the Sub•Reciplent shall dleclose all intellectual properties relating to the performance of this Agreement which he or she knows or should know could give rise to a patent or copyright, The Sub -Recipient shall retain all rights and entitlements to any pre-existing Intellectual property which Is disclosed, Failure to disclose will indicate that no such property exists, The Division shall then, under Paragraph (24) b„ have the right to all patents and copyrights which accrue during performance of the Agreement. d, If the Sub -Recipient qualifies as a state university under Florida law, then, pursuant to section 1004,23, Florida Statutes, any invention conceived exclusively by the employees of the Sub- Realplent shall become the sole property of the Sub -Recipient. in the case of joint inventions, that is Inventions made jointly by one or more employees of both parties hereto, each party shall have an equal, undivided Interest in and to such Joint inventions. The Division shall retain a perpetual, irrevocable, fully paid, nonexclusive license, for Its use and the uss of its oontraotors of any resulting patented, copyrighted or trademarked work products, developed solely by the Sub -Recipient, under this Agreement, for Florida government purposes, (26)L AL 6UTKBIZalca The :Sub -Recipient certifies that It has the legal authority to receive the funds under this Agreement and that its governing body has autherizeri the execution and acceptance of this Agreement, Tho Sub- 1 aoiplent also certifies that the undersigned person has the authority to legally execute and bind Sub- , Recipient to the terms of this Agreement (26) F 7 P a. In accordance with 41 C.F.R. §60.1,4(b), the Sub -Recipient hereby agrees that It will incorporate or cause to be Incorporated into any contract for construction work, or modification thereof, as defined In the regulations of the Secretary of Labor at 41 C R Chapter 60, which Is paid for In whole or In part with funds obtained from the Federal Government or borrowed an the credit of the Federal Government pursuant to a grant, contraot, loan, insurance, or guarantee, or undertaken pursuant to any Federal program Involving such grant, contract, loan, 'insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as follows 22 i, The contractor will not dlsorlminate against any employee or applicant for employment because of race, color, religion, sex, .sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applloante are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following; Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and salaotion for training, Including apprenticeship, The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause, li. The contraotor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive oonstderatlone for employment without regard to race, color, religion, sex, sexual orientation, gender Identity, or national origin. 111, The contractor will not discharge or In any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applioant. This provision shall not apply to Instances In whloh an employee who has access to the compensation information of other employees or applicants es a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure Is in response to a formal complaint or charge, in furtherance of an Investigation, proceeding, hearing, or action, including an Investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. iv, The contractor will send to each labor union or representative of workers with which he has a s olIe tive bargaining Agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. v, The contractor will comply with all provisions of Executive Order 11240 of September 24, 1966, and of the rules, regulations, and relevant orders of the Secretary of Labor. vl, The contractor will furnieh all Information and reports required by Executive Order 11246 of September 24,1966, and by rules, regulations, and orders of the Secretary of tabor, or pursuant thereto, and will permit aoosss to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of Investigation to ascertain compliance with such rules, regulations, and orders, vil. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, 23 regulations, or orders, this contract may be oanceied, terminated, or suspended In whole or In part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized In Executive Order 11246 of September 24, 1966, and such other sanctions may be imposed and remedies invoked as provided In Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Lebor, or as otherwise provided by law, vIII. The contractor win include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (6) in every subcontract or purchase order unless exempted by rulee, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1966, so that suoh provisions will be binding upon each subcontractor ar vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may deed es a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that In the event a contractor becomes involved in, ar Is threatened with, litigation with a subcontractor ar vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. b, The Sub -Recipient further agrees that it wilt be bound by the above equal opportunity clause with reaped to its own employment practices when it participates in federally assisted construction wort. Provided, that If the applicant so participating is a State or local government, the above equal opportunity clause Is not applicable to any agency, instrumentality or subdivision of such government which doee not participate in work on or under the contract, o, The Sub-Reoiplent agrees that It will assist and cooperate actively with the administering agency and the Secretary of Labor In obtaining the oompliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders ot tha Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor suoh information as they may require for the supervision of such compliance, and that It wit otherwise assist the administering agency In the discharge of the agency's primary responsibility for securing compliance. The Sub-Recpient further agrees that It wilt refrain from entering into any contract or contract modifloation subject to Executive Order 11246 of September 24,1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assieted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be Imposed upon contractors and subcontractors by the administering agency or the Secretary af Labor pursuant to Pad11, Subpart D of the Executive order. In addition, the Sub -Recipient agrees that if it falls ar refuses to comply with these undertakings, the administering agency may take any or all of the following actions: cancel, teiminate, or suspend In whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the Sub -Recipient under the program with respect to which the failure or refund mourred until satisfactory 24 assurance of future compliancy has been received from such Sub -Recipient; and refer the case to the Department of Justice for appropriate legal proceedings. (27)popELAND ANTI.K °JOAO( ACT The Sub -Recipient hereby agrees that, unless exempt under Federal law, it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, the following clause: 1, Contractor. The contractor shall comply with 18 U,S,C. § 874, 40 U.S.O. § 3146, and the requirements of 29 C.F.R, pt. 3 as may be applicable, which are incorporated by reference Into this contract, Subcontracts, The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses In any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier suboontraotor with all of these contract clauses. 111. Breach, A breach of the contract clauses above may be grounde for termination of the contraot, and for debarment as a contraotor and subcontractor as provided in 29 C.F,R. § 6,12, (28)NI&Q.QV ANp 8AFETYABNI),Mg. If the Sub -Recipient, with the funds authorized by this Agreement, enters into a contract that exceeds $100,000 and involvea the employment of meohantos or laborers, then any such contract must include a provision for compliance with 40 U,S,C, 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5), Under 40 0,$,C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week Is permissible provided that the worker Is compensated at a rate of not loss than ono and a half times the basic rote of pay for all hours worked In excess of 40 hours In the work week. The requirements of 40 U.S,C. 3704 are applicable to construction work and provide that no taborer or mechanic rnust be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies •or materials or articles ordinarily available on the open market, or contracts for transportation. (29) "A OLLUTION.GONTROL ACT Rale Sub.Reclpient, with the funds authorized by this Agreement, onion; Into a contract that exceeds $150,000, then any such contract must*Include the following provielon: Contraotor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401.7871g) and the Federal Water Pollution Control Act as amended (33 U.8.0, 1251.1387) and will report violations to FEMA and the Regional Office of the Environmental Protection Agency (EPA). (30)M.P.MICIN 6HP 041MRM4NT 25 if the Sub -Recipient, with the funds authorized by this Agreement, enters Into a contract, them any soh contract must Include the fallowing provisions: i, This contract Is a covered transaction for purposes of 2 GRR, pt. 180 and 2 C.P.R. pt. 3000. As such the contractor is required to verity that none of the contractor, Rs principals (defined at 2 C.E.R. § 180.996), or its affiliates (defined at 2 G.F.R. § 180.906) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C,F.R, § 180.935). II, The contractor must comply with 2 C.F.R. pt. 180, subpart Cr and 2 C.F.R. pt, 3000, subpart C and must include a requirement to comply with these regulations In any tower tier covered transaction It enters into, III. This certification Is a material representation of fact relied upon by the Division. If it is later determined that the contractor did not comply with 2 C,F,R. pt.180, subpart C and 2 0,F.R. pt. 3000, subpart C, In Addition to remedies available to the Division, the Federal Government may pursue aveliable remedies, including but not limited to suspension and/or debarment, iv, The bidder or proposer agrees to comply with the requirements of 2 0,F.R, pt,180, subpart C and 2 C.F,R, pt, 3000, subpart G while this offer le valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision r ulring such compliance In its lower tier covered transactions. (31) if the Sub -Recipient, with the funds authorized by this Agreement, enters Into a contract, then any such contract must include the following clause: Byrd AntWWLobbying Amendment, 31 U.S.C. § 1352 (es amended), Contractors who apply or bid for an award of $100,000 or more shall file the required certltloation. Eaoh tier °edifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to Influence an officer or employee of any agenoy, a member of Congress, officer or employee of Congress, or an employee of a member of Congress In connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S,0, § 1352. Each tier shall also disclose any lobbying with non- Federal funds That takes place in conneotlon with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. if the Sub-Reotplent enters Into a contract with a subcontractor for an award of $100,000 or more, the subcontractor shall sign Exhibit 3 — Certification Regarding Lobbying. C A D I Y BUSINESSES, wpM M'S:. u$iNasa DilfzEBiggp, AND liA,SOBAMMARBA FIRM a, if the Sub -Recipient, with the funds authorized by this Agreement, seeks to procure goods or services, then, In accordance with 2 C.F.R. §200.321, the Sub -Recipient shall take the following affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firma are used whenever possible: 26 1. , placing qualified small and minority businesses and women's business enterprises on solicitation lists; 11. Assuring that email and minority businesses, and women's business enterprises are solicited whenever they are potential sources; M, Dividing total :requirements, wjen ecgngmicajlyteasible, Into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; iv, Establishing delivery schedules, where the. requirement nermits, which encourage participation by small and minority businesses, and women's business enterprises; v. Using the services and assistance, ps epprgpriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Oom.meroe; and vi. Requiring the prime contractor, if subcontracts are to be let, to take the affirmative stops Hatsd In paragraphs i. through v. of this subparagraph, b, The requirement outlined In aubparagrdph a, above, sometimes referred to as "socioeconomic contracting," does not impose an obligation to set aside either the solicitation or award of a contract to these types of firms, Rather, the requirement only Imposes an obligation to carry out and document the six affirmative steps identified above. c, The "socioeconomic contracting requirement outlines the affirmative steps that the Sub -Recipient must take; the requirements do not preclude the Sub4Reciptent from undertaking additional steps to involve small and minority businesses and women's business enterprises. d, The requirement to divide total requirements, when economically feasible, Into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises, does not authorize the Sub -Recipient to break a single project down Into smaller components in order to circumvent the micro -purchase or email purchase thresholds so as to utilize streamlined acquisition procedures (e.g. "project splitting") The Sub«Recipient shall compiy'with any Statement of Assurances incorporated as Attachment H, 27 IN WITNESSWHEREOF, the parttes hereto have executed this Agreement, B-RECIPIENT: CITY 0 By: Name and Title: Date: FID# e Rescue) !AMU ( / I Arthur Nan ga, City Manager 376 If signing electronically: By providing this electronic signature, I am attesting that 1 understand that electronic signattnes are legally binding and have the same meaning as handwritten signatures. I am also confirming that internal controls have been maintained, and that policies and procedures were properly followed to ensure The authenticity of the electronic signature, This statement is to certify that I confirm that this electronic signature is to be the legally binding equivalent of my handwritten signature and that the data on this form Is accurate to the best of my knowledge. STATE OF FLOFtIDA DIVISION OF EMERGENCY MANAGEMENT Digitally signed by Linda McWhorter Linda McWhorter DmhIcidhe.--ortergr,dc=fleoc, ou=DEM_Users, ouePreparedness, cneLinda , emall=linda.MeWhorterceemayflorida.com By: Date: 2023.05.17 171954 -0400' for: Name and Title: Kevin Guthrie, greeter Data: See e-si nature above 28 EXHIBIT — Federal Programs and Resources Awarded THE FOLLOWING FEDERAL RESOURCES ARE AWARDED TO THE SUE.RECIPIENT UNDER THIS AGREEMENT; Federal Program Federal Agency: oral Catalog of Federal Domestic Assistance, title and number; 97.067 Award amount: skoig,§oo,00. THE FOLLOWING COMPLIANCE REQUIREMENTS APPLY TO THE FEDERAL RESOURCES AWARDED UNDER THIS AGREEMENT: Federal Program f-IOMELAND SECURITY GRANT PROGRAM Lie applicable compliance requirements as fellows; 1. Sub -Recipient is to use Wag to perform eligible activities as klentified FY 2022 Department of Homeland Security Notice of Funding Opportunity. 2, Sub.Recipient is subjectto ail administrative and financial requirements as setforth in this Agreement or will not be in compil ce with the terms of the Agreement. Sub -Recipient must comply, with spedflo laws, Mee, or regulations that pertain to how the mended resources must be used or how eligibility determinatlone are to be made. NOM 2 O.F,R. Pert 200, and section 216,97(5)(4 Florida Statutes, require that the Information about: Federal Programs end State Projects Included in Exhibit 1 be provided to the Sub -Recipient. 29 EXHIBIT — 2 Certification Regarding Telecommunicatlons and Video Reetrlatlon8 Effective August 13, 2020, DH$IFEMA Sub -Recipients, as wail as their contractors and subcontractors, may not use grant funds under the Nonprofit Security Grant Program covered by this Agreement arid provided in FY 2022 or previous year to; 1. Procure or obtain, extend or renew a contract to procure or obtain, or enter into a contract to procure or obtain any equipment, system, or service that uses "covered telecommunications equipment or services" as a substantial or essential component of any system, or as critical technology of any system; or 2. Enter into, extend or renew contracts with entities that use or provide, as part of its performance of this agreement or any other oontraotual instrument, any equipment, system, or service that uses 'covered telecommunications equipment or services" es a substantial or essential component of any system, or as of itloat technology as part of any system. This prohibition regarding certain telecommunications and video surveillance services or equipment Is mandated by section 809 of the John S. McCain National Defense Authorization Mt for Fiscal Year 2019 (FY 2019 NDAA), Pub. L, No,116a432 (2010), and 2 C.F.R. § 200,218, 200.327, 200,471., AND Appendix II to 2 C.F.R, Part 200. $ub.Reclplents may use DHSiFEMA grant funding to procure replacement equipment and services Impacted by this prohibition, provided the casts are otherwise consistent with the requirements of the FY 2021 Preparedness Grants Manual, applicable appendix to the Manual, and applicable NCPC. DHS/PEMA.wlil publish additlonal guidance in a subsequent Information Bulletin or similar notice. Per seatton 889(f)(2)-(3) of the FY 2019 NDAA, °overall telecommunications equipment or services means: 1, Teleeomrnunioations equipment produced by Huau'a Tecchnotogles Company or2TE Corporation, (or any subsidiary or affifate of suoh entities); 2. For the purpose of public safety, security of Government fsdlitlea, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Nytara Communications Corporation, Hangzhou Hikvislon Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); 3. Telecommunications or video surveillance services provided by suoh entities or using such equipment; or A. 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, in the event the Sub-Reciplent identMee covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance or at any time or by any other source„ the Sub-Reolpient shall report the Information to the SAA: 1. Within one business day from the date of such identification or notification; The oontract number; the order number(s), If: applicable; supplier name; supplier unique entity Identifier (if known); supplier Commercial and Government Entity (CAGE) code (If known); brand; model number ber, manufacturer part (original descrript on; end any readily available information bout rnitlgatloonactionsr $undertaken orsaler item recommended. 2. Within 10 business days of submitting the aforementioned information: My further available information about mitigation actions undertaken or recommended. In addition, the Sub-Reoiptent 30 shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. Sub -Recipient: CITY OF MIAMI (Fire Rescue) By: Arthur oriega, City Manager Printed Name and Title c)o(g5 Date: "1 ('7� If signing electronically: By providing this electronic signature, I am attesting that i understand that electronic signatures are legally binding and have the same meaning as handwritten signatures. I am also confirming that internal controls have been maintained, and that policies and procedures were properly followed to ensure the authenticity of the electronic signature. This statement is to certify that i confirm that this electronic signature is to be the legally binding equivalent of my handwritten signature and that I understand that it is my responsibility, on behalf of the organization, to ensure that we adhere to these restrictions. 31 EXHIBIT -. 3 CERTIFICATION REGARDING LOBBYING Chock the appropriate box: CI This Certification Regarding lobbying is required because the Contract, Grant, Loan, or Cooperative Agreement will exceed $100,000 pursuant to 2 C.F.R. Part 200, Appendix 11(I); 31 U.S.C. § 1352; and 44 C,F.R. Part 18, 0 This Certification is not required because the Contract, Grant, Loan, or Cooperative Agreement will be equal to or less than $100,000, APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1, No Federal appropriated funds have been paid or will be paid, by or on behalf of the uncersigned, to any person for influencing or attempting to influence an officer or employee of an agency, e Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for Influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress In connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," In accordance with its insiructlons, 3, The undersigned shall require that the language of this certification be included in the award documents for all subawerds at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all Sub -Recipients shall certify and disclose accordingly. This certification Is a material representation of fact upon which reliance was placed when this transaction was made or entered into, Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1362, title 3`t, U.S. Code. Any person who fulls to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. rrnn The Sub -Recipient or subcontractor, { C t✓ (x iv.ibir,.4 ©4 , certifies or affirms the truthfulness and accuracy of each statement of its certification and disc t ure, If any, In addition, the Contractor under s rids and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims, ar d Statement s, apply to this certification and disclosure, if any. iplentlsubcontrector's Authorized Official Arthur Noriega, City Manager Name and Title oSub-Recipient/subcontractor's Authorized Official C (tt Date 32 ATTACHMENT A Program Budget Below is a general budget which outlines eligible categories and their allocation under this award. The Stab -Recipient Is to utilize the "Program Budger.as a guide for completing the "Budget Detail Worksheet" below, The Equipment category will require Authorized Equipment List (AEL) reference number. The Authorized Equipment List (AEL) is a list of approved equipment types allowed under FEMA's preparedness grant programs. The intended audience of this tool is emergency managers, first responders, and other homeland security professionals. The list consists of 21 equipment categories divided into subtcategories, tertiary categories, and then Individual equipment Items. The PEL. can befound at tittp://vvww.femagoviatithorized.equIpment-Ilit. The transfer of funds betvireart the orteories lathe I'rogram Budgetand Scope of Work" Is pormittsd, lioliwever, the transfer of flitufs between Istnee is Art0 prohibited, FY 2022 - State Homeland Security Grant Program — Urban Area Security Initiative issue #46 CITY OF MIAMI (Ire Reseda) Award Allocation — Issue .46 $14,760,000,00 State Management & Administration withheld 5%• Expendable Award Allocation after 5% reduction LETP-Type Activities (25% of award allocation) This amount Is not in addition to the remaining award amount but instead signifies the arnotmt needed to meet the 25% requirement, Management and Adaniatratiori (the dollar amount which corresponds to 5% of the total local agency allocation Is shown In the column on the ri ht 33 $14,012,600.00 BUDGET DETAIL. WORKSHEET The Sub -Recipient is required to provide a completed budget detail worksheet, to the Division, which accounts for the total award as described in the "Proposed Program Budget". If any changes need to be made to the "Budget Detail Worksheet alter the execution of this agreement contact the Grant Manager listed in this agreement via email or Letter. ant (n os s duantt }�� nit C ost TQ I Cos Issue# Developing hazard/threat-specific annexes Developing and implementing homeland security support programs and adopting ongoing DHS/PEMA national initiatives Developing related terrorism and other catastrophic event prevention activities Developing and enhancing plans and protocols Developing or conducting assessments Hiring of full- or part-time staff or contracttconsultants to assist with planning, engagement, and volunteer management activities Intelligence and Information Sharing Metadata Planner; Line item 2022-02 $43,000.00 $43,000.00 45 Combatting Domestic Violent Extremism — Screening, Search, Detection (LPR Analyst); Line 2022-03 1 $62,000.00 $62,000.00 45 item Cross -Culling-. Planning (PTE to include Planners and Consultants); Line Item 2022-06 t $1,192,477.00 $1,192,477,00 45 Protection — Cybersecurity (Dyber Assessments and Training); Line item 2022-06 1 $230,000.00 $230,000,00 45 Cross Cutting — Operational Coordination (EM Technical Support Specialist); Line item 202207 1 $100,000,r74 $100,000,00 45 Materials required to conduct planning, engagement, and volunteer management activities Travel/per diem related to planning, engagement, and volunteer management activities Overtime and backfill costs (in accordance with operational Cost Guidance) Issuance of WHTI-compliant Tribal identification cards 34 Activities to achieve planning inclusive of people with disabilities and others with access and functional needs and limited English proficiency Coordination with Citizen Corps Councils for public information/education and development of volunteer _programs Coordination and material support to Citizen Corps Councils and local firehouses for the establishment, training and maintenance of CRTs Update governance structures and processes and plans for emergency communications evoiopment, and review and revision of continuity of operations plans Development, and review and revision of the THIRNSPR continuity of operations plans Developing or conducting equity assessments to address planning and preparedness disparities for historically underserved communities O ALP NNlPii�* XPENDITUR S S00 Altowable Organizational Activities (HSGP and Li"fP) uanti tY Umt Cost Total Cost Issue # Program management Development of whole community partnerships Structures and mechanisms for information sharing between theNpublic andwprivate sector Implementing models, programs, and workforce initiatives enhancement Tools, resources, and activities that facilitate shared situational awareness between the public and private sectors Operational support Utilization of standardized resource management concepts Responding to an increase in the threat level under the National Terrorism Advisory System (NTAS), or needs in resulting from a National Special Security Event Reimbursement for select operational expenses associated with increased security measures at critical infrastructure sites incurred (up to 50 percent of the allocation) Soft Target/Crowded Places — Interdiction and Disruption (Operational 9T); Line item 2022-01 1 $5 000.00 $5,000 00 45 Overtime for information, investigative, and inteliigence sharing activities (up to 50 percent of the allocation) Hiring of new staff positions/contractors/consultants for participation In information/intelligence analysis and sharing groups or fusion center activities (up to 50 of the allocation) percent 35 infellicgence and information Sharing -- Analysts; Line item 2022.02 Protection — Cybersecurity (Cyber Analy equipment); Line item 2022-05 Hiring or maintaining staff positions/contractors/consultants at SLIT levels to deliver community preparedness training, resources and material to schools, community -based organizations, faith -based institutions and local businesses. Hiring or maintaining staff positions/contractors/consultants to create, support and maintain CERT or Teen CERT Cost of migrating online services to the ".gov" domain d their 4,000.00 $270,000,00 45 $$150,000.00 $300,000.00 45 TAL ORGANIZATIONAL EXPENDITURES $575,000.0; Design, Develop, Conduct and Evaluate an Exercise Full or Part -Time Staff or Contractors/Consultants — Full or part-time staff may be hired to support exerciser related activities. Payment of salaries and fringe benefits must be in accordance with the policies of the state or local unit(s) of government and have the approval of the state or the awarding agency, whichever 1s applicable. The services of contractors/consultants may also be procured to support the design, development, conduct and evaluation of CBRNE exercises. The applicant's formal written procurement policy or the Federal Acquisition Regulations (FAR) must be followed, CrossµCutting — Planning (Exercises); Line item 2022-06 Overtime and backfill costs - Overtime and backfill costs, including expenses for part-time and volunteer emergency response personnel participating in FEMA exercises aplementation of HSEEP uaitti` 1 $1,077,184.00 $1,077,184.00 45 Activities to achieve exercises inclusive of people with disabilities and others with access and functional needs Travel — Travel costs (I,e., airfare, mileage, per diem, hotel, etc.) are allowable es expenses by employees who are on travel status for official business related to the planning and conduct of the exercise project(s). Supplies — Supplies are items that are expended or consumed during the course of the planning and conduct of the exercise project(s) (e.g., copying paper, gloves, tape, non -sterile masks, and disposable protective equipment), interoperable communications exercises 36 Activities to achieve planning inclusive of people with limited English proficiency TOTAL EXERCISE -EXPENDITURES $1,077,1t�4 t)0 45 �E Overtime and backfill for emergency preparedness and response personnel attending DHS/FEMA-sponsored and approved training classes Overtime and backfill expenses for part-time and volunteer emergency response personnel participating in OHS/FEMA training Training Workshops and Conferences Activities to achieve training inclusive of people with disabilities and others with access and functional needs and limited English proficiency Full or Part -Time Staff or Contractors/Consultants< Cross -Cutting — Planning (Training classes); Line item 2022-0 f $135,893,00 $135,t393 00 45 Protection — Cybersecurity (Treining Gasses); Line item 2022.05 $360,000,00 35c,00>'1,D0 45 Travel Supplies — Supplies are items that are expended or consumed during the course of the planning and conduct of the training project(s) (e.g., copying paper, gloves, tape, and non -sterile masks,) Instructor certification/re-certification Coordination with Citizen Corps Councils in conducting training exercises Interoperable communications training Activities to achieve training, inclusive people with limited' English proficiency Immigration enforcement training ,.5`. `� ��'�,�� '-.si� o ` � 2"s�- ice; � Eligible Equipment Acquisition Costs The table below highlights the allowable equipment categories for this award. A comprehensive listing of these allowable equipment categories, and specific equipment eligible under each category, are listed on the web -based version of the Authorized Equipment List (AEL) at http.//tiijWWSema.gOV/autlroriZed- Quanti ty unit Cost Total Cost Issue ecquiprnent-list. Personal protective equipment 37 pg01%,i,ttliOvio'i': AlgatibAen treqfPg0q;;!).4001911.. . .,,- , : .:.:.• ' Combatting Domestic Violent Exfiemiats - Interdiction wKI Disruption (BOO Equipment such as row kit, Plberscope Idt and Containment Vessel); Line Item 2022.0$; AEL, #52061N.TtRet 526x-o54cIro,, 02EX-00-TCW „ 1 $119,576.00 $119,576.00 45 ....., 4, Response-CBI:WE- On -Scene Security, Protection and LE (Explosive Magazine), line item 202243; AE1.1102EK-00. EXhIP 1 $34,720.00 534,126.00 4 AO '.*IP4§,eq0100104;,'.;,;'1,*:,2':' ' ' ,::!,,:,,i-i:,::::!, r.:,.;,::: '-':'''-;', ::,:r t''..,,' , Y'• .; ..,O0e0Aot),4,S010 Intelligence and idermatIon Shoring - Surveillance Plutforms; Line Item 2022.02; AEL #0SOE.07-ROVL, 030E- 5.7.,suArs 04MD43-DISP 1 5341,050.00 — $341,000.00 48 - CombaltIng Domestic Violent Extremism - interdiction and Disruption (Drones); Line item 2022.03; AEL #03O4)7 SuAs , 1 $160,000.00 $160,000.00 46 ...r..no , , , .......... " •-. I Combatting DOIrles(io Violent Extra:Wont - Interdiction and Disruption (Night Vision Goggles for Marine Patrol); Line - Item 2022-03LABL10306.07-TILA . 16,760.00 $67,000,00 45 Combatting Domestic Violent Extremism - Screening Search Detection (LPR projects); Line Item 2022-03; AEL #030E-01-ALPR 2101k1-00-INST 21(N-00-CNST 904 630.00 ... $904,630.00 , 45 Response -CORM- Mass Search and Rescue Operations (rRr equipinant); Line Item 2022-12; AEL# 038Fo2.rRIG, o3SR01-$HOR, 03SR-02.7PHY, 03SR.01-A13A43, 03$R-02-1 TPEL,100640-GENR, 0502-01-LITE, 198S-00-SHEN, 03SR- 03-SCAM, 035R-03-WHY, 03SR.03-KMON, 030641-SUAS, 121R40.1110V1t2yg-00..MIS 4,0 .00 $334,985.00 45 530E-0741PM), i446-6Ftifq'y*,,,T:::::',..;,,,,M,.: !:,: ::', •J'-'. •;'-,'-! ,, " :.•,:_1.:!':,..,,,,•!:;21.,,::;;,-,,,,•_,:., A..1,, frUolllgenc� and Information Sharing - RTC0 Edge Recorders with Licenses; Line Item 2022-02; AEI-4104M 01405fr 4 $7,600.00 $30,000.00 45 4 , I ..... ......... 4.,,,,*.............41 . Crois-Cutting - Operational' Coordination (ICS Software); Line Horn 2022.01; AEL. #04AP.06.CDSS, 04AP03-GISS, 04SW-04-NETo4AitP42-AVLS1. 1 $150,000.00 $180,00 .00 46 '''-eili$66Wiiiiiiiii4OtifiPil4A44,---'4,- ::.2? Protection - Cyberitecurity (Cyber Equipment); lino hem 202246; AEL 1i05NP-06-51011 ,i $243,407,00 $ .00 45 4 hoirwi,e4106''Oriiiiiii*thiiii*.'44iii0C.::::,,;--,:,,:.,-;,:i,..-,..,,,,f, ::, ..,;,,,, ,...:. , •, , • hesponse-CBRNE- Operational Communications; Line Item 2022-15; ABLi106CC-03-SATS, 06CP,03-PRAC, 0GCP 51.poRT, 06CP.01.MOBL 1 S472,277.00 472,277.00 45 tecOfrEquIpiiiit ;.- '1 - , ' r i , , ' . - . . •-•. . . Combatting Domestic Violent E;dremlarn - S.rreerting, Search and Detection (Hemet Monitors); Line Item 2022- 03; AEL #07CS.01-KAVC, 01C0-01-DPMG and 210N.00. MAIN . . ., $71,0 .00 ,660. 0 ,, 38 Corrrbatting Domostic Violent Extremism - Threats and Hazard identification (Chemical/Explosive Analyzer); Line $36,000.00 $36, 000 .00 46 lien 202243; AEL 007E?-n1wL�ASl7t 21GN00-MAlhl -. „--�- M •MItigatian -- Threats and lilazard Idsnt►ficationI. (Methane Detector); Line item 2022-09; AEL #07E0.01-LASR, 210N- ONMAIN 2 $16,000.00 $30,000,00 40 4E m4ent oc9rttmina, PrS Response•CERNE- On. -Scene Security, Protection .and E (Hazmat Emergency Traffic Signals); Line Item 202243; 2 $36,000.00 $70,000 00 40 �.� AEI 9110802-014DOS a1� :r 1 ., :.s y:� • ' 7 r , . t i• •4. j f i ... .` -, ... . ,.,, h 4 . ♦ •. , • . diciiI: s`ipplles r ... I M S Response-CERNE - Public: Health, Healthcare and EMS (MCI Bus Upgrades from ELS to AL,,S); Line Item 202244; ALAI. #09MEE03-DEMP, DOME-01-BAGM 1 $426,000.00 $426,000.00 45 ponae-CERNE- � Public Health, Healthcare and EMS Defibrillators - Line 1 em 202244; AEL #AOME 03 DEAE 18 $2,t)00.00 Y $30,000.00 .. -., �< 46 , p ttertea, 0 r'•es.r f , 2 ' ewer dg4hpmerit �De- rats o. h p �aet'is .�, ; M... ,.,.. jj' . W. rt ors ' i 1 !iRefetence teriais r A t' 4 Vahicies „ • w . : $RN , ncident;(tespgnse . ;. ain artting Domestic Violent Exfremisrrr Envlmnnr,sntaI C�espons%, hearth and Safety (HazTox project); Line item 21122-03; AEL #12VE-00-MISS, 091VIE•0a-DEMP, O9ME•01- 08D2»034DEW 6300,000.00 00,000.00 40 , .. AGM 01 CrEJ O2 ENSM, 01AR-03-PAPA and �,. ... .. Response CBRNE - Critical Transportation; Line Item 202240; AEI, Il'12VE-00-SPEC,12VE 00-CMAV,12TR-00- MOVR,12VE-00•M1SS 19SS•00-SIIEL, $2,i90,734,00 ,$2,79ti,734.00 46 Respoxrse CERNEM Logistics and Supply Chain Management' (Logistics/Deployable Erlulpment Prefect); Ltl�n`0�l/tc/�m 20,+22.11; AEI. #11+2/VE.00.SPEC,12TR•00-TEQP, 4SYI 01 S1DP O3OE- 03-S1GN $1.g4,00 . $194,000,00 .•.- 45 "" �. � ! i i'ltlon I uowment , . orrorlsmtlncident intelligence and Information Sharing - RTCC prishboard with Nlalntenanae Plan; Line Awn 2022.02; AEL #131T-00- INTL, 2IGN 00•INST, 21GN00-MAIN 1 $500,000.00 $600,000.00 46 "PhyspTaSecUryEhacemeti,L.:1 me a . x. r A. Soft arget/Ctowded Places -physlcx! Protective Measures (CCTV); Lino item 2022-01; AEL #14SW-01-VIDA, 1 04M14014NHW, 04MP-03•DISP, .21 GN-O0•MAIN, 210N-00• $444,000.00 $444,000.00 46 !HST", 21GN-00-CNST wrM. acrrvory- infrastructurewSystems (Backup E#Irornot); Lino 1, It+sm 2022.16; AEA.1H4C/-00-COOT' $;25,000<00 $26,000,00 .. ..... 45 . Inspeption.and Screening $ystorns .. ', _. • ..,.,,.., - I Animal Care and Foreign Animal Disease ti•tw_- wi'....,l-::vFlnn .i3rsiT rtt»anrtiriMw.duatArCrclft •. • w.><-+...�,...'.,,.. 38A spouse CBPNE - Critical Transportation; Line item 10; AEL 0171NC•00-H0AT C-. Prevention and Response Unmannsd Aircraft 00131 lE Avieilori Egiiipment OW Support 1900. Response CEFtNE t.*glstics and Supply Chain Management (Forklifts); Line Itum 20 2-f 2; APL #I9MV111•00. 2 BULK • • In#e„,.. nn C��a pmer)t ( , tact0 gnt►jr,'Grihie sceri6 For essln } TT vethical ernprOencysupOies }(k�f(ittt0rixotl aGrafts include any doha#ructioiLoi rovidt!d,f�y ��.F1 A (atidr tG the usO of gi?y,tuhds fnr cnst otucfio t te1IIgeatc:e and.Informettari Sharing uslon Operations; e Item 202r AEL #21ON.00.0G 104MW-01.4NHW 131T QOa4NTt,; j3IT 00.ALRT _..... - �.-�. uncrnity Preparedness and Reslllancy Community tllatrce (CERT initiatives); Linn item 2022.04; AEL 0 CCEQ, 1 i ON 00-RGP►G. 00CP.01-PORT $40,001,00 vstioti'COW in enovat 0 $240,000.00 $240,000,tt0 46 Cross -Cutting - Operational Coordination (EEO ,!<nhanoorno its); ,Giro ltertt 2022 07; AEL #41 GN400.CCEO, 06CP.004'C0N, 211:06,00-i1VsT, 04HW 011NHW 04AP-06- CASS, 21 ON.t10NMA1N,14CI4 0"CQQP, 075E 03-rNUS, 06CC.06 PR1 Y, 06CCw02-ASAD,10PE-00-UPS, 080P-01- !NOEL, 08CP.03-PRAC,13iro0•A1 RT, 04AP-01-CAMS, 04M0-02-PRO.I, 00CD-01-CELL, 210N-00•CN. ST, 21aN-00- MAIN, 06CC•03-SATES, 210N•00-SHIP, 04M0•03 DISP,O6CP- 0$-VCON,14SW-01•P CS MIt10a#rvri -- I, ors -Term Vulnerability Reductl ril (Maintenance & Sustainment of UASI Equipment); Line item 2022-08LAEL #2101‘100-MA!N 0446,000.00 $446,000.00 46 $813,681.00 $613,881.00 $178,489.00 $178,480,00 46 Response-CBRNE - Mass Search and Rescue Ops (Mufti. Discipline Training Prop); Line item 2022242; AEL #21CN- 00.CNS1`, 210N-o04NST .. Hiring of full-time or part-tirris staff or contractors/consultants: to assist with the management of the respectivegrant program; .application requirements, and compliance with reporting and data collection requirements MBA S fiery Pwrsonn01, Line Item 2022.17 1 00.00 $120,000.00 46 $010,6O0,00 $510,$O0,0046 Development ofop8ratiflg plans for Information colleotion and processing necessary to respond to DHS/FEMA data calls Overtime and backfill costs — Overtime expenses are defined as the result of personnel who worked aver and above 40 hours of weekly work time In the performance of FEMA — approved activities within the scope of this grant. Backfill Costs also called °Overtime as Backfir am defined as expenses from the result of personnel who are 'working overtime In order to perform the duties of other personnel who are temporarily assigned to FEMA — approved activities outside their core responsibilities. Neither overtime nor beekfill expenses are the result of an increase of Full — Time Equivalent Tips) empiNees, Travel expenses M&A Travel, Line item 202247 $20,000.00 20,000.0 45- _ oftenrntrn Meeting -related expenses kithodzed office equipment: Including personal computers, laptop computers, printers, LCD projectors, and other equipment or software which may be required to support the Implementation of the homeland security strategy. Offioa Supplies, Line item 202247 NY The following are allowable only within the agreement period: Recurring fees/charges associated with certain equipment, such as cell phones, faxes Leasing and/or renting of space for newly hired personnel to administer programs within the grant pregram, .44.• Remitting Expenses, Line item 2022.17 000.00 $20,000,00 .41.444.114.1g. 14,1 $10,000.00 0,000.00 Completing the Civil Rights Evaluation Tool Conducting activities related to evaluating project effectiveness for HSGP.funded projeote TOTAL AWARD EXPENDITURES $14,012,500 ATTACHMENT E SCOPE. OF WORK Sub -Recipients must comply with ell the requirements In 2 C,F,R. Part 200 (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards). Funding Is provided to perform eligible activities as Identified in the Domestic Homeland Security -Federal Emergency Management Ageney National Preparedness Directorate Fiscal Year 2022 Homeland Security Grant Program (HSGP), consistent with the Department of Homeland Security State Strategy. Ell ible activities are outlined ht to Scope of Work for each category below:1, . Issue and Project Description - issue 45: The Urban Area Security Initiative (UASI) has allowable Management and Administration (M.81A) costa associated with it. The Division of Emergency Management, ae the designated State Adnenistrative Agency, will retain five (5) percent of the total UASI amount allocated to Florida for M&Apurpeses. These funds will proVide the SAA with the means to manage and administer the UASI grant.The proper management and administration of these funds ensure,' that each project listed will be fulfilled, or partially futtlHed, more efficiently while remaining in compliance with the cmp Federal Fiscal Year 2021 Homeland Security Grant Pr ram Guidarice. IL Categories ad Eligible Activ3t106 FY 2022 allowable costs are diVided into the following categories for this agreement Planning, Organizational, Exerciee, Training, Eqeipment and Managementand Administration.: Each oategory's allowable costa have been !feted in the 'Budget Detail Worksheets' above, . . A. Allowable Planning Related Costs HSGP funds may be used for a range of emergency preparedness and management planning activities such as those- aseoclated with the development, review, and revision of the THIRA, SPR, continuity of operations .plans, and other planning activillee that -support the Goal and placing an emphasis on updating and maintaining a' elevate EOP that conforms to the guidelines outlined in CPG 101 • Developing hazard/threat-specific annexesahat incorporate the range of prevention, protection, response, and recovery activities; • Developing and implementing homeland security support programs and adopting DHSIFEIVIA netkmalinittatives; • Developing related terrorism end other catastrophic event prevention activities; • Developing and enhancing plena and. protocols; • Developing or conducting easements; • Hiring of full -or part -the staff or centracticonsultente to assist with planning activities- (not for the purpose. of hiring public safety personnel Milling traditional public safety duties); • Materiale required to ton.dtet planning activities; • Travel/per diem related to planning aotivities.;• • Overtime. and backilli costa (in .accordance with operational. Cost.Guidance); • issuance of WHTI-compitant Tribe' identification card; • Activities to achieve .planning inclusive of people With disabilities and oilers with access and functional needs; • Coordination with Citizen Corps C-oundie for public leformatiorileclucation and development of volunteer programs; • coordination with Citizen Corps Councils and local firehouses. for theestablishment, training and maintenance of CERTs • Updategovernance structures and processes and plans for emergency communications; • Development, and review and revision of continuity of operations plans; . • Development, and review and revision of the THIRAJSPR continuity of operaticres plans; 39 • Developing or conducting equity assessments to address planning and preparedness disparities for historically underserved communities • Activities to achieve planning inclusive of people with limited English proficiency, B. Allowable Organization Related Costs (HSGP and UASI Only) Sub-Roolpients proposed expenditures of HSGP or UASI funds to support organization activities Include: • Program Management; • Development of whole community partnerships; • Structures and mechanisms for Information sharing between the public and private sector; • implementing models, programs, and workforce enhancement initiatives; • Tools, resources, and activities that facilitate shared situational awareness between the public and private sectors; • Operational Support; • Utilization of standardized resource management concepts; • Responding to an increase In the throat level under the National Terrorism Advisory System (NTAS) or needs resulting from a National Special Security Event; • Reimbursement for select operetional expenses associated with increased security measures at critical infrastructure sites incurred (up to 60 percent of the allocation) • Migrating online aervloaa to the ".gov° Internet domain; and • Overtime for information, Investigative, and intelligence sharing activities (up to 50 percent of the allocation) • Paying salaries and benefits for personnel to serve as qualified intelligence Analysts, Per the Personnel Reimbursement for Intelligence Cooperation and Enhancement (PRICE) of Homeland Security Act, Pub, L. No,110.412, § 2, codified in relevant part, as amended, at 6 § 609(a), HSGP and UA$I funds may be used to hire new staff and/or contractor positions to serve as intelligenoe analysts to enable Information/Intelligence sharing capabilities, as well as support existing intelligence analysts previously covered by HSGP or UASI funding, See 6 U.S,O. § 609(a). To be hired as an intelligence analyst, staff and/or contractor personnel must meet at least one of the following criteria; • Complete training to ensure baseline proficiency in intelligence analysis and production within six months of being hired; and/or, • Previously served as an intelligence analyst for a minimum of two years either in a federal intelligence agency, the military, or state and/or local law enforcement intelligence unit. • Miring or maintaining staff positionslcontractorsloonsuttants at SLTT levels to deliver community preparedness training, resources and material to schools, community -based orgeni .atlons, faith -based institutions and local businesses. • Hiring or maintaining staff positions/contractors/consultants to create, support and maintain CERT or Teen CERT Intelligence Analyst Activities Atioweble Costs (H$GP and UASI) Ali fusion center analytical personnel must demonstrate qualifloations that meet or exceed competencies identified in the Common Competencies for state, local, and tribal intelligence Analf which outlinee the minimum categories �r intelligence analysts. A certicate of completion of suh t aig met be on f►le training the needed States and Urban Areas must justify proposed expenditures of HSGP or VA.% funds to support organization aotivities within their iJ submission, AU SAAs are allowed to utilize up to 60 percent (60%) of their HSGP funding and ail Urban Areas are allowed up to 60 percent (50%) of their UASI funding for personnel coats, At the request of a Sub -Recipient of a grant, the PEMA Administrator may grant a waiver of the 50 percent (60%) limitation noted above, Request for waivers to the personnel cap must be submitted by the SAA to GPD in writing on official letterhead, with the following Information: 40 • Documentation explaining why the cap should be weaved; • Conditions under which the request le being submitted; and • A budget end method of calculation of personnel costs both In percentages of the grant r wurd and In total dotter amount, To avoid supplanting issues, the request must also Include a three year atafffng history for the rmouesting entity, Organizational eettvltles under HSGP and UASI Include; Operational Overtime Oaetrx. in support of effort° to enhance cepabilitiee for detecting, 1otar ing, disrupting, and preventing eats of terrorism and ether catastrophic events, operational overtime costa are allowable for Increased protective seaway measures et oritioat lnfrastruoture sites or other high -risk tooations and to enhance public safety during mass pstherings and high -profile events, In that regard, HSGP Sub-Reciplente are urged to ooneldor using grant funding to support soft target preparedness activities. HSGP or UASI funds may be used to support select operational expenses associated with increased security measures in the authorized categories cited below; ai packfill and overtime expenses for staffing State or Major Urban Area fusion centers; • Hiring of oontraotcr srscr.rrlty for Critical infrastructure sites; • Participaatien an Regional Resiliency Assessment Program (RRAP) activttte% • PublIQ safety overtime; • Title 32 or State Atative Duty National Guard deployments to protect entice( infrastructure sites, Inoiiuding all resources Mat are part of the standard National Guard deployment package (Note; Consumable costs, such as fuel expenses, are not allowed' oxoept as part of the standard National Guard deployment package); * Incteaeed border security aotivitlet in coordination with Gf3P; • National Terrorism Advisory Syetem; • Designated National Security );vents; • armlet Event Assessment Rating {SEAR) Level 1 through 4 Events • States of Emergency; • Nationei Critical Infrastructure Prioritization Program (NOIPP); • Directed Transit Patrols; end • Operational Support to a Federal Agenoy. Operational Overtime Requests: • Except for an elevated NTAS alert I1SGP or UASI funds may only be spent for operational overtime costs upon prior written approval by 1~EMA. The SAA must submit operational overtime requests In writing to Its assigned FEMA Program Analyst (PA). FFMA will consider requests for special event activities up to one year in advance, However, such requeete must be within the award's current period of performance and must not result In the need for a request to extend the period of performance, • All operational overtlms requests must Woody explain how the request meats the oriterla of one or more of the categories listed above, l egeeets must address the threat environment es It relates to the event or activity requiring operational overtime support and sxplain how the overtime activity is responsive to the threat. • Post -event operational overtime requests will only be considered an a caee•by-caee basis, where it is demonstrated that exigent circumstances prevented submission of a request In advance of the event r activity. • Under no wire instances may DHS/FPMMA grant funding he mod to pay for worsts already supported by funding from 'Another federal source, • Staters with LASE juriedlotione can wee funds retained at the state level to reimburse eligible operational overtime expenses Incurred by the state (per the above guidance limitations), Any t.IASI funds retained by the state must be used In ti)reot support of the high -risk urban area. States must provide dooumentatron to the LIAM and DHS/FEMA upon request 41 demonatreting how any UASI funds retained by a state would directly support the high -risk urban area, . FEMft will consult and cot with appropriate OHS rtomponents as necessary to verily information used to support operational overtime requests. Personnel Costs (H$GP end UAW) Personnel hiring, overtime, end b ckffll expsnaes are permitted under this grant to perform allowable I ISGP planning, training, exercise, and equipmetst aol vitles. Personnel may include but ere not limited to training fgand unded activltteawintetligence analysts, and .Statewide lntenaperebilltram menagere for aotIvitiee y crpordinetare (SWICs). P and Sub -Recipients should refer to Information Bulietin No.421h, Clarifioativn on the Person of Zptft3 (Public for Intelligence Cooperation and Enhancement of Homeland Security Ar, Law 11E —412 the PRiCE Act), October 30, 2019, HSGP Runde may not be used to support the hiring of any personnel to fulfil traditional public health and safety duties nor to supplant traditional public health and safety positions and responsibilities, The following definitions apply to personnel costs: • Wing, state rind lorpet entities may use grant funding to oover the eatery of newly hired personner who are exotustvely undertaking allowable DHS/FEMA grant aotivltiee as specified In this guidance), This may not Include new personnel who are hired to fulfill any non- 0I1$/ =MA program activities uncler any ciraumatences. Hiring will always result In a net Increase of Full Time Equivalent (FTE) employees. • Overarm). These expenses are Iimiteci to the additional costs that result from personnel working over and above 40 hours of weekly work time as the direct resell of their performance of pHt 1r^INMA-approved activities specified in this guidance, Overtime associated with any other activity is not eligible. • ;Snckflll elated Overtime. Also celled "Overtime as Baokfill," them expenses are limited to overtime costs that result from personnel who are wonting overtime (as identified above) to perform the duties of other personnel who are temporarily assigned to DH8I111=MAMappproveed activities outside their cord responsibilities, Neither overtime nor backflll expenses are the result of an increase of PTF. ernplayees, * Supplanting, Grant funds wilt be used to supplement existing funde and will not replace (supplant) funds that have been approprirlted for the name purpose. Applicants or reclplente occurbe red required r reas. ons o supply Ierdthan free retceip t on or efixpected reoelpt of fedthat a reduction eral funde.non-federat recraurcc�s Allowable Organization Related Costs (OPSG) Personnel Coats; °PSG funds may be used for domestic travel and per dram, including costs associatod with the deployment/redeployment of personnel to border areas and for travel associated with law enforcement entitles assisting other local lurisdlotions in law enforcement aottvittes (travel costs must to in accordance with applicable travel regulations). Up to 50 peroent of en CP"K3 sward may be used to pay for all personnel cots (only to the extent that such expenses are for the allowable aativitpee within the scope of the grant). At the request of a recipient or Sub -Recipient, the FNMA Administrator (or designee) may waive the 50 percent personnel cap. Waiver declefons are at the discretion of the FEMA Administrator and will be oonsidered on a case -by -case basil. Further, obnngoe In scope Or objective auto require I EMA's prior written approve' pursuant to 2 C,F.R. § 200.308(c)(1)(1). Aformal OPSG personnel waiver request ehoutdt • Bo on official letterhead, include a written justification, and be signed by the to Jurisdlotion. 42 • include a budget and method of calculation of personnel costs both in the percentage of the grant award and in total dollar amount, reflecting the change In scope or objective to the project. • Include en approved Operations Order from the USBP Sector office that supports the local Jurisdiction's written justification. Be coordinated with the USBP Sector, SAA, and the DHS/CBP Office of the Border Patrol (OBP). As with all QPSG personnel costs, OPSG grant funde Will be used to supplement exiattne funds and will not replace (supplant) funds that have been appropriated for the same purpose. Applicants or recipients may be .required to supply documentation certifying that a reduction in non-federal resources occurred for reasons other than the receipt or expected receipt of federal funds. Temporary or Term Appointments Sub -Recipients may utilize temporary or term appointments to augment the law enforcement presence an the borders. However, applying funds toward hiring full-time or permanent swom public safety dime is unallowable. • OPSG-funded temporary or term appointments may not exceed the approved period of performance. • For OPSG purposes, temporary appointments are non -status appointments for Less than one year. • For °PSG purposes, term appointments are non -statue appointments for one year, extendable for one year as necessary, • OPSG funding for tern:porary or term appointments may pay for salary only, Benefits are not allowable expenses for term or temporary employees. • OPSG remains a non -hiring program, Appropriate uses of temporary or term appointments include: • To carry out speciflo enforcement operations work for ongoing OPSG-flonded patrols throughout the Sector Area of Operation; • To staff operations of limited duration; such as OPSG-enhanced enforcement patrols targeting epaciflo locations or criminal activity; and, • To fill QPSG positions In activities undergoing transition or personnel shortages and local backfiil policies (medical/military deployments), • OPSG term and temporary appointments must have all necessary certifications and training to enforce state and local taws, OPSG funds will not be used to train or certify term or temporary appointments except as otherwise stated in the OPSG section of the Preparedness Grants Manual and the HSQP NOFO. • to addition to those terms Sub -Recipients must follow their own applicahle policies and procedures regarding temporary or terns appointments. Operational Overtime Costs. OM funds should be used for operational overtime costs associated with law enforcement activities in support of border law enforcement agencies for increased border aecurily enhancement, Overtime pay Is for enhanced patrol for certified public safety officers, along limited support for other law enforcement direct support personnel (e.g., Communication Officers/Despatchers, non -swear patrol pilots, etc,), Overtime shall be reimbursed consistent with the non- federal entity's overtime policy and the requirements as stated below: • Overtime le time worked that exceeds the required number of hours during an employee's designated shift. • Overtime must be worked to Increase patrol capacity and be in support of identified and approved USBP border security operations. • The OPSG overtime hourly rate of pay will be no more than the approved overtime rate per local taw and policy and must be in accordance with applicable State and Federal regulations. 43 $ Ail overtime expense' under (PSG must be reasonable for the services rendered and oonform to the non-federal entity's established written policy, which must apply to both federally funded end non -federally funded activities and comply with the other applicable requirements under 2 G.F.R. §§ 200.430-200.431, • The rene,federsl entity may net utilize OPSO funding to pay for tan employee's overtime heure or pay that exceeds 16 hours worked in any 24-hour petted, Unallowable Costs (OPSG) OPS4 unallowable costs include costs eseoaleted wlfh evidence collection, arrest processing, prosecution, and Traffic/DUI checkpoints, suoh as evidence documentation camerae, fingerprinting suppliers, atoohot breetheiuzers portable work Tights, trxrffic barricades, and eirnlIar law enforcement expenses, Addittonell unallowable casts oleo include costs as8o toted with staffing and general IT computing equipment and hardware, suer as personal computer*, faxes, copy machines, modems, etc, OPSG le not intended as a hiring program, Therefore, epptying funds toward hiring felt -time or permanent worn public safety officers Is unallowable, OPSG funding shall not be uaad to supplant Inherent routine patrols and law enforcement operatfona or activities not directly related to providing enhanced coordination between local and federal law enforcement egeriefes. Fineliy, construction and/or renovation casts, and exercise expenses are prohibited under OPSG, Management and Adminietratlon (M&AJ Management and administration (M&A) activities ere those directly relating to the managementarnd administration of 1-18GP funds, such as financial management and monitoring, Sub -Recipients ewerded M&A casts under this agreement can retain a maximum of up to 6% of their total agreement sward amount for M&A costs. Allowable M&A ✓activities Include; • Mitring of full-time or pert -time Staff or contractarslconauttenta, • To assist with the management of the respective grant program, • To eesist with applicetton requirements, • To assist with compliance reporting end data collection requirements. • E evelopment of operating plans for Information collection and proossstng necessary to respond to DIH8iFEMA data one • Overtime and beekfiil coatis • Travel • Meeting related expert ee • Authorized office equipment • Reeurring expenses such as those aeeociated with Ott phones and faxes during the period of performance of the grant program • Leasing or renting of apace for newly hired personnel during the period of performanoe of the grant program • Completing the Civil R1ghts Evaluation Tool • Conducting activities related to evaluating project effectiveness for HSGP-funded projects ntiaueagemerat end Administration (Mi/I&A) (OPSG) Management and edrfnlstration (M&A) activities are those directly relating to the menagernent and administration of QPSO funds, such es financial management and monitoring, Reciptents may retain up to 2.5% of the overall OPSG allocation prior to passing -through funding to Sub -Recipients. Tile funding must be deducted in an equal peroentage from each Sub -(Recipient. Seh-Realplents and friendly forces may retain funding for M&A purposes; however, the total amount retained oannot exceed 5 percent of the Sub4 scipisnt'a subeward. Friendly forces are local law enforcement entities that are subordinate Sub -Recipients under ()PSG. In other words, friendly forces are entities that receive a subetward from a Sub-Rex:10)nt under the OPSG program, Friendly forces must comply with ell requirements of Sub-Reolptclnts under 2� F i , Part ZOO. E. Allowable Equipment Refeted Gusts (SHOP and UA$I) The 2i allowable prevention, protection, mitigation, response, and recovery equipment categories for H$GP are listed on the Authorized Equipment List (AEL), The AEL is aavellable at htips://www•femra.gav/authorized-equipment-list. Some equipment items require prior approval from DHSIFFMA before obligation or purchase of the items, Ptesee reference the grant natee for each equipment Item to 011t3u1t,4 prior approvel le not required or to ensure prior approval Is obtained If ne oes eary, (Aloes otherwise stated, all equipment must meet all mandatory reguletcry and!or will be rsapsaneible for obtaining end maiintalnin t t standards to be eligible for alltohase necess necessary certifica certifications funds. llcein ea for then ts requested equipment. Grant funds may be used for the procurement of medical oountermeaeures. Procurement of medical countermeersurea must be conducted In collaboretiart with State/oily/local health departments who administer Federal funds from MS for thls.purporre, Procurement must have a sound threaten aced Justification with an aim to reducer the consegUenQes of mass casualty incidents during the first crualal henna of a response, Prior to prcCurirlg pharmaceuticals, grentoes must have in piece an inventory .management plan to avoid large pertodio verlations in supplies due to oolnatding purchase and expiration dates, Grantees are encouraged to enter into rotational procurement agreements with vendors and distributors, Purchases of pharmaceuticals must include, a budget for the disposal of etxpeed drugs within each fiscal year's period of performance for Fi$GP, Tho cost of disposal cannot be carried over to another I E MA grant or grant period, The equipment, good$ and auppties ("the eligible equipment") purchased with funds provided under this agreement are for the purposes apeoifled In "Florida's Domaastlo Security Strategy", Equipment purohassed with theme funds will be uU1txed in the event of emergencies, including, but not limited to, terrorism -related hazards. The Sub-Reolpient shall place the equipment throughout the State of Florida in such a manner that, in the event of an emergency, the equipment cart be deployed on the scene of the emergency or be available for use at a fixed Location within two (2) hours of a request for said deployment. The Florida Division of Emergency Management (POEM) must approve any purchases of equipment not itemized In a project's approved budget in advanoq of the purchase, The Sub -Recipient will, In accordance with the statewide mutual aid agreement or other emergency response purpose es specified in the "Florida Domestic Security Strategy, ensure that all equipment purchased with these funds Is used to respond to any and all incidents within its regional response area as applicable for so long es this Agreement reruns In effect, Prior to requesting a response, the FDEM will take prudent and appropriate action to determine that the level or intensity of the tnoldent le such that the specialized equipment and resources are necessery to mitigate the outcome of the Incident, Allowable Equlpment (QPSG) OPSO equipment is intended to be incidental to the entranced border seourity operstlane being performed. The errant is not intended to be used to outfit or supply general equipment to SETT law enforcement egenoles. Equipment must be relatable to and justified by the operational benefit It will provide. Equipment Marking. Because equipment purchased with OP$G funding Is Intended to be used to support °PSG aottvitiee, It may be appropriately marked to ensure its ready cohuuse for that purpose. as utphsnt pu hase wltOPSG fding sh d he ponienttty maked as foliw "Purchased with INNS furrds far Operation $tonegarden Sake" • Fuel Coast: sandtor Mileage 'Relmburserner . There Is no eap for retmburasement of el and mileage costs In support, of operational rautivitlea. 45 Vehicle end Equipment AQqutaltion, including Leasing and Meltele: Allowable purchases under OP$G tnatude patrol vehicloe and other mission-speolflc equipment whose primary purpose Is to Increase operational capabilities on or near a border nexus in support of approved border sere;urIty operations. A detailed Justification must be submitted to the reepeetive FRMA HQ Program Analyet prior to purchase. • M dical Emergency Countermeasures: Allowable purchases under OP$G include nerootio antagonist pharmaceuticals, detection and ldentifloation equipment, safe storage and trwaneportatlon, personnel protective equipment, and Initial equipment traaining, as wilt be refiectod In the AEL end explained in fl? 438. Insurance Coverage Requirement As defined In tha Code of Federal Regulations aeotion 200.310 the Sub -Recipient must, et a minimum, provide the equivalent insurance coverage for real property and equipment acquired or Improved with Federal funds as provided to property yawned by the non•Fedoral entity. Federally owned property need not be insured unless required by the terms and conditions of the Federal award. Unallowable Equipment Cost* (H$GP, UASi and OPSG) • Per FBA pokey, the purchase of weepofte and weapons accessories, Including ammunition, is not allowed with HSGP funds. • Grant funds may not be used for the purchase of equipment not approved by DHS/FEMA. Grant funds ds must comply with 1S 426 and may not be used for the pun hose of the following equipment: firearms; smmunittt)n; grenade launchers; bayonets; or weapontxed eiraraft, vessels, or vehicles of any kind with weapons installed. • Unauthorized exereir.oerelated costs include: a Reimbursement for the mainteneanee or wear and tar costs cal general use vehicles (e.g,, con trUotion vehicles), medical supplies, and ernergenoy response apparatus (a.e., lira trunks, ambuianree). o Equipment that le purchased for permanent Installation and/or uea, beyond the scope of the conclusion of the exercise (e.g., elerrh'rarttc messaging sign), G. Requirements for Small unmanned Aircraft System jSHSP, UASI, and (Pea) All requests to purchase Smatt Unmanned Aircraft Systems (SUA$) with PEMA grant funding must comply with IS 426 and IS 430 and include a description of the policies and procedures in place to safeguard individuals' privacy, civil rightly, and civil liberties of the Jurisdiction that will purchase, take title to or otherwise tree the SUA8 equipment. HI. Acquisition and Use of Technology to Mitigate UAS (CounteerwUAS) Prior to the testing, acquisition, installation, or use of UAS detention and/or mitigation syateme, Sub-Rsdipionte should seek the advle,e of counsel expedenoed with both federal and stet" criminal, surveillance, and communications Taws. Sub•Reciptente should conduct their own legal and teohnloal analysis of each UAS deleetion and/or mitigation system and should not rely solely on vendors' representatrcane of the systems' legality or functionality. For further information please rep the 17HS prase release on this topic; https,Nwww,ohs.guv/news/2020le8/17/interaye ncy lesumeadvisory-use-technology,.dsteal-and-mitigete•unrnanned-aircraft, Allowable Training Related Costs (SHOP and UASI) Allowable training -related costs under HSGP include the establishment, support, conduct, and attendance of training specifically identified under the HSGP and UASI programs and/or in conjunction with emergency preparedness training by other Federal agencies (e,g., NHS avid DO1'). Training conducted using HSGP funds shouid address a performance gap identified through an AAR/IP or other assessments (e.g,, National Emergency Communications Plan NFCP Goal Assessments) and contribute to building a capability that will be evaluated through a formai exercise. Any training or training geppe, including those for children, older adults, pregnant women, and Individuate with disabilities and others who also have access or funotionai needs, ehould be identified 46 In the AAR/tP and adclreseed In the state or Urban Area training cycle.Sub-Recipients are encouraged to use existing training rather than developing new courses, When developing new courses, Sub•Reciplents are encouraged to apply the Analysis, Design, Development, implementation end Evaluation. (ADDIE) model of instructional design, • Overtime and hackfili foremergency preparedness and response personnel attending t K$)FEMA$sponsored and approved training classes Overtime and beckffll expenses for part tlrne and volunteer emergency response personnel participating In ci1IS1FEMA training • Training workshops and conferences • Activities to achieve training inclusive of people with disab11 tie$ and others with access and functional needs • Full- or part-time staff or contractors/consultants • Travel • Supplier associated with allowable approved training that are expended or consumed during the course of the planning and conduction of the exercise projects) • Instructor certification/re-certification • Coordlnntlon with Citizen Corps Councils in conducting training exeToisea • Prepsrednees training for community preparedness initiatives and programs • interaperebie cnrrimunicationa training • Activitiees to achieve. training Inclusive of people with limited English:preliciency • ,tmmtgratlan enforcement training Additions d Training information Per DelS/FEMA Grant Programs Directorate Policy IB 432, Review and Approval Requirements for 'raining Courses. Punctecl Through Preparedness Crants; issued on July 19, 2O18,. states, territarlee, Tribal entitles and high risk urban area are no longer requlredto request approval from FEMA for personnel to attend noreDHS PEMA training as long as the training (s coordinated with and approved by the state, territory, Tribal or highelsk urban area Training Point of Contact (TPOC) and fails within the l' EMA mission scope and the jurisdiction's Emergency Operations. Plan (EDP). The only exception to this policy -is for Countering Violent Extremism courses, DHS/FEMA will conduct periodic. reviews of all state, tsrr(tory,_and Urban Area training funded ey DHS/PEMA. These reviews may Include requests for ail course materials and physical observation of, or participation in, the funded training, if these reviews determine that courses are outside Of the ecope eti ofthis guidance, Sub-Reeclptente will be asked to .repay grant funds expended In support For further information on developing courses using the instructional design methodology and tools that can facilitate the process, TPOCs are en ouraged tp review the WED Responder Training Development Center (RTDC) webeite, £*IS/FEMA provided Training. These trainings include programs or courses developed for and delivered by institutions and organizations funded by nHS/FEMA.'This includes the Center for Domeest'ic; Preparedness (CDP), the Emergency Management institute (Mil), and the National Training and Education Division's (NTED) Training Partner Programs (TPP), TPP includes the Center for Homeland Defense and Security, Netionatt Donestic Preparedness Consortium (NOPC), Rural-Darneetic Preparedness Consortium (RDPC), and training partnere through the Continuing Training treats program. Approved State ancf Federal Sponsored Course Catalogue, Thls catalogue lists state and Federal sponsored courses that fall within the Di-IS/I~EMA. mission scope and have been approved through the FEMA course review and approval process, An updated version of thls catalog can be accessed at: wwsOlretrespondertralning.gov, 47 Training Not Provided by OH$/FEMA. These trainings Include courses that ere either state sponsored or Federal sponsored (non-DL•ISIFEMA), coordinated and approved by the SAA or their deeignetod 'moo, and fall within the RH$/FIMMA mission scope to prepare state, local, Tribal, and territorial per onnel to prevent, protect against, mitigate, respond to, and recover from acts of terrorism or oatastrephla events, • State Sponaorad COMM, These courses are developed for and/or delivered by Institutions or organizations other than Federal entitles or FEMA and are sponsored by the SAA or their designated TPOC. e Joint Training and Exercises with the Public and Private Sectors, These courses are sponsored and coordinated by private sector entities to enhance pubtic-private partnerships for training personnel to prevent, protect against, mitigate, respond to, end recover from acts of terrorism or oataatrophk events, In addition, States, territories, Tribes, and Urban Areas acre encouraged to incorporate the private sector in go vernment'eponsored training and exercises, Additional Information on both bHS/P MA provided training and other federal and state training can be found at www.firstrc epvndertralrring.gray. Training Information Reporting System ("Web -Forma"). Mb Formma is an electronieform/date management system built to eeelat the SAP% and Its designated State, territory and Tribal Training Faint of Contact (TP00), Repor ling training activities through Web -Forma is not required under FY 2022 HSGP, however, the system remains available and oan be accessed through the FEMA Toolkit located at letps://www,firstrespondertreining.gov/frawebforme me In order to support grantees in their own tracking of training deliveries, FDEM State Training Office Condition*, For the purposes of this Agreement, any training course listed on the OHS approved course catalog qualifies as en authorized course. The Sub -Recipient oan aueoessfrrtly complete an authorized course either by attending or conducting that course. In order to receive payment for successfully attending an authorized training course, the Sub V4eoiplent must provide the Division with a oertlfioate of course completion; additionally, tho Sub -Recipient must provide the Division with all receipts that document the coats lnourra d by the oSub-Recipient In order to attend the course, • in order the receive payment for successfully condctoting an authorized course, the Sub. Recipient must provide the Division with the course materials and a roster sign4in sheet; additionally, the Sub -Recipient must provide the Division with all receipts that document the costs incurred by the Sub.Reoiplent in order to conduct the 000urse." • For corvine that are non-bHS approved trelntng, Sub-Reoipient must request approval to conduct training through the use of the Non-TED Form and provide a copy, along with email, showing approval granted for conduct. • For the conduct of training workshops, Sub -Recipient must provide a r opy of the course materials end sign -in sheets, at The number of participants must be a minimum of 16 In order to Justify the rest of holding a course, For questions regarding adequate number of participants please content the F1)EM State Training Officer for course specific guidance. Unless the Sub.Reeciplent receives advance written approval from the Slate Training Officer for the number of participants, then the Division will reduce the amount authorized for reimbursement on a pro-rata basis for any training with less than 16 participants. 48 • The Sub -Recipient must include with the reimbursement package a separate copy of the page(e) from the State (and County or Regional) Integrated Preparedness Plan (IPP) reflecting the training. J, Allowable Exercise Related Costs Exercises conducted with grant funding should be managed and conducted consistent with HSEEP. HSEEP guidance for exeroise design, developree»t, conduct, evaluation, and improvement planning Is located at htips://www,fema.goviremergency-managera/riational-preparedneselexercises/hseep, • Design, Develop, Conduce, and Evaluate an ExeroIse • Full or pait-time staff or eon-tractors/consultants • Overtime and backfill costs, including expenses for part-time and response personnel participating In DelS/FEMA exercise • Implementation of HSEEP • Activities to achieve exercises inclusive of people with disabilities functional needs • Travel • Supplies associated with allowable approved exercises • interoperable communications exercises Additional Exercise information Sub -Recipients that decide to use 1-18GP funds to conduct an exercise(s) are encouraged to oomplete a progressive exerolse serlee, Exercises conducted by stales and high risked urban areas may be used to fulfill senile; exercise requirements required by other grant pmgrams, Sub-Reciptents are encouraged to invite representatives/planners involved with other Federally mandated or private exercise activities. States and high risked urban areas are encouraged to share, at a minimum, the multi -year training and exercise schedule with those deportments, agencies, and organizations Included in the .plan, • Validating Capabilities. Exercises .examine and validate capabilities -based planning across tbo Prevention, Protection, Mitigation, Response, and Recovery rnteelon areas, The extensive engegement of the whole community, including but not limited to examining the needs and requirements for Individuals with ditabilities, Individuale with limited English proficiency, and others with access and functional needs, is essential to the development of an effective end comprehensive exercise program. Exercises are designed to be progressive — increasing in scope and complexity and drawing upon results and outcomes from prior exercises and real - world incidents — to challenge participating communities, Consistent with Homeland Security Exercise and Evaluation Program guidance and toots, the National Exercise Program (NEP) serves as the principal exercise mechanism for examining national preparedness and measuring readiness. Exercises should align with priorities and eapabilitiee identified In an IPP. • Special Event Planning, If a state or Urban Area will be hosting a special event (e,g., Super Bowl, G-8 Summit), the vadat event planning should be considered as a training or exercise activity for the purpose of the lPP. States must include all confirmed or planned speolal events In the IPP. The state or Urban Area may plan to use I4$GP or UASI funding to finance training and exercise aotivities in preparation for those events, States and Urban Areas ehouid also consider exercises at major venues (0,g„ arenas, convention centers) that focua on evacuatione, communioations, and command and control. • Regional Exercises. States should also anticipate participating in at least one Regional Exercise annually, States must include all confirmed or planned spacial events In the IPP. 49 volunteer emergenoy and others with access and • Role of NorrrGovernmental &ttl los In Exercises. Non -governmental partk 1pation In all levels of exercises is strongly encouraged. Leaders from nongovernmental entities should be Included in the planning, design, and evaivatien of an exercise, State, local, Tribal, and territorial Jurisdictions are en©ouraged to develop exeroiaesa that test the integration and use of non -governmental resources provided by non -governmental entities, defined as the private sector and private non-profit, faith -based, community, participation in exercises should be coordineted with the local Citizen Corps Council(s) or their equivalent end other partner akeenclea. FDEM Mate Training Office conditions for Exercises: For the purposes of this Agreement, any exercise which le compliant with HSI EP a anderds and contained In the State of Florida (and County or Regional) IPP qualifies as an authorized exercise. The Sub-} eoipient can auaoossfuliy complete an authorized exercise either by attending or conducting that exercise. ' In order to receive payment for suceeosfully attending an authorized exercise, the Sub. Recipient must provide the Derision with a certffioaate of completion or similar correspondence signed by the individual In csharge of the exercise; additionally, the Sub -Recipient must provide the Division with all receipts that document the costs incurred by the Sub -Recipient in order to attend the exercise. • In order the receive payment for successfully conducting ark authorized exercise, the Sub - Recipient must provide the Division with e n ExPLAN, AAR/IP,1PC/MPCIFPC Meeting Minutes and Slgn-in Sheet for exercise attendees; additionally, the SsabuRsolpient must provide the Division with all receipts that document the costs incurred by the Sub -Recipient in order to conduct the exercise. The Serb-Reciplenf must include wlfh the reimbursement package a separate copy of the pages) from the EMxarcise Plan which identifies the participant agencies and a printed pege(s) from the State (and County or Regional)1PP reflecting the exercise. • If you require food/water for Ihis event, request must oome tote Division within 25 days prior to the event in the following format: Exeroise Titles Wootton: Exercise Date: Exercise Schedule: Estimated Number of Participants that will be fed; Estimated poet forfood/wster; Description of the Exercise; K. Maintenance and Sustainment (SHSP, UASI, and OPSG) The use of Dile/FEMA preparedness grant funds for maintenance contracts, warranties, repair or replaaearnent costs, upgrades, and user fries are allowable, as described in FEMA Polley FP 205.402- .126-1 under all active and future grant awarda, unless otherwise noted, Except for maintenance plans ar erttendedwarrantiea purchased incidental to the original purchase of the eaquipment, the period covered by maintenance or warranty plan must not exceed the POP of the speoitic grant funde used to purchase the pun or warrrtnfy. Grant funds aro intended to support the Goal by funding prgjects that bulk) and sustain the core capabilities necessary to prevent, protect agalnet, mitigate the effects of, respond to, and recover from those threats Isms pose the greatest risk to the security of the Nation. In order to provide reatplents the ability to meet title objective, the policy set forth In F't MA's IS 379, Guidance to State Administrrartive Agencies to Expedite the Expenditure of Certain CANS/FEMA grant Funding, initially for FY 2007-2011, allows for the expansion of eligible maintenance and sustatnment costs which must be in (1) direct support of existing capabilitiess; (2) must be an otherwise allowable expenditure under 50 the applicable grant program; (3) be tied to ono of the core capabilities in the five mission areas contained within the goal, and (4) shareable through the Emergency Management Assistanoe Compact. Additionally, eligible oasts may also be In support of equipment, training, and critical resources that have previously been purchased with either federal grant or any other source of Rending other than DHS/FEMA preparedness grant program dollars. , Law Enforcement Terrorism Prevention (LEI?) Activities Allowable Costa LETP Activities eligiblefor use of LETPA focused funds Include but are not limited to: • Maturation and enhancement of designated state and major Urban Area fusion centers, including information sharing and analysis, threat recognition, terrorist Interdiction, and training/ hiring of Intelligence analysts; • Coordination between fusion centers and other intelligence, operational, analytic, or investigative efforts including, but not limited to Joint Terrorism Teel( Forces (JTTFs), Field Intelligence Groups (FIGo), High intensity Drug Trafficking Areas (HIDTAs), Regional Information Sharing Systems (RiSS) Centers, criminal intelligence units, real-time crime analysis centers and OHS intelligence, operational, analytic:, and investigative entities; Regional counterterrorism training programa for small, medium, and large jurisdictions to exchange information and diocese the currant threat environment, Iossone teamed, and best praotloss to help prevent, protect against, and mitigate acts of terrorism; Support for coordination 'of regional full..soale training exercises (federal, state, and local law enforcement parilctpatlon) focused on terrortsm-related events; • Lsw enforcement Chemical, Biological, Radiological, Nuclear, and high yield Explosives detection and response capabilities, such as bomb detection/disposal capability deployment, suatair ment, or enhancement, including canine teams, robotics platforms, and x-ray teohnalogy; • implementation and maintenance of the Nationwide SAR initiative, Including training forfront line personnel on Identifying and reporting suspicious activities, tips/leads, and online/social medieebased Treats, as well as the execution and management of threat assessment programs to Identify, eveluate, and analyze indicators and behaviors indicative of terrorism, targeted vlolenoe, threats to life, and other criminal activity; • Management rand operation of activities that support the execution of the intelligence process and fusion centers, including but not limited to: Fusion iand informantion, Officer f fi er(F tOe) programs, of security programs to protect the facility, personnel, privacy, civil rights, and civil liberties. • implementation of the "If You See Something, Say Something" campaign to raise public awareness of indicators of terrorism and terroriseeeolated crime and associated efforts to Increase the sharing of information with public and private sector partners, including nonprofit organizations, 0 Note; DHS requires that all public and private sector partners wanting to Implement and/or expand the DHS "!Pfau See Something, Say Something®" campaign using grant funds work directly with the OHS Office of Partnership and Engagement {OPE) to ensure all public awareness materials (e,g., videos, posters, trt4folds, etc.) are consistent with the DHS's messaging and strategy for the campaign and compliant with the initiative's trademark, which Is licensed to OHS by the New York Metropolitan Traanaportation Authority. Coordination with OPE, through the Caampaaign'e Office (oeesay hq,dhs.gov), roust be facilitated by FEMA. • lnorease physical security, through law enforcement personnel and other protective measures, by Implementing preventive and protective measures et critical infrastructure site or at -risk nonprofit organizations; • development of countering violent extremism programs, projects, and Initiatives, .addressing preventlan, intervention, and diversion efforts, Including training on roles of law enforcement and how to effectively partner with taw enforcement developing and promoting training specifically for law enforcement exeoutIves and frontline officers on potential behaviors and 5l indicators of violent extremism and how to appropriately (analyze and report Ahern; supporting community and law enforcement engagement strategies such as table top exercises, roundtable events, town hell meetings, and peer to peer aotiviliers; funding for existing land/or expansion of law snforoernent community relations efforts, support for the development of community engagement plane, and joint projects to increase The awareness of violent extremiet threats and community mitigation solutions; • Building and sustaining preventive radiologicel tend nuclear detection oapabilitIes, including those developed through the Securing the Cities initiative, and • Integration and interoperability of systems end date, soh as computer aided dispatch (CAD) end record management eyetc ma (RMS), to facilitate the cellectlon, evaluation, and aasesement of ,suspicious) activity reports, tips/leads, and online/social rnediaybeeed threats. M. Larry Enforcement Readine (SHSP, UASI, and OPSG) SHSP, UA% or OM grant funds may be requested and may be approved on a case byycase basis for tmmlgration enforcement training in support of the border security mission, Requests for training will be evsltrafed on a case -by -case basis end corn only he used for certification In the section 287(g) program provided by OHS/ICE, SHSP, I,IASI, or OM Suh Reolpients with agreements under section 28l(g) of the immigration and Nationality Act (8 UAL. § 1387(g)) to receive delegated authority for Immigration enferroement within their jurisdictions may else be reimbursed for section 287(0) misted operational activities with approval from FEMA on a case -by -nose bests, For QPSG, Sub-Rectplente must be authorized by USFSP Headquarters and Sectors, and operational eativities must be coordinated through a USEP Sector, OPSG grant funds may be used to increase operational, material, and teohnalogleet readiness of SLIT law enforcement agendas, Tile Delegation of immigretlon Authority, Section 2$7(g) of the Immigration and Net1onallty Act (Ih1A) program allows a st +te or load; law enforcement entity to enter Into a partnership with ICE, under a joint Memorandum of Agreement (MCA), to reoeive delegated authority for Immigration enforoenient within their jurisd►otlons, rg. Regional Border Projects (OPeG) Sub-Reelpient5 are encouraged to prioritize the acquisition and development of regional projects an the borders to maximize lntereperabitity and coordination capabilities among federal agencies and with state, local, and tribal law enforcement partners, Soh regional projects Include: • Communications equipment: • Radio systems and repeaters • intargratien with regional intelligence and Information sharing effort (t,e. fusion centers) o Intelligence analysts • Situational Awareness equipment; o License Plate Reader Networks o Visual detection and surveillance systems o Sensor Systems o Radar Systems (i°or air and/or marine lnctrrrians) o Aircraft systems (manned or unmanned) (rittaal Emergency Supplies (SHSP and UASI) Critical emergency supplies, such as shell stable products, water, and medical equipment and st,rppites aro en allowable expense under SHSP and VAS!, Prior to the allocation of grant funds for stookpiting purposes, each state enlist have DHS/PEMA's approval of a f1ve-year viable inventory management plan, which should include a distribution strategy and related sustainment costs If planned grant expenditure 1s over $100,000.00. If grant expenditures exceed the minimum threshold, the five-year Inventory management plan will be developed by the recipient and monitored by FEMA, FEMA will provide program oversight and technical eassiirtenae a It relates to the purohass of orltirral emergency supplies under UASi. FEMA will estaletion guidelines and requirements for the purchases of these 52 supplies under UASI and monitor development and statue of the state's inventory management plat). P. Construction and Renovation (SHSP and UASI) Project construction using SHSP and LIAM funds may not exceed the greater of $1,000,000 or 15% ef the granteward. For the purposes of the limitattons onfunding 'levels, 'communications towers are not considered eonstruction. Written approval must be provided by DHS/FEMA prior to the use of any H$GP funds for construction or renovation. When applying far construction funds, recipients must submit evidence of approved zoning ordinances, architectural plans, and any other locally required planning permits. Additionally, recipients .are required to submit a $F-424C -form with budget detail citing the project costs, and an SF-424D Form 0r standard assurances for the oonstrugion Project. Reolpients using 'funds for construction projege mug comply with the DaYle-Bacon At (codified as amended et 40 U.S.C. § 3141 et.seq.), Recipients must ensure that their contractors or subcontractors for construction projects pay workers no less than the prevailing wages for laborers and mechanics employed on projects of a character like thecontract work in the civil subdivision of the State in which the work is to be performed. Additional information regarding oomplianoe with the. Davie -Bacon Aet, including Department of Labor (DOL) wage determinations, is available online at hitoe://www.dagov/vvhd/.eoycentractsidbra.htm, Reolpients using funds for construction projects must also comply with the requirements set forth in the governmeet-wide award term on Reporting Subewards 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, (1) ail Iron. and steel used in the project aro produced' In the United Stetes—this means all manufacturing processes, from theinittel melting stage through the application of coatings, ()mood inthe United States; (2) all Manufactured products used In the project we produced In the United States —this means the manufactured product Was, manufacture.d In the United States; end the cost of the components of the, manufactured product that are mined,. produced, or menufactured in the United StateIs greater than 66 percent of the tetel cost of ail components of the manufactured product, unless another standard for determining the minimum amount of domestia content cif the manufa.ctured producthae been established under applicable law or ,regulation; and (a) alt construction materials are hianufeotured In the United Stetes—this Means that all manufacturleg processes for the materlat occurred in the United States, The Buy America preference only appliee 0 articles, materials, and supplies that are consumed in, incorporated Into, or affixed to an infrastructure project. As such, ft does 'not appty to tools, equipment, and supplies, such as temporary scaffelding.brought to .the construction site and removed at. or before the oompletion of the Infrastructure project. Nor doetra Buy America preference, apply to equipment and furnishings, such as movable. chairs, desks, and portable computer equipment, that ere used at or within the finished Infrastructure project but are not an Integral part of the structure or permanentlY'affixed to the Infrastructure project, Q, Communications Towers When applying for funds to construct communication towers, Sub -Recipients must submit evidence that the Federal Communication Commission's. Section 106 of the &Wong Historic Preservatlon Act, Pub. L No. 89.-605, as amended, review process has been completed. 53 R. Disposition When original or replacement equipment acquired under a Federal award is no longer needed for the original project or program or for other activities currently or previously supported by a Federal awarding agency, except as otherwise provided in Federal statute% regulations, or Federal awarding agency disposition instructions, the Sub -Recipient must request disposition instructions from FDEM Office of Domeetic Preparedness and the State Administrative Agency will request disposition instructions from Federal awarding agenoy as required by the terms and conditions of the Federal award, The Sub -Recipient shall notify the FDEM Office of Domestic Preparednees at 2555 Shumard Oak t3lvd., Tallahassee, Merida 32399 one (1) year in advance of the expiration of the equipment% posted oheif-life or normal life expeoten(y or when it has been expended, The Sub -Recipient shall notify the FDEM immediately if the equipment Is destroyed, lost, or stolen. • Ensuring the Protection of Civil Rights As the Nation works towards achieving the National Preparedness Goal, it is Important to continue to proteat the civil rights of Individuals. Sub-Reolpients must carry out their programs and activities, Including those related to the building, eustainment, and delivery of core capabilities, In a manner that tweets and ensures the protection of civil rights for protested populations. Federal civil rights statutes, such as Section 308 of the Stafford Act, Section 504 of the Rehabilitation Act of 1973, and Title VI of the Civil Rights AO of 1064, Age Discriminetion Act, along with OHS and FEMA regulations prohibit diserimination on the basis of race, color, national origin, sex, religion, age, disability, limited English proficienoy, or economic status In conneotion with programs and aotivities receiving federal financial assistance from FEMA. Monitoring and oversight requirements In conneetion with Sub-Reolpient 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, Sub -Recipients must ensure the consistent and systematic fair, just, and Impartial treatment of all individuals, including individuals who belong to underaerved communities that have been dented such treatment. Recipients (as defined In 2CFR Part 200 and including recipients acting as pass -through entitles) of Federal firianoial assistance from the U,S, Department of Homeland Security (DHS) or one of Its awarding component agenotes must complete this tool within thirty (30) days of receipt of the Notice of Award for the first award under which this term applies. Recipients of multiple OHS financial assistance should only submit one completed tool for their agency, not per award. Sub -Recipients are not required to complete and submit this tool to OHS. However, Sub -Recipients have the same obligations as pass -through entitles and Recipients to comply with applicable civil rights requirements and should follow their pass -through entities instructions for submitting civil rights Information to those entities. To demonstrate successful completion of task 1B for Quarters 1, the Sub -Recipient must submit the following Items in the Division's Saleeforce system: • Complete and submit theCivil Rights Evaluation tool https://ervvw,dhs,govtpublioationidhs- cvilrightsevaluation-tol to include supporting materials within thirty (30) days of receipt of the Notice of Award (November 1, 2022) for the first award under which this term appiles. • Subsequent submissions: After the Initial submission, Sub-Reolpients are required to complete the tool once every two (2) years if they have an active award, not every time and award is made, After initial submission, Sub-Reciplente are only required to submit updates. If they are no updates since the Initial subnesslon, the Sub-Reolpient must indicate "no Change" for each item as applicable to satisfy the *early requirement, Recipients should not re -submit Information previously tubmitted. The due date for submitting updatee is calculated from two (2) yeses from the date the Sub -Recipients last submitted the tool to the SAA 54 (FDM). FDEM will send an email reminder to the contact person Identified In Section 2 of the tool prior to the due date for the biyearly update. T. National Incident Management System (NMS) impkenentation (HSGP, OPSG, UASI only) NIMS provides stakeholders across the whole community with the shared vocabulary, systems, end processes to successfully deliver the capabilities described In the National Preparedness System. and Sub-RecIplents of federal preparedness (non-dIsaster) grant awards, jurisdictions and organizations must aohieve, or be actively working to achieve, all of the NIMS Implementation Objectives. The objectives can be found on the NIMS webpage at haps:iiwWw,ferna.goviemergency- managers/nime/implementatiorelrainIng. U PirstNet FlrstNet provides public safety entitles with mission -critical broadband data capabilities and services including, but not limited to messaging, image sharing, video streaming, group text, voice, data storage, application, location -based services, and Quality of Servioe, Priority, and Preemption. Public safety entitles seeking to enhance their operational capabilities using broadband technology may seek grant funding from appropriate programs to support the following • Planning for integration of Information technology (IT) Infrastruoture, software, and site upgrades necessary to connect to FIrstNet • Handheld broadband devloes Including emartphones, feature phones, tablets, wearables, push -to -talk (PTT) devices • Vehlole-mounted or otherwise field operated data devices, such as ruggedlzed laptops • Network access devices, inciteling portable WI-9 devices, Universal Serial Sue (USB) modemeldongles, trunk -mounted modems, routers • Customer -Owned and Managed (COAM) broadband deployable equipment, enabling public safety to own and dispatch coverege expansion or capacity enhancement equipment within their jurisdiction • Eiroadband device accessories that enable efficient and safe public safety operations 44; such as headsets, belt clips, refaces, remote Bluetaoth sensors, ruggedized MUM • Suboriber identification Modules (SIMs)/Universal Integrated Clroult Cards (1)1Ces) to allow public safety users to update existing devices to operate on public safety prioritized aarvloos • Cne.time purchase and subsorIptIon.based applications for public safety use which could Include, among several other options, enterprise mobility management (EMM), mobile device management (MOM), mobile Virtual Private Network (VPN), identity servites, or cloud service tools Sub -Recipients must be coordinated with the Statewide Interoperability Coordinator (SWIC) and FtrstNet on the planning, deployment timelines, and operational availability of the network deployment within a specific state or territory and to ensure that project does not oontlict with network planning efforts and complies with all technical requirements. FirstNet requires participating agencies to demonstrate a subscription to public safety -prioritized broadband services to purchase FirstNet broadband devices or applications. Sub-Reolplents must coordinate with FirstNet In advance of any strategic acquisition of broadband LTE equipment to ensure that purchases adhere to all applicable standards for public safety entitles. V. SAFECOM All Sub-Reciplente using preparednees grant funding to support emergency communications systems and equipment must meet applioable SAFECOM Guidance. Sub-Reolpients must be coordinated with the SWIC and the State Interoperability Governing Body (8IGB) to ensure interoperablllty end long-term compatibility. W. Cybersecurity Sub -Recipients must use HSOP funds for oybersecurlty projects that support the security and functioning of critical Infrastruoture and core capabilities as they relate to preventing, preparing 55 for, protecting against, or responding to acts of terrorism. Sub -Recipients of FY 2022118OP grant awards will be required to complete the 2022 Nationwide Cybersecurity Review (NC$R), enabling agencies to benchmark and measure progress of improving their cyberseourity posture, The NOM Is an annual requirement and Sub.Reciplents must complete the first available NOS offered after this subaward has been Issued. X. Procurement The purpose of the procurement process is to ensure a fair and reasonable price Is paid for the services provided. All procurement transaotIons wilt be conducted In a manner providing MI and open competition and shall comply with the standards arttoutated In; • 2 C.F.R. Part 200; • Chapter 287, Florida Statues; and, • Sub-Reolpient's local procurement polloy, To the extent that one standard Is more stringent than another, the SubRecipient must follow the more stringent standard. For example, If a State statute Imposes a stricter requirement than a Federal regulation, then the Sub-Reolpient must adhere to the requirements of the State statute. The State of Florida procurement polley and procedure IS as follows: :Amount u tojlzpo 00 but less than 6 000 $35 000 All Sole Source Alternative Contract Source — —boorUnentation Required Shalrbe carried using good purchasing practices v;firCh inay hard diflo lion of written Or te19,2„hono quotes. Submit summary of 2 (minimum) written quotes, signed by the vendor representative. For venders not on STO; aubmit documentation of Invitation to Bid Process (11140/guest for Proposal (RFE) or Intent to Negotiate ITN FOAM. ProlIVIW,e1. Jere,q4ired, . Commodities or Services available to the State via outside contract vehicle. A copy of the executed contract must be submitted along with additional votes If GSA 70 or GSA 84t Formai Competitive Solicitations: $36,000 and above and not available on STC include Invitation to Bid (1Ta), Request for Propose( (RFP), or Invitation to Negotiate (ITN). Each requires a Scope of Work that meets all statutory requirements and formal posting or publioation process. Examples of when to use each method: o Inadtatiodgiljd: When a Sub -Recipient can establish precise specifications for a cernmodity or defining, with specIfielty, a scope of work for the commodities or contractual services sought. If not using an ITS, Sub -Recipient must Justify In writing why an ITl3 is not praoticable. o Bequest for Ptaggsair Through this process, vendors can compete on a cost basis for like items or services, The request for proposals method of procurement is used when it is not practicable for the agency to specifically define the scope of work for which the commodities or contractual services is needed. Simply put, the Sub -Recipient can describe what it wants to accomplish bathe methods or means to accomplish the desired outcome cannot be easily defined. There may be several methods available to accomplish a task, and the agency Is considering all the available options. 0 Invitation to Negotiate: if the Sub-Reciplent has determined that an ITS or an RFP will not result in the best value, the Sub -Recipient may procure commodities and contractual services using the ITN process, The procurement file must be documented to support why $6 n ITB and a RFP will not result In best value (287,057(1)(c), Florida Statutes). Contracts that exceed $IM require a Florida Certified Contraot Negotiator, Contracts more than 610M In any fiscal year, requires a Projcot Management Professional on the team, The Division shall pta-approve all scopes of work for projects funded under this agreement. Also, to receive reimbursement from the Division, the Sub•Reolplent must provide the Division with a suspension and debarment fomn for each vendor that performed work under the agreement. Furthermore, If requested by the Division, the Sub.Reciplent shall provide eoptes of solicitation documents including responses and jusfilioatiort of vendor selection. Contracts may include: State Term Contract A State Term Contract Is a contract that is competitively prooured by the Division of State Purchasing for selected products and services for use by agencies and eligible users. Florida egencles and eligible users may use a request for quote to obtain written pricing or servicera information from a state term oontaot vendor for commodities or contractual services available on a state term oontraot from that vendor. Use of state term contracts Is mandatory for Florida agencies in accordance with section 287.058, Florida Statutes. Alternate Contract Source: An Alternate Contract Source is a contract let by a federal, state, or Ideal government that has been approved by the Department of Management Services, based an a determination that the contract is cost-effective and in the best interest of the state, for use by one or all Florida agencies for purohasee, without the reciwirement of competitive procurement. Alternate oontraot sources are authorized by subsection 207.042(16), Florida Statutes, as implemented by Rule oom .046, Florida Administrative Code. General Services Administration Schedules: The General Services Administration (GSA) Is an Independent agency of the United States Government. States, tribes, and local governments, and any instrumentality thereof (suoh as local education agencies or Institutions of higher education) may partloipste In the GSA Cooperative Purchasing Program. ), Refer to the appropriate GSA Schedule for additional requirements. Y Piggybacking The practice of procurement by one agency using the agreement of another agenoy is called piggybacking. The ability to piggyback onto an existing contract Is not unlimited. The Sub - Recipients written procurement policy must be submitted to the SAA and must allow for piggybacking. The existing contract must contain language or other legal authority authorizing third parties to make purchasefrom the contraot with the vendor's consent, The terms and conditions of the new contract, Including the Scopo of Work, must be substantially the same as those of the existing contract and approved by the DiVision, The piggyback contract may not exceed the extstine contract in scope or volume of goods or services, ASub-Recipient may not use the preexisting contract merely es a "basis to begin negotiations" for a broader or materially different contract. Section 215.971, Florida Statutes Statutory changes enacted by the Legislature Impose additional requirements on grant and Sub - Recipient agreements funded with Federal or State financial assistance. In pertinent part, Section 216.971(1) etateet An agency agreement that provides state financial assistance to a Recipient or Sub.Reciplent, as those terms are defined In s. 216.97, or that provides federal financial assistance to a Sub - Recipient, as defined by applicable United States Office of Manl cement and Budget -circulars, must Include all of the following: • A provision specifying a Scope of Work that dearly establishes the tasks that the Recipient or Sub-Reolpient is required to perform, 57 A provision dividing the agreement Into quantifiable units of deliverables that must be reraeived and accepted In writing by the agency before payment, > ach deliverable must be directly related to the Scope of Work end specify the required minimum level of eeervice to be performed and the criteria for evaluating the successful completion of each deliverable. • A provision specifying the financial coneequencee that apply If the Recipient or Sub•Recipient falls to perform the minimum level of ssrviee required by the agreement, The provision can be excluded from the agreement only if 11nanciel consequences are prohibited by the federal enoy awarding the grant. Funds refunded to a ante agency torn a Recipient or Sub - Recipient for failure to perform es required under the agreement may be expended only in direct support of the program from which the agreement originated, * A provision specifying that a Recipient or, uteReelpient of federal or atate financial aesistance may expend funds only for allowable costs resulting from ohilgcitians Inourred during the specified agreement period. • A provision specifying that any balance, of unobilgated funds which has been advanced or paid must be refunded to the state agency, • A provision specifying that any funds paid in excess of the amount to which the Recipient or Sub.Reciplent is entitled under the terms and conditions of the agreement must be refunded to the ante agency, • Any additional information required pursuant to a, 216,97. Unique Entity identifier and System for Award Management (SAM) Sub. -Recipients for thla award most: e Be registered In SAM; • Provide a valid uEIC/SAM number; and • Continue to maintains an active SAM registration with current information at all times during which it flas an active federal award, Zi Reporting Requirements 1, Quarterly Programmatic Reporting: The Quarterly Programmatic Report is due within thirty (30) cloys after the shsi of the reporting periods (March 31, June 30, September 30, and tlecember 31) for the life of this contract. • if a report(s) is delinquent, future financial rues bureeniente will be withheld until the Sub-Reclplent'a reporting let current. • If a report goes three (3) consecutive quarters from date of exeoution without the Sub.Terlpient reflecting any activity and/or expenditures it will result In the Icseuance of a noncompflanoe latter, end it written )ustltloallon must then be provided. o Based on The SAA's determination, the Sub eeciph nt will have 30 drys to sebrnit a latter of appeal to the SANHSA. o Sub.Reciplsnts will only be allowed one opportunity to appeal, o if the appeal Is denied, or if there le no response to the notification of nonoomptiance, the Sub -recipient's funde will be terminated. • if a report goes four (4) consecutive quarters from date of exeoution without the Sub - Recipient reflecting any activity and/or expenditures, it will result in termination of the agreement. $3 R o Period Re ort due to POEM no later than January 1 through March 31 April 30 April 1 through June 30 July 31 L July 1 through September 30 October 31 October 1 through December 31 - January 31 2. Programmatic Reporting. Biannual Strategic implementation Report pump After the end of each reporting period, for the life of the contract unless directed otherwise, the SAA, will complete the Biannual Seat,. mic implementation Report In the Grants Reporting Tool (GRT) https://www.reporting.odp.dhs.gov, The reporting periods are January 1-June 30 and July 1-Docetriber 31. Data entry Is scheduled for December 1 and June 1 respectively, Future awards and reimbursement may be withheld If these reports are delinquent. 3. Reimbursement Requests; A request or reimbursement may be sent to your grant manager for review and approval at any time during the contract period. Reimbursements must be requested within ninety (90) calendar daye of expenditure of funds, and quarterly at a minimum. Failure to submit request for reimbursement within ninety (90) calendar days of expenditure shall result In denial of reimbursement. The Sub-Reolpient should Include the eategory's corresponding line -Item number In the "Detail of Claims" fon% This number can be found In the *Proposed Program Budgets'. A line -item number Is to be In/gutted for every dollar amount listed In the "Detail of Claims" form, 4. Close-out Programmatic Reporting; The Close-out Report is due to the Florida Division of Emergenoy Management no later than sixty (60) calendar days after the agreement Is either oompleted or the agreement has expired. 6. Administrative Closeout An administrative closeout may be conducted when a recipient Is not responsive to the Division's reasonable efforts to collect required reports, forms, or other documentation needed to complete the standard award and/or closeout process. FDEM will make three written attempts to roiled required information before Initiating an adtrilnistrative closeout. If an award Is administratively closed, POEM may decide to impose remedies for noncompliance per 2 C.F.R. § 200.336, consider this information In reviewing future award applications, or apply special oncltdons to existing or future awards. 1.2 Period of Performance (POP) Extensions Extensions to the period of performance identified in the agreement ere allowable under limited drcumstences and will only be considered through formal, written requests to the SAA. Ail extension requests must contain specific and compelling justifications as to why an extension is required, and must address the following: 1. The grant program, fiscal year, and agreement number; 2. Reason for the delay —including details of the I; ,t al, paeY, or oporatlonal challenges that prevent the final expenditure of awarded funds by the deadline; 3. Current status of project activity; 4, Requested POP termination date and new project completion date; 6. Amount of funds reimbursed to date; 6. Remaining available funds; 59 7. Budget outlining how the remaining funds will be expended; B. Plan for completion, including milestones and tlmeframes for achieving each milestone and the position or person responsible for Implementing the plan for completion; end 9, Certification that the activity(fr s) will be completed within the extended POP without any modification to the original statement of work, as described In the Investment justification and as approved by FEMA, Extension requests are typically granted for no more thorn a six-month period, and will be granted only due to compelling legal, policy, or operational challenges. Extension requests will only be considered for the following reasons: • Contractual commitments by the recipient or Bub -Recipient with vendors prevent oompletlon of the prrjeet within the existing POP; • The pro ect 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. Z 3. Programmatic Point of Contact Contractual Point of Contact tka Jacicson M 2 66 $hurnarct Oak Blvd, Tallahassee, FL 32399.2100 (850) 816.4344 Jamiks .Jagkson@ern,myflorit a.com Programmatic Point of Contact zzy 1<, Osbert FDEM 2556 Bhumard Oak Blvd. Tallahassee, FL 32399-2100 (850) 818.4348 Klz ,Oaban@em.m Ioricia.com Z,4L Contractual :Responsibilities • The POEM shall determine eligibility of projects and approve changes in Scope of Work. • The PDEM shall administer the financial processes, Z.5. Failure to Comply • Faliure to comply with any of the provisions outlined above shall result in disallowance of reimbursement for expenditures. Remainder of page Intenttaraally left biar,k1 ��J ATTACHMENT C DELIVERABLES AND PERFORMANCE State Homeland Security Program (HSOP): MOP supports the implementation of risk driven, capabilities -based State Homeland Security Strategies to address capability targets set In Urban Area, State, and regional Threat and Hazard identification and Risk Assessments (TeliMs), The capability levels are assessed In the State Preparedness Report (SPR) and inform planning, organization, equipment, training, and exercise needs to prevent, protect against, mitigate, respond to, and recover from Ws of terrorism and other catastrophic events. Planning Deliverable; Subtect to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost of sucoessfully completing Planning activities consistent with the guidelines contained in the Comprehensive Preparedness Guide CPO 101 v.2. For additional Information, please see haps:llwww.fema,goviemergenoy-managersinational-preparedness/plan or grant guidance (Notice of Funding Opportunity). For the purposes of this Agreement, any planning activity such as those aesociated with the Throat and Hazard identification and Risk Analysis (TH1RA), State Preparedneas Report (SPR), and other planning activities that support the National Preparednese Goal (NPO) and place an emphasis• on updating and maintaining a current Emergence/ Operations Plan (EOP) are eligible. The Sub-Reciplent oan successfully complete a planning Activity either by creating or updating such plan(). Organleation Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the aotual eligible costs for Personnel, Intelligence Analyst, Overtime end operational Overtime. Exercise Deliverable; Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost of successfully completing an exercise whioh meets the Department of Homeland Security Homeland Security Exercise and Evaluation Program (HSEEP) standards and Is listed In A) the State of Florida IPP, and 13) County or Regional TEP for the region In which the Sub - Recipient is geographically located. Information related to TEPs and HSEEP compliance can be found online at: https://www.fema.govfomergenoy-managerstnational-preparednese/exercisesihseep. For the purposes of this Agreement, any exerolee whioh le compliant with HSEEP standards and contained in the State of Florida IPP qualifies as an authorized exercise, The Sub -Recipient an suocessfully complete an authorized exercise either by attending or conducting that exercise. Training Deliverable: SAW to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the aotual cost of successfully completing a training course listed on the Department of Homeland Security (DHS) approved course catalog. For non-DHS approved courses the Sub -Recipient shall obtain advance FDEM approval using the Non-TED form by contacting their grant manager. The OHS course catalog Is available online at: http://tralning,fema.gove For the purposes of this Agreement, any training course listed on the DHS approved course catalog qualifies as an authorized •course. The Sub -Recipient can successfully complete an authorized course either by attending or conducting that course, Equipment Deliverable; Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub-Reolpient for the actual cost of purchasing an item identified In the approved project funding template end budget of this agreement and listed on the DHS Authorized Equipment List (AEL), For the purpoees of this Agreement, any item listed on the AEL qualifies as an authorized Item. The 21 allowable prevention, protection, mitigation, response, and recovery equipment categories and equipment standards for HSOP are listed on the web -based version of the Authorized Equipment List (AEL) on the Lessons Learned information System at http://www.fema.gov/autharlzed-equipment-list. In addition, agencies will be responsible for obtaining and maintaining all necessary certifications and licenses for the requested equipment. 61 Management lw#slivermbie. Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost for Management and Administration (M&A) activities. Costs for allowable Items will he reimbursed if incurred and completed within the period of porlorinenoe, in accordance with the Budget and Scope of Work, Attachments A and 0 of this agreement. [Remainder of page Intentionally loft blank] 62 ATTACHMENT D Program Statutes and Regulations 1) Age Discrimination Ant of 1975 42 U.S.C. § 0101 et seq. 2) Americans with Disabilities Act of 1990 42 U.S,C, § 12101-12213 3) Chapter 473, or § tutes 4) Chapter 216, E,!a statiAtes, 5) Chapter 262,13,sgutas. 6) Title VI of the Civil Rights Act of 1964 42 U.S.G. § 2000 et seq. 7) Title VIII of the Civil Rights Acts of 1968 42 U.S.C. § 3001 et seq. 8) Copyright nonce 17 U,S,C. §§ 401 or 402 9) Assurances, Administrative Requirements, Cost Principles, representations and Certifications 2 C.F,R, Part 200 10) Debarment and Suspension f„xxoutive Orders 12549 .and 12089 11) Drug Free Workplace Mt of 1988 41 U,S.C. § 701 et seq. 12) Duplication of Benefits 2 G.F.R. Part 200, Subpart E 13) Energy Policy and Conservation Act 42 U.S.C. § 6201 et seq. 14) False Claims Act and Program Fraud Civil Remedlee 31 U.S.C. § 37204733 also 31 U.S.C. § 3801.3812 1 5) Fly America Act of 1974 49 U.S.C.§ 41102 also 49 U,S,O, § 40118 16) Motel and Motel Fire Safety Aot of 1990 16 U.S.C. § 2225a 17) Lobbying Prohibitions 31 U.S,C. § 1352 18) Patents and Intellectual Property Rights 35 U.S.C. § 200 et seq. 19) Procurement of Recovered Materials section .e002 of Solid Waste Disposal Mt 20) Terrorist Financing Executive Order 13224 21) Title IX atria Education Amendments of 1972 (Equal Opportunity In Education Aot) 20 U.S.C. § 1681 et seq. 22) Trafficking Victims Protection Rot of 2000.22 U.S.C. § 7104 23) Rehabilitation Act of 1973 8eotIon 504, 29 U.S.C. § 794 24) USA Patriot Act of 2001 18 U.S.C. § 176.172c 25:) Whiatieblower Protection Act 10 U.S,C. § 2409, 41 MC. § 4712, and 10'U.8.0, § 2324, 41 U.8,0, § 4304 and § 4310 20) 63 Federal Register 8034 27) Rule Chapters 27P-6, 27P-11, and 27P-19, Florida Administrative Code 0 ATTACHMENT E JUSTIFICATION OP ADVANCE PAYMENT SUB -RECIPIENT: If you are requesting an advance, indicate same by c hecldng the box below. ...w:,,,_.... . .. [ ) ADVANCE REQUESTED (Maximum request amount may not exceed fifty percent) Advance payment of $ Is requested, Balance of payments will be made on a reimbursement basis. This advauoe will be used au equiprncuat speetne projects within the budget of the agreement. We would not be able to operate the without this advance. If you are requesting an advance, complete the following chart etttl line Item justifir tlo ESTIMATED EXPANSES I N"iTgM JUSTIFICATION (For each line item, provide a detailed justification explaining the need for the cash advance. The justification must include supporting documentation that clearly shows the advance wig be expended within the first ninety (90) days of the contract term. Support documentation should include but is not limited to the following: quotes for purchases, delivery timelines, salary and expense projections, etc. to provide the Division reasonable and necessary support that the advance will be expended within the first ninety (90) days of the contract term unless an EHP Is required, Any advance funds not expended within the first ninety (80) days of the contract term shall be returned to the Division Cashier, 2658 Shun ird Oak Boulevard, Tallahassee, Florida 32309, within thirty (30) days of receipt, along with any interest earned on the advance) *REQUESTS FOR ADVANCE PAYMENTS WILL BE CONSIDERED ON A CASE BY CASE BASIS'` °WV MUST BE COMPLETED AND APPROVED BY FEMA PRIOR TO ADVANCE." Signature of Sub»fteulpient Name and Title of Sub.Reciptent 64 Date; ATTACHMENT F WARRANTIES AND REPRESENTATIONS Financial Managereent The Sub -Recipient's finencial management system must comply with 2 C.F.R. §200.802. PrINWINTY).19, Any procurement undertaken with funds authorized by this Agreement must comply with the requirements of 2 O.E.R. §200, Part D—Post Federal Award Requirements —Procurement Standards (2 OAR, §§200.310 through 200.327), POPess Hquq, The Sub.Reolpient shall have Its offices open for business, with the entrance door open to the public, and atleast one employee on sit% from: licensing and Permitting All subcontraotors or employees hired by the Sub-Reolpient shall have aft ourrent licenses and permits required for the particular work for which they are hired by the Sub -Recipient, 65 ATTACHMENT Q CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Subcontractor Covered Transactions The prospective subcontractor, , of the Sub -Recipient certifies, by submission of this document, that neither it, its principals, nor Its affiliates are presently debarred, suspended, proposed for debarment, declared Ineligible, voluntarily excluded, or disqualified from psrt1cipation In this transaction by any Federal department or agency. SUB -CONTRACTOR: By: ,. $Ignature Name and Title Street Address City, State, Zip Date. Sub,Recipient's Name tract Number DNS Cruet Awd Number 66 ATTACHMENT H STATEMENT OF ASSURANCES All of the instructions, •guidance, limitations, and other conclitiona set forth in the Notioe of Funding Opportunity (NOR)) for this program are incorporated here by reference In the terms and conditions of your award, All Sub-Reciptents must comply with any such requirements set forth In the program NOFO. All Sub -Recipients who receive 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 soknell, All Sub-RecIplents must acknowledge their use of federal funding when issuing statements, press releases, requests for propoeals, bid Invitations, and other documents describing projects or programs funded in whole or in part with Federal funds. Any cost allocable to a particular Federal award provided for in 2 C.F.R, Part 200, Subpart E may not be charged to other Federal awards to overcome fund deficiencies, to avoid restrictions imposed by Federal statutee, regulations, or terms and conditions of the Federal awards, or for other reasons. However, this prohibition would not preclude a Sub-Reciplent from shifting costs that are allowable under two or more Federal awards in accordance with existing Federal statutes, regulations, or the terms and oonditions of the Federal award. SubaRedplents are required to comply with the requirements set forth In the govemmenawide 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 whloti Incorporated here by reference In the terms and conditions of your award.. Alt Sub-RecIplents must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, Information, facilities, and staff, 1. Sub-RecIplent must cooperate with any compliance review or compliant investigation conducted by the State Administrative Agency or DHS. 2. Sub-Reciplent will give the State Administrative Agency, DHS or through any authorized representative, access to and the right to eXani110 and copy, records, accounts, and other documents and sources of Information related to the federal financial assistance award and permit aocess to felonies, personnel, and other individuals and Information as may be necessary, as required by OHS regulations and other applicable laws or program guidance. 3. Sub-Redplent must submit timely, complete, and accurate reports to the FDEM and maintain appropriate backup documentation to support the reports. Sub -Recipients must also comply with ail other special reporting, data colleotton and evaluation requirements, as prescribed by law or detailed In program guidance, 4. Sub-Reelpient will acknowledge their We of federal funding when Issuing statements, press releases, requests for proposals, bid Invitations, and other documents describing projects or programs funded in whole or In part with Federal funds. 5. Sub-Reciplent who receives awards made under programs that provide emergency communications equipment and its related activates must comply with SAFECOM Guidance for Emergency Communications Grants, Including provisions on technical standards that ensure and enhance interoperable communications. 6. When original or replacement equipment acquired under this award by the Sub-Reolplent Is no longer needed for the original project or program or for other activities currently or previously 67 supported by DHS/FEMA, you must request instructions from FDEM to make proper disposition of the equipment pursuant to 2 C.F.R. Section 200.313. 7. DHS/FEMA funded activfiee that may require an EHP review are subject to FEMA'% Environmental Planning and Historic Preservation (EHP) review process. This review does not address all federal, state, and local requirements. Acceptance of federal funding requires recipient to comply with ail federal, state, and local laws. Failure to obtain ail appropriate federal, state, and local environmental permits and clearances may jeopardize federal funding. If ground disturbing activities occur during construction, applicant will monitor ground disturbance, and if any potential archeological resources are discovered, applicant will Immediately cease work In that area and notify the pass -through entity, If applicable, and DHS/FEMA. 8. Sub -Recipients are required to comply with the Sulid America, Buy America Act (SABAA), which wee enacted as part of the Infrastructure investment and Jobs Act Sections 7p901 7 i.« 27, Pub. L. No. 117.58 (2021); and Executive drier 14006, Ensuring the Future is Made in All of America by All of America's Workers. 9. Sub -Recipient will comply with the applicable provisions of the following laws end policies prohibiting discrimination: a. Title VI of the Civil Rights Act of 1964, as amended, which prohibits discrimination based an race, color, or national origin (Including limited English proficiency). b. Section 504 of the Rehabilitation Act of 1973, as amended, which prohiblts discrimination based on disability. c. Title IX of the Education Amendments Act of 1972, as amended, which prohibits discrimination based on sex In education programs or activities. d. Age Discrimination Aot of 1976, which prohibits discrimination based on age. e. U.8, Department of Homeland Security regulation 8 C.P.A. Part 19, which prohibits discrimination based on religion in social service programs. [Remainder of pogo Intentionally left blank] 68 ATTACHMENT I MANDATORY CONTRACT PROVISIONS Provisions: Any contract or subcontract funded by this Agreement must contain the applicable provisions outlined in Appendix II to 2. O.F.R. Part 200, It la the responsibility of the sub.reciplent to include the required provisions, The following is a list of sample provisions from Appendix II to 2 C.F,R, Pert 200 that me be required:1 Appendix II to Part 200—Contract Provisions for Non.Federal Entity Contracts Under Federal Awards In addition to other provisions required by the Federel agency or non -Federal entity, all contracts rneee by the non -Federal entity under the Fedorat award must contain provisions (lowing the following, as appliceble. (A) Contracts for more than the simplified acquisition threshold, which is the inflation equated amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1906, must address administrative, contractual, or legal remedies In instances whore contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate, (B) All contracts in excess of $10,000 must address termination for cause and for convenience by the non -Federal entity including the manner by which It will be affected and the baste for settlement. (C) Equal Employment Opportunity. Except as otherwise provided under 41 OFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 OFR 60-1,4(4 In accordance with Executive Order 11246, °Equal Employment Opportunity' (30 FR 12319, 12936, 3 CPR Part, 1964.1966 Comp., p, 339), as amended by Executive Order 11376, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations et 41 OFR part 60, °Office of Federal Contraot Compliance Programs, Equal Employment Opportunity, Department of Labor," (D) Davie.13acon Act, as amended (40 U.S.C. $141-3148), When required by Federal program legislation, all prime construotlon contracts In exoess of $2,000 awarded by non.Federal entitles must include a proviston for complianoe with the Davls-Bacon Act (40 U$.0, 3141.3144, and 3146.3148) as supplemented by Department of Labor regulations (29 CFR Part 6, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In acoordance with the statute, contractors must be required to pay wages to laborers and mechanic at a rate not less than the prevailing wu ties speolfied In a wage determination made by the Secretary of Labor, In addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the ourrent prevailing wage determination Issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also Include a provision for compliance with the Copeland "Anteleickback" Act (40 U.S.C. 3146), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontraotors on Public Building or Public Work Financed In Whole or In Part by Loans or Grants from the United States"). The Act provides that each oontreotor or Sub.reclpient must be prohibiter! from Induoing, by any means, any person employed In the construction, completion, or repair of public work, to give up any part of the compensation to which he or she be otherwise entitled. The non. Federal entity muut report all suspected or reported violations to the Fedoral awarding agency. (E) Contraot Work Howe and Safety Standards Aot (40 U.8.0, 37014708), Where applicable, all contraots awarded by the non -Federal entity In excess of $100,000 that involve the employment of mechanics or laborers must Include .a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 OFR Part 6). tender 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic, and laborer on the basis of a ye* 1 For example, the Davis -Bacon Ant is not applicable to other FEMA grant and cooperative agreement programs, including the Public Assistance Program or Hazard Mitigation Grant Program; however, sub - recipient may include the provision in its subcontracts. 69 standard work week of 40 hours, Work in excess of the standard work week Is permissible provided that the worker is compensated at a rate of not lass than one and a half times the basic rate of pay for all hours worked in excess of 40 hours In the work week. The requirements of 40 U,S.C. § 3704 are applicable to construction work and provide that no laborer or meohanic must be required to work In surroundings or under working conditions whloh are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contraote for transportation or transmission of Intelligence, (F) Rights to inventions Made Under a Contract or Agreement, }f the Federal award meets the definition of "funding agreement" under 37 OFR § 401,2 (a) and the recipient or Subnrec1plent wishes to enter into a contract with a small bueiness firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or Sub -recipient must comply with the requirements of 37 CFR Part 401, °Rights to Inventions Made by Nonprofit organizations and Small Business Firms Under Gavemment Grants, Contracts And Cooperative Agreements," and any implementing regulations issued by the awarding agency. (G) Clean Air Act (42 U,8,C, §§ T401-7871q.) and the Federal Water Pollution Control Act (33 U.S.C. 1261.1387), es amended -Contracts and subc}rants of amounts In excess of $150,000 must contain a provision that requires the nonfederal award to agree to comply with all applicable standards, carders or regulations Issued pursuant to the Clean Air Act (42 U3.S.C. §§ 7401-7671q) and the Federal Water Pollution oontro.I Aot as amended (33 U.S.O. §§ 1261-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). (I -I) Debarment and Suspension (Executive Orders 12549 and 12689)-A contract award (see 2 OFR § 180,220) must not be made to parties listed on the governmentwlde Excluded Porkies List System in the System for Award: Management (SAM), In accordance with the OMB guidelines at 2 CFR 180 that implement t xeoutive Orders 12649 (3 CFR Part 1988 Comp., p. 189) and 12689 (3 CFR Part 1989 Comp p. 236), "Debarment and Suspension." The Excluded Parties List System in SAM contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12649. (I) Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352)—Contractore that apply or bid for an award of $100,000 or more must file the required certifloatlon. Each tier certifies to the tier above that It will not and has riot used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any :agency, a member of Congress, officer or employee of Congress, ar an employee of a member of Congress In connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1362. Each tlor must also disclose any lobbying with non -Federal funds that takes place in connection with attaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. (J) See § 200.323 Procurement of recovered materials, (K) See §200.216 Prohibition on certain telecommunication and video surveillance services ar equipment. (L) See §200.322 Comestio preferences for procurements (Appendix 17 to Part 200, Revised Ef 1 X/.l2/2020). .Please note that the sub -recipient alone is responsible for ensuring that all language included in its contracts meets the requirements of 2 CAR, a 200,327 and 2 C.F.R. Part 200, Appendix Li, 70 ATTACHMENT J FINANCIAL AND PROGRAM MONITORING GUIDELINES Florida has enhanced state artd local capability and capacity to prevent, prepare and respond to terrorist threats since 1999 through various funding sources Including federal grant funds. The Florida Division of Emergency Management (FDEM) has a responsibility to track and monitor the status of grant activity and Items purchased to ensure compliance with applicable Homeland Security Grant Program (HSGP) grant guidance and statutory regulations. The monitoring moose is designed to assess a Sub -Recipient agency's compliance with applicable state and federal guidelines. Monitoring is accomplished utilizing various methods including desk monitoring and on -site visits. There are two primary areas reviewed during monitoring activities = financial and programmatic monitoring. Financlat monitoring primarily focuses on statutory and regulatory compliance with administrative grant requirements, It involves the review of records associated with the purchase and disposition of property, projects and contracts. Programmatfo monitoring seeks to validate and assist In the grant progress, targeting Issues that may be hindering project goals and ensuring compliance with the purpose of the grant and overall grant program. Programmatlo monitoring involves the observation of equipment purchased, protocols and other associated records. Varloue levels of financial and programmatic review may be accomplished during the monitoring process. MonitorjneeSelectlrn end etts l}iltnm, Each year the FDEM will oonduot monitoring based on a "Risk Assessment'. The risk assessment tool Is used to help in determining' the priority of Sub -Recipients that ahould be reviewed and the level of monitoring that should be performed. It Is Important to note thatalthough a given grant may be closed, it Is still aubjeot to either desk or on -site monitoring for a five (5) year period following closure. , r as thj t will be e!SafMried )gclude; • Management and administrative procedures; • Grant folder maintenance; • Equipment accountability and sub -hand receipt procedures; • Program for obsolescence; • Status of equipment purchases; • Status of training for purchased equipment; • Status and number of response tr finings conducted to Inciud*t% number trained; • Status and number of exercises; • Status of planning activity; • .. Anticipated projected completion; • Difficulties encountered in completing projects; • Agency NIMS/ICS compliance elocumentatlon.; • Equal Employment Opportunity (EEO Status); • Procurement Policy FDEM may request additional monitoring/Information of the activity, or lack thereof, generates questions. from the region, the sponaoring agency or FDEM leadership. The method of gathering this Information will be determined on a case -by -case basis. Mgnitorinq.J ctiej. e• Desk reviews and site visits are two forms of monitoring. Desk monitoring 1Gthe review of projects, financial activity and technical assistance between FDEM and the applicant via e.mall and telephone. On -site monitoring are actual visits to the Sub-Reolplent agencies by Division representatives who examines records, procedures and equipment. Desk monitoring Is an on -going process. Sub -Recipients will be required to participate in desk top monitoring as determined by FDEM. This contact will provide an opportunity to identify the need for 71 technioal assistance (TA) and/or a alto visit if FDEM deterntlnea that a Sub-Reolpient Is having difficulty completing their proJeot. As dlfficultles/deficiencrlee are: identified, the respoollve region or sponsoring agency will be notified by the program office via email. information will Include the grant Sub-Reoipient egenoy mama, year and project description and the nature of the 1seue In question, Many of The issues that arise may be resolved at the .legionsl ar sponsoring agency level, israuee that require further TA will be refen'ed to FDEM for assistance, Examples of TA inolurie but are net limited to: • Equipment selection or available vendors • Eligibility of items or services • ceor flnatIan and partnership with other ai encle$ within esr outside the region ar dlsofpllne • Record ICeeping • Reporting Requirements • Documentation in support of a Request for Reimbursement On -site monitoring will be conducted by FDEM or designated personnel. On -site monitoring visits will be sc;heclUIed in advance with the Sub -Recipient agency POO deatgnaiad In the grant agreement, FDEM will also conduct coordinated financial and grant file monitoring, Subject matter experts from other agencies within the region or state may be called upon to assist In the form of a peer review BO needed, OlS o rt . P tocol Oreeite monitoring visits will begin with those grantees that are currently spending or have completed spending far that federal fiscal year (FFY). Site visits may be combined when ge ographloeliy corwerrtent. There Is a finarrcial/.iyrograr:nniatio On -site monitoring checklist to aselet In the completion of ail required taeka, pttp Visit Exppantatm A ietter wlil be sent to the auteReolpient agency Point of Contact (PPQC) outlining the date, time and purpose of the site vtalt before the planned anivet date, The appointment ohouid be confirmed with the grantee In writing (email is acceptable) and documented in the grantee folder. The physical location of arty equipment located at an alternate a .e should he confirmed with a representative from that location and the address should be documented to the gnantee folder before the eke Welt, pq"$site morlitoOrm Vjgit Once FDEM personnel have arrived at the elta, en orfentatton aonfere nca will be conduoted. During this time, the purpose of the alto visit anti the items FDEM intends to examine will be identified. All objectives of the the visit will be e3xpleined during this time FDEM personnel will review all tllee and supporting documentation. Once the supporting documentation fee been reviewed, a tour/visual/spot inspection of equipment will be conducted, Each Item selected for review should be visually lnspeeted whenever possible. Digger Items (computers, response vehicles, etc.) should have an asset decal (Information/aerial number) pieced In a prominent toeatfon on each pleoe of equipment as per Subeleolpient ageenoy requirements., The serial number should correspond with the appropriate receipt to confirm purohaee, Photographs should be taken of the equipment (levee capital expenditures In excess of $1,0O0, per Item), if an Item Is not available (being used during time of the site vtalt), the appropriate documentation must be provided to aeon unt for that particular piece of equipment, Other programmatic issues on be discuese d at tie time, such as missing quarterly reports, payment voucher/reimbursement, equipment, questions, etc, 72 Eadjaimitgriggyjejt FDEM personnel will review the On -site monitoring worksheets and backup documentation as a team and discuss the events of the On -site monitoring. Within Forty -Five (45) calendar days of the site visit, a post monitoring letter will be generated and sent to the grantee explaining any issues and corrective actions required or commendations, Should Issues or findings be Identified, a noncompliance letter to that effect will be generated and sent to the Sub-Reciplent The Sub -Recipient will submit a Corrective Action Plan within a timeframe as determined by FDEM, Noncompliance on behalf of stil4rantees le resolved by management under the terms of the Sub -Grant Agreement The On -site monitoring report and all back up documentation will then bo included in the Sub - Recipient's file, Reat,grIng Responsibilities vatexaw votItlir Sub -Recipients who are pass -through entitles are responsible for monitoring their Sub -Recipients 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 Sub -Recipient as neoeasary 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, OubAecipient responsibilities also include but are not limited to: accounting of receipts and expenditures, cash management, maintaining adequate financial records, reporting and refunding expenditures disallowed by audits, monitoring if eating as a pass -through entity, 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. /Remainder of pago intentionally loft blankl 73 ATTACHMENT EHP GUIDELINES ENVIRONMENTAL PLANNING & HISTORIC PRESERVATION (EHP) COMPLIANCE GUIDELINES The following types of projects are to be Submitted to FEMA for compliance review under Federal Environmental Planning and Historic Preservation (EHP) laws and requirements prior to Initiation of the project: New Construction, installation and Renovation, including but not limited to: o Emergency Operation Centers o Security -Guard facilities o Equipment buildings (such as those accompanying communication towers) o Waterside Structures (such es dock houses, piers, etc,/ • Placing a repeater.and/or other equipment on an existing tower • Renovation of and modification to buildings and structures that are SO years old or older • Any other construction or renovation efforts that ohangs or expand the footprint of a facility or structure including security enhancements to improve perimeter security • Physical Security Enhancements, including but not limited to: o Ughtinog • Fanclog .Cipsed-circult television (CCTV) systems o Motion detection systems • Barriers,. doors, gates and related security enhancements In addition, the erection okommunications towers that are included in aludsdiction's Interoperable communications plan le. allowed, Subject toall applicable laws, regulations, and licensing provisions, Communication tower projects must be submitted to FEMA for EHP •review. EHP SCREENING FORM 81113NIISSION For projects.requiring EHP review, the Sub -Recipient must submit the EHP Screening Form to the State Administrative Agency (SAA) for review Prior tb funds being expended,: The SAA Point of Contact for EI-IP review is: • Filicia)?innock Bureau of Preparedness —19omestic Security ags Shurnarct Oak Boulevard yallehasSee, Florida 3239941K Telephone: 850-Q1,4343, Eglida,PinnoCkeem.myfloricia.com IL. The SAA TVG will forward EHP Screening- Forme to DHS/FEMA for review and apprtwal, III. Sub4leclpient's must receive written approval from the'SAA pdpr to the use of grant hinds for project implementation, THE PROJECT MAY NOT BEGIN UNTIL FINAL FEMA APPROVAL IS RECEIVED, 74. ATTACHMENT L REIMBURSEMENT CHECKLIST P .ANNING 'l, moss the amount billed by oonsuitant add up correctly? 2. Has all appropriate documentation to denote hours worked been 'needy signed? El 3. Have copies of ail planning materials and work pruduot (e,g, meeting documents, copies of plans) been lnolucted? (Note w If a meeting wae held by Sub -Recipient or contractor/consultant of Sub - Recipient, an agenda and slgnup sheet with meeting date 4. Has the zero dollar invoice and signed from the conaultanticontraotor been Include? Ej 6. Has proof of payment been Included? Canceled check, bank statement or transaction history (Showing the transaction wa processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Card Ststemeht & payment to erodlt card company for that statement 6. Has Attachment 0 (found within Agreement with FDEM) been completed for this contractor/consultant and Included in the reimbursement package? It % Has proof of purehase methodology bean included? Please see Form g of Reporting Forms or Pwohastng Basloe Attachment If further alertly le needed. Sole Source (approved by FDEM for purchases exceeding $26,00Q) State Contract (page showing oontract #, price list) Competitive bid results (e.g. Quotewli e, bid tabulation page) tors_ Note th e.,# e o I er Caugglzaflonl El 1. la the course DHS approved? 2. is there a course or catalog number? 3. If not, has FDEM approved the non-RHS training? 4, Have $Ign-in, sheets, Rosters and Agenda been provided? 6, if billing for overtime and/or backflll, has documentation been provided that hats attendee names, department, # of hours spent at training, hourly rate and total amount paid to each attendee? ....... lieve documentation from entity's financial system boon provided as proof attendees were. paid? For backtill, has a clear dellneatlon/cross reference been provided showing who was backfiiling who? 6. Have the names on the sign.. n sheets been cross-referenced with the names of the Individuaia for whom training reimbursement costs are being sought? 1, Have any expenditures occurred in support of the training such as printing costs, costs related to administering the training, planning, scheduling, faollltiea, materials and supplies, reproduction of materials, and equipment? if eo, receipts and proof of payment must be submitted. 75 0 0 0 Canceled check, bank statement or transaction history (Showing the transaction was proees:sed by the bank) Electronic, Funds Transfer (EFT) Confirmation Credit Card Statement el payment to aredit card company for that statement . Has proof of purchase methodology been Included? Please see Form d of Reporting Forms or Purchasing Basis Attachment If further clarity is needed SON) Source (approved by FDEM for purchases exceeding 825,000) w State Contract (page showing contract #, price list) Competitive bid results (e.g. Quotewire, bid tabulation page) 1. Has documentation been provided on the purposelobjectives of the exercise? Situation Manual Exercise Plan 2. If exercise has been conducted are the following Included After aat(on report Sign•in sheets Agenda Resters S. If billing for overtime and backfll, has a spre +sheet been provided that Oste attendee names, department, # of hours spent at exercise, hourly rate and total paid to each attendee? Have documentation from entity's financial system been provided to prove attendees were paid? For backf ll, has a dear delineatton/aross reference been provided showing who was backfllling who? 4. Have the names an the sign -In sheets been Gross -referenced with the names of the Individuals for whom exercise reimbursement costs are being _sought? 5. Have any expenditures occurred on supplies (e.g., copying paper, gloves, tape, etc) in support of the exercise? if so, receipts and proof of payment must be Inouded, Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Card ,Statement & payment to credit card company for that statement 6. Have any expenditures occurred an rental of apace/locations for exercises planning and conduct, exercise signs, badges, eto.? g so, receipts and proof of payment must be Included. Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Card Staternent & paymentto credo card company for that statement 7. Has proof of purchase methodology been included? Please see Form b of Reporting Fonns or Purchasing Basics Attachment if further clarity is needed. Sole Source (approved by FDEM for purchases exceeding $25,000) „ W State Contract (page showing contract #, price Het) Competitive bid results (e.g. Quotewire, bid tabulation page) EQUIPMENT, 0 EJ 1. Has the zero dollar Invoice and etgrted from the conaultant/contrtctor been Include? 2, Has an AEL # been Identified for each purchase? 76 0 D C� 0 3, if service/warranty expenses are listed, are they only for the performance period of the grant? 4. Has proof of payment been included? Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confirmation credit Card Statement & payment to credit card company for that statement 6. IfEHP form needed, has a copy of the approval DHS been included? 6, Has proof of purchase methodology been Included? Please sea Form 6 of Reporting Forme or Purohasrng Beaks Alteolonent l! further clarity la needed. Sole Source (approved by FDEM for purchases exceeding $26,000) State Contract (pege showing contract #, price Ilet) Competitive bid results (e.g. Quotewlre, bid tabulation p ) ]tiF,SReN.Cir'$ 0 1. Have all receipts been turned in, Itemized and do the dates on the reoelpte match travel dates? Airplane receipts Proof of mileage (Googte or Yahoo map printout or mileage log) ToU and/or Parking receipts Hotel receipts (is there a zero balance?) Car rental receipts Registration fee receipts .. , .. M Note: Make sure that meats paid for by conference are not inoluded in per diem amount 0 0 2. If travel Is a conference has the conference agenda been Indud f? S. Has proof of payment to traveler been Included? Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank Elecironie Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for Mel atatemer►t Copy of paycheck if reimbursed through payroll 44f.ARy'P< 1Tf'KQN$ 1. Has a sIanad timesheet by employee and supervisor been Included? Timeeheei must certify the hours and Information presented as true and correct. 2. Has proof for tirne worked by the employee been inoluded? Is time period summary included? Statement of Earnings Copy of Peyroti Check Payroll Register For fusion center analysts, have the certification documents been provided to the SAA to demonstrate compliance with training and experience. standards? PRGAN1ZA71P1tf 0 1, If billing for overtlms and backfiti, has a spreadsheet bean provided that lisle attendee names, department, # of hours spent at exerelse, hourly rate and total paid to each attendee? Have documentation from entlty'a financial system been provided to prove attendees were paid? For bacldill, I10 a clear delineation/cry reference been provided showing who was backfllling who? 77 0 0 0 0 0 0 El 1. Have all relevant forms been completed and included with each request for reimbureement (including Daily Activity Reports for °PSG)? 2. Have the costs Incurred been charged to the appropriate POEM category? 3. Dose the total on all Forms submitted match? 4. Do all quotes and Invoices from the seleoted vendor provide a legible signature from vendor? 5, Do all paid invoices show a $0.00 balance? 6. Has Relmbtevement Form been signed by the Grant Manager and Financial Meer? 7, Haa the reimbursement package been entered into Sub -Recipients records/spreadsheet? 0. Have the quantity and unit cost been notated on Reimbursement Budget Breakdown? 9. If this purohase was made via Sole Source, have you included the approved Bole Source documentation and justification? 10.. Do an of your vendors have a current W4) (Taxpayer Identification) on fie? 11. Has the Attachment G (found within Agreement with FDEM) or proof of $AM.gov registration been provided for the contradors/consultants with the reimbursement package. Please not*: FDEM memos the right to update this checklist throughout the ale of the grant to ensure compliance with applicable federal and state rules and regulations. 78 FY 2022 Budget -Miami -Ft. Lauderdale UASt .«n ,^V: . .4 ... ..3. . a.fm.,. ',,R. ,i. '..,w $, M. t .. . Yi a t�(� .,_ 7 ;u.{r.M.'-"�v,. „ :. :. .: �92u1 :n w: :. ..:, '1., r Cro r.,.s_ rS ..\.fu �. ., .N!idG »m. "#, .n} .>•e} .;.Y a. :.��,, a, •, riJrYk. ��.(r..arh....3a a mn P v7� F «.. ,w. ., ,.� .. ,Yv do ni »4,�.u,.,C,°eo`�:w.:rSzw�J�sd 1. ,< ..... . .:, ^.fi.._.. n: ;::. N,�'V „�:,. ... sb S5>kf.,. '1:'' � t .. v. .,_ �.r k wd .. 4:' „a��..�`r�Yt.��:.b���. n .r .. ,. :,. q...... � ?Y ..}�+,wJ �. .,. 0 N: �.,, ,t,�„edrar �±�n.'�..,6 ...:..,. .. T'a � 5�.,:,x@:, k' ^ .y ,.. r.�$: d ,... - 1kp ,.,. o� .,:... �� i :t.� S .4 .�x`l �,"i1ki '+al,raY,- tz, :P .: � .:'e .. Y'.'^.4 [�#uF 4. « ., ,., t.. `. �r Aea y�ry >'k (' ..•: �1 ] se<f, 1 r. r. .. �:�'',ni .. �F r.Detalled',likm:fl n: r. , escrapc(o :�` z, W S 1 y �, � :�, f .,E�. "},-Ji".,., x 4.:�'�..tl<a.",o: £� a.,ii tl.. C. 1.. �'.. + t ,r.�.i 'C�:'k ra�.�f sR ,,n.. �;H,;vd„ rn ., M �:..i?Y.. ...F., .. y. ^r^ ��nau .'. , .;,., A#,: .� 1S`A,•.a. ��._, , :.;.:J. �£ , :,. '? G,.,Y �.. �). ,r, s r. s ,; x a,..u. r'. 1 ,-:. ., �,7e: ��a ., .;' ;r+dry, it a EFIP f a a H n r�� , ,� k, .y°lyEeJ�. : M"h Y ., :x .. '� �: :Y' r,. �.� r �... � t:� :,s', J ,. r.� :n „x ..e.: > .. ... ,.,:. a.. 'iy, m �" ,� �u4r a., lYn$LA#t{„visa �, +n ,:. �"u a �,m .a t. 5 -d . s,.�f' 1 xnW;.J ...,. kY P ....,t«a.sl. .s , «... ... .. ....... .,;' w l S /r ,- '- 4 re ,p!~• ayt` - ro .. ,: „J as .8 fr.,,H '. J ,: V. ,} C.. u.. ,)+,,. I I ;1.. .�',. ..o.M.. t<_...M o-,e:r BEMA Planning Emergency Management 2022-06A Emergency Management Planner and Logistics Capability Assessment Tool No 1 $164,325.00 $264,325.00 BEMA Planning All Disciplines 2022-05A Y Cybersecurity Assessment of Public Safety Infrastructure to include 921 system and radios No 1 $200,000.00 $200,000.00 BSO Training Emergency Management 2022-06B BSO PTE - CEMP/COOP%COG - National Homeland Security Conference No 1 $50,325.00 $50,325.00 B50 Equipment Emergency Management 2022-07A Sheriffs EOCSustainmentand Enhancements 04II14-0I-INHW 27GN-00-OCEQ 044P-05-CDSS 131T-00-.ALRT 04.4P-01-CADS 04MD-02-PROJ 06CC-0J-CELL. 2IGN-00-CNST 2JGN-00-MAIN 06CC-03-SAT13 27GN-00-SIUP 2IGN-00-L•VST 04MD-03-DISP 06CP-05-YCON I4S1Y-01-PACS I4CI--00-COOP 07,SE-03-ENVS 06CC-02-DSAO Yes 1 $60,000.00 $60,000.00 B50 Planning Emergency Management 2022-076 Emergency Management Technical Support Specialist No 1 $100000.00 $100,000.00 BSO Training All Disciplines 2022-058 y CybersecurityAwarenessTraining for 850 Personnel No 1 $60,000.00 $60,000.00 B50 Equipment Law Enforcement 2022-03A B50SWAT SUAS 030E-07-5UAS No 4 $15,000.00 $60,000.00 850 Equipment Law Enforcement 2022-038 Y EOD 2nd Line Tool Kit (Hand Tools) 02EX-00-TLRO No 1 $9,000.00 $9,000.00 B50 Equipment Low Enforcement 2022-03C Y EOD Fiber Scope Kit 02EX-00-KTFO No 1 $25,000.00 $25,000.00 Coral Gables Planning Emergency Management2022-06C EM Planner Position Na 1 $100,000.00 $100,000.00 r, ,, � ,, �M- , �r v :, Mi'$, :. .. , jJJ; ,e,?. ..-, . ,... :- . ,�^N ..,, ,:.,C r, -, .p.: ,.., ,. ,fi fl`>M1 .. w� M a 1� ..�+. F y .... ,. b v n b >,, �„, ? 3i,. �1n d :4t � �S , ��..?:,�g�', '�"f±a�i . .>� � wv<a;.�. :. ,. , .�, < ,r.,, ;a. + x : �,>. � � S�;,. Fp Ap Irk 7. ,o.+. : .. .� F b ,. . S . ,l.,. �.�' i .. `,�,:.:>•w".�'�i"'rt�; .,'^�'. ,, '}"''. r.. .. �. rn +. n,.. ,,,. , r ,. „ri. i . � i�.. Ts,. i14_"�"�,,� .;Yrii,.E7'rC�im Lin ILo , .,. 1,.,. ,. ..,ri3'M1 .. r'>`t ,,.. '�� � 4, �. r �f Y6' dy "n�;'u,�wuz~`.�,�`i'a'`,, 'FS.,., ., nrr .�.a. ... t•. . k. � . o) .,, xs,,.{kes. ,. u. Y. L.., A Ph ,.,. � � . , �' r. $. ..s � � . n .,'.. += rx, f > ., }.. 4 . , ;e pp �. d�R'b ,ii,... y , 4r, .Ti.Y^, N1f4�'.l)t;,�' * 'fietal n AUJi, `'"�t, P 3.1•Y�,':'...T"t {Y.,:. w+�� ! n: } .� F � F ,,jy' .r... I "�`l A' y.i Pi-.. �: D. b...' $e 5 it .F. r( !^�pl,t4 Y+�,; ..,rdr �'r���m�:�N �'U`�'�..,+ ,S, -:; �..i.1 `�:{''' ..�:., r �., ik: .t•,;d: ''C.rA'dirt.J,l.,- ., l., r �.. ,:✓.," . s .4 � P i2 :...,., .1 .:., v, �.,+d+hi ,N �... r �#., . . : ,.. , ri Av. n:$.,.r?',,, w, '[. ,., ,k �n. H; ih � .. ,i*j. �'rr W.1t . SIP; = e.r i „f„, fan++,, ru '4. ,.. k d.: ,�, o;ft ... . 4:S' y„F' S.e �v a . 5.s A. '+ y � C^,4" �i*, i.. Y�b'x4f -. 1'J !} '',LM '� �`F• .. �. a, k+, nrt�Osr r"�°r s>• I .,,:. ,le.�- <: w C .::.n.� ;: , s. a7�a4... .,,m��.. .. c wf � � 4 5519t :N.. L SYk' hD4 e:EinaI ' ocat� t N. ..v m!y ' P t t c, .'1 ��,f,;^.»;Wh., ._ G .s .._... Carat Gables Equipment Fire Rescue 2022-08A Maintenance/Sustainment/ Repair/Replacement for HSGP Purchased Equipment 21GN-00-MAIN 1 $48,755.00 $48,755.00 Coral Gables Training Fire Rescue 2022-06D Training and Exercise 1 $25,000.00 $25,000.00 Carat Springs Equipment All Disciplines 2022-13A Hazen Emergency Traffic Signals 08n2-01-TDCS 2 $35;000A0 $70,000.00 Coral Springs Equipment Law Enforcement 2022-02A Y Real Tine Crime Center - Edge Recorders with Licenses 04SN-01-XMIT No 4 $7500.00 $30,000.00 Coral Springs Equipment Ali Disciplines 2022-12A Multi Discipline Training Prop (Technical Rescue Teams) 21GN-00-CNST No 3 $120,000.00, $120,000.00 Coral Springs Equipment Law Enforcement 2022-030 Y Fixed Wing Drone 030E-07-SUAS No 1 $100,000.00 $100,000.00 Fort Lauderdale Equipment Emergency Management 2022-07C Ft Lauderdale EOC-Sustainment and Resiliency 21GN-00-OCEL., OECP-05-VCON, 21GN-00-INST 04HW-01-INHW 04AP-05-CDSS, 21GN-00-MAIN Na 1 $67,881.00 $67,881.00 Fort Lauderdale Equipment Law Enforcement 2022-03E Y Fixed License Plate Readers 030E 01 ALPR No 5 $20,000.00 $100,000.00 Fort Lauderdale Equipment Fire Rescue 2022-03F Y Harm& monitors 07C5-01-KAVC, 07C0-01-DPMG, 216N-00-MAIN Na 1 $71,650.00 $71,650.00 Fort Lauderdale Equipment Fire Rescue 2022-12B TRTStructural, Vehicle and Trench Equipment 035R02-TRIG O35R- 01-SHQR, 035R-02- TPHY No 1 $59,985.00 $69,985.00 Fort Lauderdale Equipment. EmergencySecurity Management 2022-01A Y EQC Facili Enhancements (CCTV) 1451N 01-VIDA, 21GN-00.)NSTand 21GN-00-CNST Yes 3 $45,000.00 $45,000.00 Hialeah Equipment Law Enforcement 2022-018 Y Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Hialeah Police Department the opportunity to install CCTV equipment in the area of soft targets and enhance our ability to deter and investigate terrorist activity.) 14SW-01-VIDA 04HW-OI-INHW 04MD-03-DISP 21GN-00-MAiN, 21GN-00-1NST Yes 21 $19,000.00 $399,000.00 2 *kit Hialeah 'Training All Disciplines 2022-06E PT&E: HazNlatcourses, Homeland Security Conference No 1 $41,000.00 $41,000.00 Hialeah Planning Law Enforcement 2022-03G Y LPRAnalyst Sustainment No 1 $62,000.00 $62,000.00 Hialeah Planning Emergency 2022-06F Management Emergency Management Planner No $110,000.00 $110,00aoo Hialeah Equipment Law Enforcement 2022-03H Y License Plate Reader System (LPRJ Fixed on poles 030E-02 ALPR, 21GN-00-INST, 21GN-00-CNST es 18 $23,035.00 $414,630.00 Hialeah Equipment Emergency Management 2022-07D EOC Enhancements to include monitor, software, servers, smart boards and installation of equipment. 216N-00-0CEQ,. 21GN-00-INST, 04HW-01-INHW, 04MD-03-DISP, 21GN-00-MAIN No 1 $191,000.00 $191,000.00 Hollywood Equipment All Disciplines 2022-05C Y Cybersecurity Equipment Hardware/Software 05NP-05-SIEM No 1 $243,497.00 $243,497.00 Hollywood Equipment Law Enforcement 2022-031 Portable License Plate Reader. System (LPR) 030E-01-ALPR, 21 GN-00-INST No 2 $45,000.00 $90,000<00 Key Biscayne Equipment Emergency Management 2022-10A Emergency Management Vehicle - Sprinter 1211E-00-SPEC 1 $44,840.00 $44,840.00 M&A Miami Miami Management and Administration Equipment Equipment All Disciplines All Disciplines Emergency Management 2022-17 2022-088 2022-07E M&A Maintenance/Sustainment/ Repair/Replacement for HSGP Purchased Equipment EM $138,000 EOC Enhancements/Maintenance/ Sustainment M&A 21GN-00-MAIN 21GN-00-0CEQ 14Ci-00-COOP 075E-03-ENVS 06CC-05-PRTY 06CC-02--DSAD 21GN-00-INS7, 04MD-03-DISP; 04HW-01-INHW No No Yes 1 1 $560,500.00 $129,734.00 $195,000.00 $560,500.00 $129,734.00 $195,000.00 Miami Equipment All Disciplines 2022- This project will continue services for a Metro -Ethernet line that provides fast network connectivity between the City`snetwork and the E911 backup center. 14C1-01-COOP No 1 $25,000.00 $25,000.00 ��it! f~'��.rsdf��4�1,Ft4 �f�i't lair U: Yr"a �1. in}t I.� i'�h s, i^iu;'��=kik���-�1 d�,R its[.' i ,^ mW _ r �� H� G �.t, tr�t{ �g}{, ill}& PhoneSustafnment (12 sustain a MCC-03-SMi73 No 1 $3Q 000.00 $30,000.00 Miami Planning Alt Disciplines 2022-O6G P,T & E. This project will support multi-dfscfpffnary projects for the City of Miami under the leadership ofMEM. Projectscope will involve afull scale exercise, revision of planning documents such as the CEMP/COOPjCOG and tminings that benefitterrorism- retested emergency management trainings Trainingswill Made 1C9, Marmot 160 and any other specialized courses needed due to staff attrition. Fire$41,628, EM $78,266, Police$71,258 No 3 $194152.00 $191,1$2.00 Miami Planning Emergency Management 04A CERT/Miami-Training and equip t equipment 1 $145,000.00 $145 000 00 a Miami Organization Fire Rescue 2022-01C Y Operational OTforspecial Events approved byFEMA; Fire$5,O00 No 1 $5,000.00 $5,000.00 Miami Equipment Law Enforcement 2022-028 Y Installation of Real Time Crime Center Dashboard with a5year maintenance plan 21GN-00-LNST 216N-00•MAINand 131T-00-INTL Yes 1 $500,000.00 $500,000.00 Miami Equipment Law Enforcement 2022-O3i y License Plate Reader5ystern (LPR) Fixed on poles 030 01 ALPR, 216N.00-INST 26 $ 000.00 $390,000.00 anti Planning Emergency Management 2022-06H Emergency Management Coordinator (12 months). This position will assist with the development/revision of citywide emergency management plans such as the CEMP, COG and COOP. No 1 $130,000.00 $13ti,00000 4 i • �;1 ■g� _ t 1. i S s If jj[� It .f} ,��t tx ¢ ',II �1yr p!£ f to in . Y C 'ii H tii �. iY I i �• f ti t— + _£ � „���tr ,�G3 t E 'i St G it a i r as . , a i`—y `'}'� -96• 1 I^tire': �` L L x.f trr[ r� .. hHlrr 1 �' 1,..'t t :' i �s . i'U y,Y t7li...d t x I I iA� ! •tlt i- [ F t�• i11 ir.•q'. s �`. IL >, , Miami Planning Emergency Management 2022-061 Emergency Management Planner Emergency (12 months). This position will assist with general planning responsibilities related to the implementation of the UASI grant program. No 3 $95,000.00 $95,000.00 Miami Planning Emergency Management 2022-OGl Equipment inventory Planner (12 months). This position will be responsible for resource management tracking and planning portion of the DIP pmcess No 1 $70,OII0.00 $70 000.00 Miami ur nt Equipment 4 Eire Rescue 2022-14A MCI Bus Upgrades from Mtn MS pB QgME 03-DEMP 09ME-01-$AGM No 1 $42600 ,0.00 $426,Q00-00 Miami Beach Equipment Law ncement Enf035R-03-KMON, 2022-12C Y TRTsearch and Rescue Buiidout 035R-03 ASAG, 035R-02-TPEL,I0GE 00-GENR, 08D2-01- kITE, 1955-00-SHEN, 035R-03 SCAM, 035R-03-TPHY, 030E-07 SUAS, 030E-07-UPGD, 12TR-00-MOVR, 12VE-O0-MISS Yes 1 $265,000.00 $265,000.00 Miami Gardens Law Enforcement Enforcement 2022-103 N Mobile Command Vehicle 12VE-00-CMDV No 1 5327,884.00 $327,864.00 Dade Equipment F rescue/EM 2022-IOC Mobile Command Vehicle 12VE 00-CMDV No 1 $3,603,030,40 $2,603,030.00 Miami- Dade Equipment law Enforcement 2022-031C Y Marine Patrol NVG 030E-02-TILR Yes 4 $I6,750 00 $67,000.00 Dade Miami- Equipment Law Enforcement 2022-03L Y Containment Vessel 02EX-00-TCVV Yes 1 $85,575.00 $85,575.00 Miami Dade Equipment Lahr Enforcement 2022-02C Y Surveillance Platform and intelligence Gathering System for 51.1.4s 030E-07-SUAD, 04M6-03-DISP, 030E-07-ROVL 1 $110,000.00 $I10,000.00 DadeMialli- Planning LOWPlanning, orrement EnfConference 2022-06K Training and Exercises: VASE Homeland Security N/A Na 4 $3,000.00 $12100.00 Dade Training Enforcement2022-06L Y Total Containment Training 1 $7,150.00 $7,150.00 Miami Dade Exercise Law Enforcement 2022-06M y Priority Response Team Counter terrorism Exercise 2 $260,00000 $264000.00 5 , :. . &'.. .Y. .. -Y v. ,..f ., �3 • '"m •«. IuNsdiW .... ,. 1U -. r, r , 7. a, ..}. ,. ,w.af. r^ ,,. .. 5 v.{€,lsa„ � ..tom. a rw x. r. ,. &rA '� _ }°i.. �`'>� �!k Y2,. ,. ;ot� �, , ; v ��3 „ . ,:J .. 4ni. xi ;'.1,� ,. F, .r. ; MR, C"`t. l.A;•.G��,+'�a1�W,e7#v.. r r i.l. l~. x.-,M +, 5n 1' ... s. 1 �,"M1n. � „,, . .,. �+ . tea ..... �] t, t �+ ..w• .-P � at... ... dt .... � ,Tr , .3 '@.c x : ,�qo,iYF, - .� eaa ,: 4,•p„y_i... f . A.. k�1, . _ w J ,,. 1 , ,:,� A!'Sc1 d ...., rx, i�. f a. . .. e h ^ �.h � ^r � �aa "f .�,,�+a�,.. ,'r ^rr. _..... kn.: r,.. ,. .,. 4,. . t. ., #,. i.: SY.•N7 wr: .�. y+� r� �. ►J� ie+n J ,. y, ., ,.. ,, .. 7 ,. ., 4� �1 i :� . l.� �. I .. >�. ,.. ...' M.:. 'S" � ivc ..uu.>.Ai .,...+wa,r#.,.. t' ...nt ,J :,. �. ..< ! .w% .,:... ^s � ,*; ,. : .. ,d. Y7 , , 0 4. . .. .e �.• a�` ,.. R��.v,.. Fr _:, a..: !x Y...... �' 4 .. �:. .Jn .�.. m.'tl u.. •... 2Y. i .Y ,�.}. F 4 3,'x 4r ,!S, : ; D sa't y.� � beta 4>i;ttemr a �. � gyp{,Mao',. f^ ,.,:. : #�- d 1 . ..t.. v,. . .... i ,+ t...m as ), .N � .',,,.; i :... ,. k tY Y. .G• ..➢ ?� h d. � w fi t r Y, �.,,9t„ ., ?.,�..,, x-.,qua .,, P� ...:r# 4. 4. F939" 't 1:. ,' kn r•:tl., 3.,?,,,J .. ... .e P^ s.�... l ,.. »3µ 9" + u.. ! � AE ;: mu �" �' „,. >r� !R ... k .,.. 4 ... �;. � _ .. +t ... > ..� , �Y :CK ..« ,: 4<..JC, t ..... A i ! 1 rah , v >.,>, .fr.r��. i"'l 11" v.,...'' ..f4: +{,: {via .� ;a •� � �, >�,rikiP `. ,, .. .. ..� 1?: � i.1 . r,, � dam '�r.., „v'. :�� :W1 r �r: r ,.... >y. .,.. . ,,,. r'Y du <" 3 '.,..:.�' .. N�: a v< �'S1!'� , � � r ' .... - .. �, q. .. , S d.0 i R-. d J, x=,. `?"- ea��' i? Cost•!c r � ....�"31 , :,; . r� .. a` 4.- ,.....53 'yx. :.,' � M .: w. ,�'. +rn" 9 ..N, 9 .♦ � xj 3. . � �e�',fl.w,,.l -.,t � 4, .)� ./ J � k c vv' b a�:... & u.}.,=.j: ri� ;�,i .�Gfa1'Bud etJlfld ..r". :.,. 1: ,r rt 7. '�.t+Y ,.� ,...:,.r. r•rt ..�M� P• l6.:,. Miami- Dade Equipment Law Enforcement 2022-10D SRT Surface Boat - inflatable with trader 17YVC-00-BOAT Z $40,001.00 $80,002.00 Miami Dade Exercise Low Enforcement 2022-06N Y SRT Counter -Terrorism Exercise 1 $177,788.00 $177,788.00 Miramar Equipment Fire Rescue 2022-10E Prime Mover and FORTE Shelter127R_00-MOYR, for Mobile Command Center Operations 1955-00 SHEL No 1 $299,00D.00 $299,000.00 Miramar Equipment Fire Rescue 2022-07F WebE0C Fleet Eyes Software 04AP-05-COBS, 04AP-02 AVLS No 1 $30,000.00 $30,000.00 Monroe Equipment Alf Disciplines 2022-11A 2Forklifts for 3VfonraeAirport 19MH-00-BULK 2 $45,000.00 $90,000.00 Monroe Planning Alf Disciplines 2022-05D Y Cybersecurity Assessment and Training No 1 $30,000.00 $30,000.00 Monroe Training Emergency Management 2022-060 Position Specific fCSTraining 1 $12 418.00 $12,418.00 Monroe Equipment Law Enforcement 2022-15B Monroe CountyAPX6000 700/800 Model 2.5 Portable 06CP-01-PORT 26 $5,093.00 $132,418.00 Palm Beach County Exercise Emergency Management 2022-06P Planning, Training and Exercises: to include training and exercise of the Post Disaster Redevelopment Plan and a COOP TiX and various tcs trainings (Ops Chief, Mass Fatalities, EOC/ICS Interface, Intermediate EOC, Multi Hazards for Schools) No 1 $171,726.00 $171,726.00 Palm Beach County Equipment Emergency Management 2022-110 LogisticsfDeployable equipment Portable ID System (30k), Box Truck (70k), Dual Axle Trailer(2/36k) and Trailer Mounted Message Board (2/4014 145VY 01 SIDP 12VE-00-SPEC 12TR-00-TEQP 030E-03-SIGN No 1 $194,000.00 $194,000.00 P850 Equipment Law Enforcement 2022-03M Chemical/Explosive Gemini Analyzer with Warranty 07ED-01-L4SR, 21GN-00-MAIN No 1 $36,000.00 $36,000.00 PBSO Equipment Law Enforcement 2022-13B N Explosive Magazine Project 02EX 00-EXMP No 1 $34,726.00 $34,726 00 6 yt,s ,x W ,.,. ., .. nq �....N. Ju ����ict%n ., ,,.,-.. .a ,. :i r�+ ......,N- .r� ,� �h ,z r;>�,n k .,1k f. d4e A.. r ,.; 11 ., .H off ?is>>;Gy��� ., � .� ,. X 1,. �,. � .. ,. .A .TC.,. . _. . YMF . . . ra... r;�:"aa.,. :3, .,n rh-n, , ,... , .. � r: ,.. : [( �.'�. .. +, +lyx ,i :.,.. ,,,,- h ry �Y. '">fn �" A •� ,, p { Y TwW Jr 1 ... S ... '. a7;,..: 6, .::,rr R ":r i 1: � � ✓:' w'.. �. . 5. ,... 3 id. . t „ R...;,an�hL.�r1ry:<,. . 4^" , �,. 33 ::. ,.u,: i, :t. i.: L Y, ,.:,Y':,.N.e� ) Ir, ,.G lYi . ax. , , f4? wens sa s 4 • k 1,MM.., .. ttl v i'Gr..:.. A •m.. h .vn. .b. S ' .:,�....,.:. ... % " k � J,.. . ,,. Mu ,ru1,..a,w(,n. F.. 5} . � .h „ . ,c.:% •. 1 � ..... :. 1 :Ir r .4 uY8",'M1�'. �k ,b.• . ,. s 4*.r',::... ' •. k;,Yln �'d 3: ,nm ? .�. M =xlt �., .. '�;'^� f.. � .... In . ,c i %3w�' ...✓ .. ,L. . •�. . iWt h ri, MA'Sd:., ..r>_,. -,...� µry :',u, .."] , : 3 a r :L FI�.t. .. ... a, ;:. 'C,>j,,: ?, . n ,. s , n h >� ,. T 1 .x r. �w. _ .. 3' i?•". . ..., M i 4. -..%' r,JC Src,� "''„i..¢F .; , -+a? , k., y.., 5 to ,., F. 1 .I �'.. .�.. V CG Sn`kvs1� W4^,.dNa,'fi " �P.. ,.. .1...:, 1. w 1•'.,t 1 ,. Pe3a0e,ItemOesGH on,s Ir .: A .. , ... P ki .i.. .. k. -.. ,:v .: , t z ' na � ,.. Y h c...i: '.,• Nt "aF. c .,... ,. , 4 r. 7 R 1 ... ,.». .,r�: ,, ,.,.,.+ ., vt:,.....� ., +F .. ""f9 1.. z• 4-..F<,.. N+ rs :�. r;✓", Tr Y rt54r+•.wN ..� ) 1: .'Gv. 2., , � nr A�� it„T . 1.." :E F!'.. 1 < :t'i. Po ..,w+4 il ..9:.M^ ..r m'k: � ...., a �.. 5,... k n ,. �' r:'t: Fr ,4 �. .t p xy 1 ti - � :4,..i x� #1 ,1tiFHP,r , f .`. a., ,.a .. .5. s'r. ,. +?�.�,.. Y.,, y .;x. �r+R NM, hw. .... .�`; , �, �S . . ...? .r. .n aa ,f ,r, �. F. �. ,.,.. a'4t ( r ... N � ,: ,J.r.e n YM Ki f.`-i -. �: . ,9+. nitCo3G,4 ,.,Y :. � ' .. „f , . ... rl%a, �3 '. .. ��.. .. :Y .. �""r b.e .,,Tn : ...i..s �.k , �N.-.n, .. T,• ✓ysx' :»: : " ?Ft., , :i,8 /�hA� J7{' "`F6F �1:4tdi.i ,1 n✓ C5 .,;:.. �..., ... + b .., :%w °F ),.. 1�11,., '. �� .C.. � fir.. ', sn ihn9 1 ab;r;'f PESO Equipment Law Enforcement 2022-02D Y RTCC Portable Surveillance Trailers 030E-07-ROVL Pio 6 $38,500.00 $231,000.00 PBS° Equipment Law Enforcement 2022-15C N SWAT Communication Headsets 06CP-03-PRAC No 64 $1,000.00 $64,000.00 Pembroke Pines Equipment Law Enforcement 2022--240 N Automated External Defibrillators 09ME:03-DEAF No 18 $2,000,00 $36,000.00 Pembroke Pines Equipment law Enforcement 2022-10F N Mobile Command Vehicle 12VE-00-CMDV 1 $178,950.00 $178,950.00 Pembroke Pines Equipment Fire Rescue 2022-15D N Portable Radios 06CP-01-MOBL 16 $7,233.00 $115,728.00 Sunrise Equipment Low Enforcement 2022-09A Laser Based Remote Methane Detector 07ED-01-LASR, 21GN-00-MAIN 2 $15,000.00 $30,000.00 Sunrise Equipment Law Enforcement 2022-1OG Emergency Services/Quick Response Vehicle 12VE-00-MISS No 1 $200,030.00 $200,030.00 Sunrise Equipment Law Enforcement 2022-15E Portable Radios APX 8000 06CP-01-PORT 19 $6,849.00 $130,131.00 Regional Miami Planning Emergency Management 2022-06Q Regional Program Manager. This position assists the Miami and Ft. Lauderdale with regional planning needs (e.g. drafting of investment justifications, coordination of UAWG meetings, development of annual budgets, etc.). Planning No 1 $120,000.00 $120,000.00 Regional Miami Planning Emergency Management 2022-06R Regional Planning, Training and Exercises Coordinator- this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. Planning No 1 $100,000.00 $100,000.00 Regional PESO Fusion Organization Law Enforcement 2022-02E Y Fusion Center Analysts Organization No 5 $54000.00 $270,000.00 Regional Miami Planning Emergency Management 2022-065 Regional Planning, Training & Exercise to include attendance at grant related meetings 21GN-00-TRNG Na 1 $100,000.00 $100,000.00 Regional MO Organization Law Enforcement 2022-05E Y Regional Cybersecurity Analysts Project No 2 $250,000.00 $300,000.00 Regional P850 Fusion Planning Law Enforcement 2022-02F Y Metodata Planner No 1 $43,000.00 $43,000.00 7 ,i� .i j"�i�i,`k 1 a r `i F li i 2 : f : < { .1 k 1 i + (} ., (Jr11 `',1r a� t,i i } Ito :<xli (t (tt t tttii ('ry `' 1iP i 11, ni' i ii, i �.fit.. {� jj� 1 y ,'i ' p li. .ii'rt' .. '•-� ijt� �'t I�r�1�('�'4 xn "} 1 t,... 'iitj,13 � t � ;'}'�r p�`� C tf •. + , �. a, }t j Regional P850 Fusion Equipment Law Enforcement 2022-02G Y Fusion Center Operations to include computer hardware and peripherals, software maintenance. DHS sponsored Training, alert system andTLO program supportand office supplies/eauiprnent 04HW-01-WHIN 131T-00-!NTL 131T-00-ALRT No 1 $240,000.00 $240,000 O0 Regional Miami Equipment Emergency Management incident command software system needed forregional info sharing during emergency operations as well as non - emergency emergency situations to pmaide a platform forsiay-to-dayregional info sharing and updates. (WebE0Cl 04Af-05 Ci755 04AP-03-GISS 045W-04 NETW No 1 $I30,000.00 $150,000.00 Regional Ft. Lauderdale Training All Disciplines 2022-04B Regional Gtizen Corps/CERT Planning, Training Exercise and Equipment 19GN-00-BGPI( 06CP-01-PORT 23GN-00-CCE0 No 3 $100,000.00 $300,000.00 Regional PBC/AHIE/IT Equipment All Disciplines 202210H AHIMIT Project to indude25ft Box Truck and a 15 Person Passenger Von for deployments YE-flO SPEC, R DD 1klOVR 1 $145 000.00 $145,000.00 Regional PB50 Training Law E r cement 2022-05F Y Cyber Response Training 75 $4,000.00 $300,000.00 Regional MDEM/8a1 Harbour Equipment Emergency Management 2022-07H Bat Harbour EOC Enhancement projectto include displays, video conferencing, mobile radio and accessories, laptops, server and ruck, backup power and installation 10PE-00-UPS, 05CP-01-MO8L, 46CP-03-PRAC, 04HW-014NliW 216N-O0-OCE4 21GN-OO4NST 04MD-03-DISP 06CP-05-VCON 1 $100,000.00 $I0L;000 00 Regional Miami Equipment Fire Rescue 2022-03N HazTox Project to include: defibrilliators, medical kits, haztox specialty transport vehrcle, dass2 PPE Ensemble, CBRN PAPR, Decon System and tlazTox Medic Training for50 members 09ME-03-DEMP, 09ME-01-BAGM, 12VE-00 MIS5, 01C3-02-ENSM, 01AR-03-PAPA, 08D2-03-TOEW 1 $300,000.00 $300,000.00 Regional Miami Exercise Emergency Management _ �� 6T Operation Heat Shield 5 to include 1 Region -wide Pull Scale Exercise and 4 TD(s with WMV10 scenario in coordination with the STC Program. Will be funded by both 1 $457,@7OJiO $467 670.00 Total $14,012,500.00 8 3 Additional Projects A Ei SEt 111 tjett �i- 4t 9o.00 11 r ryi 1 $0.00 $2,212,50O.00 $2212,500.170 9 MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2022 ;`JgriscJiction" Agreement Number: R0588 FAIN Number: EMW-2022-SS-00029-S01 CFDA #: 97.067 This Agreement is entered into this day of , 2023, by and between the City of Miami, a municipal corporation of the State of Florida, (the "Sponsoring Agency") and , (the Participating Agency"). RECITALS WHEREAS, the U.S. Department of Homeland Security (USDHS) is providing financial assistance to the Miami urban area in the amount $14,012,600 dollars through the Urban Area Security Initiative (UASI) Grant Program 2022; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2022; and WHEREAS, as the USDHS requires that the urban areas selected for funding take a regional metropolitan area approach to the development and implementation of the UASI Grant Program 2022 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2022 Urban Area has been defined Miami and Ft. Lauderdale collectively and anticipates sub -granting a portion of the UASI funds in accordance with the grant requirements; and WHEREAS, the City Commission, by Resolution No. adopted on 2023. has authorized the City Manager to enter into this Agreement with each participating agency on behalf of the City of Miami; and WHEREAS, the Sponsoring Agency wishes to work with the participating agencies through the Urban Area Working Group process to enhance Miami and its surrounding jurisdictions ability to respond to a terrorist threat or act. NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follow: 1 I. PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2022 which was made available by the U.S. Department of Homeland Security and the State of Florida Division of Emergency Management (FDEM). B. This Agreement serves as the Scope of Work between the Participating Agency and the Sponsoring Agency. II. SCOPE A. The provisions of this Agreement apply to UASI Grant Program 2022 activities to be performed at the request of the federal government, provided at the option of the Sponsoring Agency, and in conjunction with, preparation for, or in anticipation of, a major disaster or emergency related to terrorism and or weapons of mass destruction. B. No provision in this Agreement limits the activities of the Urban Area Working Group or its Sponsoring Agency in performing local and state functions. III. DEFINITIONS A. Critical Infrastructure: Any system or asset that if attacked would result in catastrophic loss of life and/or catastrophic economic loss management of resources (including systems for classifying types of resources); qualifications and certification; and the collection, tracking, and reporting of incident information and incident resources. B. Core County: The County within which the core city is geographically located. The core city is the City of Miami. C. UASI Grant Program 2022: The UASI Grant Program 2022 reflects the intent of Congress and the Administration to enhance and quantify the preparedness of the nation to combat terrorism and continues to address the unique equipment, training, planning, organization and exercise needs of large high threat urban areas, and program activities must involve coordination by the identified core city, core county/counties, and the respective State Administrative Agency. Funding for the UASI Grant Program 2022 was appropriated by U.S. Congress and is authorized by Public Law 108-11, the Emergency Wartime Supplemental Appropriations Act, 2003. The funding will aid in building an enhanced and sustainable capacity to plan, prevent, protect, mitigate, respond to, and recover from threats or acts of terrorism for the selected urban areas. D. National Incident Management System (NIMS): This system will provide a consistent nationwide approach for federal, state, and local governments to work effectively and efficiently together to prepare for, respond to, and recover from domestic incidents, regardless of cause, size, or complexity. To 2 provide for interoperability and compatibility among Federal, State, and local capabilities, the NIMS will include a core set of concepts, principles, terminology, and technologies covering the incident command system; multi -agency coordination systems; unified command and training. E. Urban Area Working Group (UAWG); The State Administrating Agency Point of Contact (SAA POC) must work through the Mayor/CEOs from all other jurisdictions within the defined urban area to identify POCs from these jurisdictions to serve on the Urban Area Working Group, The Urban Area Working Group will be responsible for coordinating development and implementation of all program elements, including the urban area assessment, strategy development, and any direct services that are delivered by the grant. F. Urban Area: An urban area is limited to inclusion of jurisdictions contiguous to the core city and county/counties, or with which the core city or county/counties have established formal mutual aid agreements. IV. SPONSORING AGENCY SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with the FDEM and USDHS. C. Conducting a comprehensive Urban Area Assessment, which will in turn guide the development of an Urban Area Stakeholder Preparedness Review. D. Ensuring the participation of the following critical players in the assessment and strategy development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. E, Developing a comprehensive Urban Area Stakeholder Preparedness Review and submit to the SAA POC. F. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". G. Ensuring satisfactory progress toward the goals or objectives stipulated in "Exhibit #1", H. Following grant agreement requirements and/or special conditions as stipulated in "Exhibit #1". 3 I. Submitting required reports. V, THE PARTICIPATING AGENCIES SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the main liaison and partner with the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Participating Agencies and any sub -grantees must abide by the grant requirements including budget authorizations, required accounting and reporting expenditures, proper use of funds, and tracking of assets as stipulated in "Exhibit #1". C. Submitting quarterly reports to the City of Miami detailing the progress of projects to include direct purchases of equipment or services as stipulated in "Exhibit #1".. D. Complying with all UASI Grant Program 2022 requirements as stipulated in "Exhibit #1". E. Participating as a member of the Urban Area Working Group to include coordinating with and assisting the City of Miami in conducting a comprehensive Urban Area Assessment, which in tum will guide development of an Urban Area Stakeholder Preparedness Review. F. Ensuring the participation of the following critical players in the assessment and Stakeholder Preparedness Review development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. G. Assisting the sponsoring agency in development of a comprehensive Urban Area assessment and Stakeholder Preparedness Review. H. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". I. Ensuring satisfactory progress toward the goals or objectives as stipulated in "Exhibit #1". J. Submitting required reports as prescribed by the Sponsoring Agency as stipulated in "Exhibit #1". K. Maintaining an equipment inventory of UASI purchased items. L. Ensure that equipment obtained from the UASI Grant Program 2022, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies, special 4 events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by DHS, FDEM, and the Sponsoring Agency. If the Participating Agency is incapable of staffing the equipment, such equipment shall be made available to another Participating Agency for use during any actual emergencies, special events or exercises. Failure to ensure equipment availability may result in Toss of funding and/or equipment to the Participating Agency. M. All equipment obtained from the UASI Grant Program 2022, as identified in "Exhibit 2", is the sole responsibility of the receiving agency. This includes, where applicable, maintenance, replacement, training on equipment, and insuring of equipment and personnel, and compliance with intra-agency auditing requirements. VI. THE SPONSORING AGENCY AND THE PARTICIPATING AGENCY AGREE A. That funding acquired and identified for the Urban Area Security Initiative will be administered solely by the Sponsoring Agency. B. The Participating Agencies will provide financial and performance reports to the sponsoring agency in a timely fashion. The Sponsoring Agency will prepare consolidated reports for submission to the State of Florida as stipulated in "Exhibit 1". C. The Sponsoring Agency is not responsible for personnel salaries, benefits, workers compensation or time related issues of the Participating Agency personnel. D. The Sponsoring Agency and Participating Agency are subdivisions as defined in Section 768.28, Florida Statutes, and each party agrees to be fully responsible for the respective acts and omissions of its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a municipality, state agency or subdivision of the State of Florida to be sued by third parties in any manner arising out of this Agreement or any other contract, E. This is a reimbursement grant that requires the Participating Agencies to purchase, receive, and pay invoices in full for equipment, services, and allowable personnel costs PRIOR to submitting the same for reimbursement to the Sponsoring Agency. VII. FINANCIAL AGREEMENTS A. Financial and Compliance Audit Report: Recipients that expend $750,000 or more of Federal funds during their fiscal year are required to submit an organization -wide financial and compliance audit report. The audit must be performed in accordance with the U,S, General Accounting Office Government Auditing Standards and 2 CFR 200, 5 B. The Secretary of Homeland Security and the Comptroller General of the United States shall have access to any books, documents, and records of recipients of UASI Grant Program 2022 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these documents are related to the receipt or use of such assistance. The grantee will also give the sponsoring agency or the Comptroller General, through any authorized representative, access to and the right to examine all records, books, papers or documents related to the grant. C. Financial Status Reports are due within 14 days after the end of each calendar quarter. A report must be submitted for every quarter that the award is active, including partial calendar quarters, as well as for periods where no grant activity occurs as stipulated in "Exhibit 1". D. Submit progress reports to describe progress to date in implementing the grant and its impact on homeland security in the state. E. Ail financial commitments herein are made subject to the availability of funds and the continued mutual agreements of the parties as identified in "Exhibit 2". VIII. CONDITIONS, AMENDMENTS, AND TERMINATION A. The Participating Agency will not illegally discriminate against any employee or applicant for employment on the grounds of race, color, religion, sex, age, or national origin in fulfilling any and all obligations under this Agreement. B. Any provision of this Agreement later found to be in conflict with Federal law or regulation, or invalidated by a court of competent jurisdiction, shall be considered inoperable and/or superseded by that law or regulation. Any provision found inoperable is severable from this Agreement, and the remainder of the Agreement shall remain in full force and effect. C. This Agreement may be terminated by either party an thirty (30) days written notice to the other party at the address furnished by the parties to one another to receive notices under this agreement or if no address is specified, to the address of the parties' signatory executing this contract. D. This Agreement shall be considered the full and complete agreement between the undersigned parties and shall supersede any prior Memorandum of Agreement among the parties, written or oral, except for any executory obligations that have not been fulfilled. 6 E. This Agreement will end on June 30, 2024, unless otherwise extended, by a written amendment duly approved and executed prior to June 30, 2024, unless otherwise extended, at which time the parties may agree to renew the association. Renewal will be based on evaluation of the Sponsoring Agency's ability to conform to procedures, training and equipment standards as prescribed by the grant. IX. MISCELLANEOUS OVERALL Counterparts: Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by faosimile, 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. SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: BY: BY: Todd B. Hannon City Clerk Arthur Noriega Clty Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: BY: BY: Victoria Mendez Ann -Marie Sharpe, Director City Attorney Department of Risk Management 7 ATTEST: Name: Title: PARTICIPATING AGENCY "(sub -recipient)" BY: NAME: TITLE: FID #: DUNS: APPROVED AS TO FORM AND CORRECTNESS: Participating Agency Attorney 8 FY 2022 Budget -Miami -Ft. Lauderdale UASI Jurisdiction Regional Project Procurement Category Discipline Line Item # m v v Detailed Item Description AEL N EHP Qty Unit Cost Final Budget Allocation BEMA Planning Emergency Management 2022-06A Emergency Management Planner and Logistics Capability Assessment Tool No 1 $164,325.00 $164,325.00 BEMA Planning All Disciplines 2022-05A Y Cybersecurity Assessment of Public Safety Infrastructure to include 911 system and radios No 1 $200,000.00 $200,000.00 BSO Training Emergency Management 2022-06B BSO PTE - CEMP/COOP/COG - National Homeland Security Conference No 1 $50,325.00 $50,325.00 BSO Equipment Emergency Management 2022-07A Sheriff's EOC Sustainment and Enhancements 04HW-01-INHW 21 GN-00-OCEQ 04AP-05-CDSS 13IT-00-ALRT 04AP-01-CADS 04MD-02-PROJ 06CC-01-CELL 21 GN-00-CNST 21GN-00-MAIN 06CC-03-SATB 21 GN-00-SHIP 21 GN-00-INST 04MD-03-DISP 06CP-05-VCON 14SW-01-PACS 14CI-00-COOP 07SE-03-ENVS 06CC-02-DSAD Yes 1 $60,000.00 $60,000.00 BSO Planning Emergency Management 2022 078 Emergency Management Technical Support Specialist No 1 $100,000.00 $100,000.00 BSO Training All Disciplines 2022-05B Y Cybersecurity Awareness Training for BSO Personnel No 1 $60,000.00 $60,000.00 BSO Equipment Law Enforcement 2022-03A BSO SWAT SUAS 030E-07-SUAS No 4 $15,000.00 $60,000.00 BSO Equipment Law Enforcement 2022-03B Y EOD 2nd Line Tool Kit (Hand Tools) 02EX-00-TLRO No 1 $9,000.00 $9,000.00 BSO Equipment Law Enforcement 2022-03C Y EOD Fiber Scope Kit 02EX-00-KTFO No 1 $25,000.00 $25,000.00 Coral Gables Planning Emergency Management 2022-06C EM Planner Position No 1 $100,000.00 $100,000.00 1 Jurisdiction Regional Project Procurement Category Discipline Line Item # m v o Detailed Item Description AEL N EHP Qty Unit Cost Final Budget Allocation Coral Gables Equipment Fire Rescue 2022-08A Maintenance/Sustainment/ Repair/Replacement for HSGP Purchased Equipment. 21GN-00-MAIN 1 $48,755.00 $48,755.00 Coral Gables Training Fire Rescue 2022-06D Training and Exercise 1 $25,000.00 $25,000.00 Coral Springs Equipment All Disciplines 2022-13A Hazmat Emergency Traffic Signals 08D2-01-TDCS 2 $35,000.00 $70,000.00 Coral Springs Equipment Law Enforcement 2022-02A Y Real Time Crime Center - Edge Recorders with Licenses 04SN-01-XMIT No 4 $7,500.00 $30,000.00 Coral Springs Equipment All Disciplines 2022-12A Multi Discipline Training Prop (Technical Rescue Teams) 21GN-00-CNST No 1 $120,000.00 $120,000.00 Coral Springs Equipment Law Enforcement 2022-03D Y Fixed Wing Drone 030E-07-SUAS No 1 $100,000.00 $100,000.00 Fort Lauderdale Equipment Emergency Management 2022 07C Ft. Lauderdale EOC - Sustainment and Resiliency 21GN-00-OLEO, 06CP-05-VCON, 21GN-00-INST, 04HW-01-INHW, 04AP-05-CDSS, 21GN-00-MAIN No 1 $67,881.00 $67,881.00 Fort Lauderdale Equipment Law Enforcement 2022-03E Y Fixed License Plate Readers 030E-01-ALPR No 5 $20,000.00 $100,000.00 Fort Lauderdale Equipment Fire Rescue 2022-03F Y Hazmat monitors 07CS-01-KAVC, 07CD-01-DPMG, 21GN-00-MAIN No 1 $71,650.00 $71,650.00 Fort Lauderdale Equipment Fire Rescue 2022-128 TRT Structural, Vehicle and Trench Equipment 03SR-02-TRIG, 03SR- 01-SHOR, 03SR-02- TPHY No 1 $69,985.00 $69,985.00 Fort Lauderdale Equipment Emergency Management 2022-01A Y EOC Facility Security Enhancements (CCTV) 14SW-01-VIDA, 21GN-00-INST and 21GN-00-CNST Yes 1 $45,000.00 $45,000.00 Hialeah Equipment Law Enforcement 2022-018 Y Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Hialeah Police Department the opportunity to install CCTV equipment in the area of soft targets and enhance our ability to deter and investigate terrorist activity.) 14SW-01-VIDA 04HW-01-INHW 04MD-03-DISP 21GN-00-MAIN, 21GN-00-INST Yes 21 $19,000.00 $399,000.00 2 Jurisdiction Regional Project Procurement Category Discipline Line Item # m v o Detailed Item Description AEL N EHP Qty Unit Cost Final Budget Allocation Hialeah Training All Disciplines 2022-06E PT&E: HazMat courses, Homeland Security Conference No 1 $41,000.00 $41,000.00 Hialeah Planning Law Enforcement 2022-03G Y LPR Analyst Sustainment No 1 $62,000.00 $62,000.00 Hialeah Planning Emergency Management 2022-06F Emergency Management Planner No 1 $110,000.00 $110,000.00 Hialeah Equipment Law Enforcement 2022-03H Y License Plate Reader System (LPR) Fixed on poles 030E-01-ALPR, 21GN-00-INST, 21GN-00-CNST Yes 18 $23,035.00 $414,630.00 Hialeah Equipment Emergency Management 2022-07D N EOC Enhancements to include monitor, software, servers, smart boards and installation of equipment. 21GN-00-OLEO, 21GN-00-MST, 04HW-01-INHW, 04MD-03-DISP, 21GN-00-MAIN No 1 $191,000.00 $191,000.00 Hollywood Equipment All Disciplines 2022-05C Y Cybersecurity Equipment Hardware/Software 05NP-05-SIEM No 1 $243,497.00 $243,497.00 Hollywood Equipment Law Enforcement 2022-031 Y Portable License Plate Reader System (LPR) 030E-01-ALPR, 21GN-00-INST No 2 $45,000.00 $90,000.00 Key Biscayne Equipment Emergency Management 2022-10A Emergency Management Vehicle Sprinter 12VE-00-SPEC 1 $44,840.00 $44,840.00 M&A Management and Administration All Disciplines 2022-17 M&A M&A No 1 $560,500.00 $560,500.00 Miami Equipment All Disciplines 2022-08B Maintenance/Sustainment/ Repair/Replacement for HSGP Purchased Equipment. EM $138,000 21GN-00-MAIN No 1 $129,734.00 $129,734.00 Miami Equipment Emergency Management 2022-07E EOC Enhancements/Maintenance/ Sustainment 21GN-00-OLEO, 14C1-00-COOP 075E-03-ENVS 06CC-05-PRTY 06CC-02-DSAD 21GN-00-INST, 04MD-03-DISP, 04HW-01-INHW Yes 1 $195,000.00 $195,000.00 Miami Equipment All Disciplines 2022- This project will continue services for a Metro -Ethernet line that provides fast network connectivity between the City's network and the E911 backup center. 14C1-01-COOP No 1 $25,000.00 $25,000.00 3 Jurisdiction Regional Project Procurement Category Discipline Line Item # m v o Detailed Item Description AEL ft EHP Qty Unit Cost Final Budget Allocation Miami Equipment All Disciplines 2021-15A Satellite Phone Sustainment Citywide (12 months). This project will sustain the satellite phones that are installed throughout City Departments including police and fire stations which allow all first responders to communicate when primary communication services are down. Includes Key Biscayne 06CC-03-SATB No 1 $30,000.00 $30,000.00 Miami Planning All Disciplines 2022-06G P,T & E. This project will support multi -disciplinary projects for the City of Miami under the leadership of MEM. Project scope will involve a full scale exercise, revision of planning documents such as the CEMP/COOP/COG and trainings that benefit terrorism - related emergency management trainings. Trainings will include ICS, Hazmat 160 and any other specialized courses needed due to staff attrition. Fire $41,628, EM $78,266, Police $71,258 No 1 $191,152.00 $191,152.00 Miami Planning Emergency Management 2022-04A CERT/Miami - Training and equipment No 1 $145,000.00 $145,000.00 Miami Organization Fire Rescue 2022-01C Y Operational OT for Special Events approved by FEMA; Fire $5,000 No 1 $5,000.00 $5,000.00 Miami Equipment Law Enforcement 2022-02B Y Installation of Real Time Crime Center Dashboard with a 5 year maintenance plan 21GN-00-INST, 21GN-00-MAIN and 131T-00-INTL Yes 1 $500,000.00 $500,000.00 Miami Equipment Law Enforcement 2022-03J Y License Plate Reader System (LPR) Fixed on poles 030E-01-ALPR, 21GN-00-INST 26 $15,000.00 $390,000.00 Miami Planning Emergency Management 2022-06H Emergency Management Coordinator (12 months). This position will assist with the development/revision of citywide emergency management plans such as the CEMP, COG and COOP. No 1 $130,000.00 $130,000.00 4 Jurisdiction Regional Project Procurement Category Discipline Line Item # m v o Detailed Item Description AEL N EHP Qty Unit Cost Final Budget Allocation Miami Planning Emergency Management 2022-061 Emergency Management Planner (12 months). This position will assist with general planning responsibilities related to the implementation of the UASI grant program. No 1 $95,000.00 $95,000.00 Miami Planning Emergency Management 2022-06J Equipment Inventory Planner (12 months). This position will be responsible for resource management tracking and planning portion of the EHP process. No 1 $70,000.00 $70,000.00 Miami Equipment Fire Rescue 2022-14A MCI Bus Upgrades from BLS to ALS 09ME-03-DEMP 09 M E-01-BAG M No 1 $426,000.00 $426,000.00 Miami ia h Equipment Enforcement Law 2022-12C Y TRT Search and Rescue Buildout 03SR-01-ABAG, 03SR-02-TPEL, 10GE- 00-GENR, 08D2-01- LITE, 19SS-00-SHEN, 03SR-03-SCAM, 03SR-03-TPHY, 03SR-03-KMON, 030E-07-SUAS, 030E-07-UPGD, 12TR-00-MOVR, 12VE-00-MISS Yes 1 $265,000.00 $265,000.00 Miami Gardens Equipment Law Enforcement 2022-10B N Mobile Command Vehicle 12VE-00-CMDV No 1 $327,884.00 $327,884.00 DadeMiam- Equipment Fire Rescue/EM 2022-10C Mobile Command Vehicle 12VE-00-CMDV No 1 $1,603,030.00 $1,603,030.00 DadeMiam- Equipment Enforcement Law 2022-03K Y Marine Patrol NVG 030E-02-TILA Yes 4 $16,750.00 $67,000.00 DadeMiam- Equipment Enforcement Law 2022-03L Y Containment Vessel 02EX-00-TCVV Yes 1 $85,575.00 $85,575.00 Miami- Dade Equipment Law Enforcement 2022-02C Y Surveillance Platform and Intelligence Gathering System for SUAs 030E-07-SUAD, 04MD-03-DISP, 030E-07-ROVL 1 $110,000.00 $110,000.00 DadeMiam- Planning Enforcement Law 2022-06K Planning, Training and Exercises: UASI Homeland Security Conference N/A No 4 $3,000.00 $12,000.00 Miami- Dade Training Law Enforcement 2022-06L Y Total Containment Training 1 $7,150.00 $7,150.00 Miami- Dade Exercise Law Enforcement 2022-06M Y Priority Response Team Counter terrorism Exercise 1 $260,000.00 $260,000.00 5 Jurisdiction Regional Project Procurement Category Discipline Line Item N m v o Detailed Item Description AEL N EHP Qty Unit Cost Final Budget Allocation Miami- Dade Equipment Law Enforcement 2022-10D SRT Surface Boat - Inflatable with trailer 17WC-00-BOAT 2 $40,001.00 $80,002.00 Miami- Dade Exercise Law Enforcement 2022-06N Y SRT Counter -Terrorism Exercise 1 $177,788.00 $177,788.00 Miramar Equipment Fire Rescue 2022-10E Prime Mover and FORTE Shelter for Mobile Command Center Operations 12TR-00-MOVR, 19SS-00-SHEL No 1 $299,000.00 $299,000.00 Miramar Equipment Fire Rescue 2022-07F WebE0C Fleet Eyes Software 04AP-05-CDSS, 04AP-02-AVLS No 1 $30,000.00 $30,000.00 Monroe Equipment All Disciplines 2022-11A 2 Forklifts for Monroe Airport 19MH-00-BULK 2 $45,000.00 $90,000.00 Monroe Planning All Disciplines 2022-05D Y Cybersecurity Assessment and Training No 1 $30,000.00 $30,000.00 Monroe Training Emergency Management 2022-060 Position Specific ICS Training 1 $12,418.00 $12,418.00 Monroe Equipment Law Enforcement 2022-15B Monroe County APX6000 700/800 Model 2.5 Portable 06CP-01-PORT 26 $5,093.00 $132,418.00 Palm Beach County Exercise Emergency Management 2022-06P Planning, Training and Exercises: to include training and exercise of the Post Disaster Redevelopment Plan and a COOP TTX and various ICS trainings (Ops Chief, Mass Fatalities, EOC/ICS Interface, Intermediate EOC, Multi Hazards for Schools) No 1 $171,726.00 $171,726.00 Palm Beach County Equipment Emergency Management 2022-11B Logistics/Deployable equipment: Portable ID System (30k), Box Truck (70k), Dual Axle Trailer(2/36k) and Trailer Mounted Message Board (2/40k) 14SW-01-SIDP 12VE-00-SPEC 12TR-00-TEQP 030E-03-SIGN No 1 $194,000.00 $194,000.00 PBSO Equipment Law Enforcement 2022-03M Chemical/Explosive Gemini Analyzer with Warranty 07ED-01-LASR, 21GN-00-MAIN No 1 $36,000.00 $36,000.00 PBSO Equipment Law Enforcement 2022-13B N Explosive Magazine Project 02EX-00-EXMP No 1 $34,726.00 $34,726.00 PBSO Equipment Law Enforcement 2022-02D Y RTCC Portable Surveillance Trailers 030E-07-ROVL No 6 $38,500.00 $231,000.00 6 Jurisdiction Regional Project Procurement Category Discipline Line Item # m v o Detailed Item Description AEL N EHP Qty Unit Cost Final Budget Allocation PBSO Equipment Law Enforcement 2022-15C N SWAT Communication Headsets 06CP-03-PRAC No 64 $1,000.00 $64,000.00 Pembroke Pines Equipment Law Enforcement 2022-14B N Automated External Defibrillators 09ME-03-DEAE No 18 $2,000.00 $36,000.00 Pembroke Pines Equipment Law Enforcement 2022-10F N Mobile Command Vehicle 12VE-00-CMDV 1 $178,950.00 $178,950.00 Pembroke Pines Equipment Fire Rescue 2022-15D N Portable Radios 06CP-01-MOBL 16 $7,233.00 $115,728.00 Sunrise Equipment Law Enforcement 2022-09A Laser Based Remote Methane Detector 07ED-01-LASR, 21GN-00-MAIN 2 $15,000.00 $30,000.00 Sunrise Equipment Law Enforcement 2022-10G Emergency Services/Quick Response Vehicle 12VE-00-MISS No 1 $200,030.00 $200,030.00 Sunrise Equipment Law Enforcement 2022-15E Portable Radios APX 8000 06CP-01-PORT 19 $6,849.00 $130,131.00 Regional Miami Planning Emergency Management 2022-06Q Regional Program Manager. This position assists the Miami and Ft. Lauderdale with regional planning needs (e.g. drafting of investment justifications, coordination of UAWG meetings, development of annual budgets, etc.). Planning No 1 $120,000.00 $120,000.00 Regional Miami Planning Emergency Management 2022-06R Regional Planning, Training and Exercises Coordinator- this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. Planning No 1 $100,000.00 $100,000.00 Regional PBSO Fusion Organization Law Enforcement 2022-02E Y Fusion Center Analysts Organization No 5 $54,000.00 $270,000.00 Regional Miami Planning Emergency Management 2022-06S Regional Planning, Training & Exercise to include attendance at grant related meetings 21GN-00-TRNG No 1 $100,000.00 $100,000.00 Regional PBSO Organization Law Enforcement 2022-05E Y Regional Cybersecurity Analysts Project No 2 $150,000.00 $300,000.00 Regional PBSO Fusion Planning Law Enforcement 2022-02F Y Metadata Planner No 1 $43,000.00 $43,000.00 7 Jurisdiction Regional Project Procurement Category Discipline Line Item # m v o Detailed Item Description AEL ft EHP Qty Unit Cost Final Budget Allocation Regional PBSO Fusion Equipment Law Enforcement 2022-02G Y Fusion Center Operations to include computer hardware and peripherals, software maintenance, DHS sponsored Training, alert system and TLO program support and office supplies/equipment 04HW-01-INHW 131T-00-INTL 131T-00-ALRT No 1 $240,000.00 $240,000.00 Regional Miami Equipment Emergency Management 2022-07G Incident command software system needed for regional info sharing during emergency operations as well as non - emergency situations to provide a platform for day-to-day regional info sharing and updates. (WebEOC) 04AP-05-CDSS 04AP-03-GISS 04SW-04-NETW No 1 $150,000.00 $150,000.00 Regional Ft. Lauderdale Training All Disciplines 2022-04B Regional Citizen Corps/CERT Planning, Training Exercise and Equipment 19GN-00-BGPK 06CP-01-PORT 21GN-00-CCEQ No 3 $100,000.00 $300,000.00 Regional PBC/AHIMT Equipment All Disciplines 2022-10H AHIMIT Project to include 26ft Box Truck and a 15 Person Passenger Van for deployments 12VE-00-SPEC, 12TR-00-MOVR 1 $145,000.00 $145,000.00 Regional PBSO Training Law Enforcement 2022-05F Y Cyber Response Training 75 $4,000.00 $300,000.00 Regional MDEM/Bal Harbour Equipment Emergency Management 2022-07H Bal Harbour EOC Enhancement project to include displays, video conferencing, mobile radio and accessories, laptops, server and rack, backup power and installation 10PE-00-UPS, 06CP-01-MOBL, 06CP-03-PRAC, 04HW-01-INHW 21GN-00-OCEQ 21GN-00-INST 04MD-03-DISP 06CP-05-VCON 1 $100,000.00 $100,000.00 Regional Miami Equipment Fire Rescue 2022-03N HazTox Project to include: defibrilllators, medical kits, haztox specialty transport vehicle, class 2 PPE Ensemble, CBRN PAPR, Decon System and HazTox Medic Training for 50 members 09ME-03-DEMP, 09ME-01-BAGM, 12VE-00-MISS, 01CB-02-ENSM, 01AR-03-PAPA, 08D2-03-TDEW 1 $300,000.00 $300,000.00 Regional Miami Exercise Emergency Management 2022-06T Operation Heat Shield 5 to include 1 Region -wide Full Scale Exercise and 4 TTXs with WMD scenario in coordination with the STC Program. Will be funded by both sources 1 $467,670.00 $467,670.00 Total $14,012,500.00 8 Regional Project rn Jurisdiction Procurement Category Discipline Line Item N v o Detailed Item Description AEL ft EHP Qty Unit Cost Final Budget Allocation $14,012,500.00 Additional Projects Jurisdiction Regional Projectrn Procurement Category Discipline Line Item # -o v Detailed Item Description AEL ft EHP Qty Unit Cost Final Budget Allocation $0.00 $2,212,500.00 $2,212,500.00 9 Olivera, Rosemary From: Ramlal, Vishwani Sent: Friday, August 2, 2024 12:42 PM To: Hannon, Todd; Ewan, Nicole; Olivera, Rosemary; Perez, Juan- Police Cc: Garcia, Aida; Hardy, Robert C.; Musser, Grant Subject: Matter ID# 24-1890- UASI FY 2022 - MOA - Village of Key Biscayne Attachments: Matter ID# 24-1890 - UASI FY 2022 MOA - Village of Key Biscayne.pdf Good morning, Attached, please find the fully executed agreement that is to be retained as an original by the City. Thank you, Vcsitw PaiKlett.dL. Men Administrative Assistant City of Miami flepartm nt of Fire -Rescue Division of Professional Standards Phone: 305.416.5465 Fax:305.400_5327 Email: vramla'l'rrraiam.igov_com Address: 1151 MW 7th Street, Miami; Florida 33136 1