Loading...
HomeMy WebLinkAbout24119AGREEMENT INFORMATION AGREEMENT NUMBER 24119 NAME/TYPE OF AGREEMENT CITY OF HIALEAH DESCRIPTION MEMORANDUM OF AGREEMENT / URBAN AREA SECURITY INITIATIVE FY 2021 / FILE ID:11336 / R-22-0078 / MATTER ID: 22-2399 / #34 EFFECTIVE DATE October 17, 2022 ATTESTED BY TODD B. HANNON ATTESTED DATE 10/18/2022 DATE RECEIVED FROM ISSUING DEPT. 10/24/2022 NOTE CITY OF MIAMI DOCUMENT ROUTING FORM g-1 I I 9 ORIGINATING DEPARTMENT: Fire -Rescue _ DEPT. CONTACT PERSON: Maria T. Martinez EXT. 1672 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: "City of Hialeah" IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? El YES X NO TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? ❑ YES X NO TYPE OF AGREEMENT: El MANAGEMENT AGREEMENT El PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT El EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY: Memorandum of Agreement El PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT El LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT PURPOSE OF ITEM (BRIEF SUMMARY): To execute FY 2021 Urban Area Security Initiative ("UASI") — Memorandum of Agreement ("MOA"). COMMISSION APPROVAL DATE: 2/24/2022 FILE ID: 11336 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ENACTMENT NO.: R-22-0078 ' "ROUTING INFORMATION Date PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR 9/16/22 PRINT: Ty McGann, AFC SIGNATURE: _fe___ SUBMITTED TO RISK MANAGEMENT 9/16/22 PRINT: ANN - MARIE SHARPE SIGNATURE: SUBMITTED TO CITY ATTORNEY 10/7/22 P •T: V CTORIA MENDEZ,;. ",,.- , S ID 22-2395 APPROVAL BY ASSISTANT CITY MANAGER P NT: SIGNATURE: RECEIVED BY CITY MANAGER 1 t'f i y /9c9O- PRINT: ART N EGA SIGNAT • 1) ONE ORIGINAL TO CITY CLERK, ........ 2) ONE COPY TO CITYIATTORNEY'S OFFICE; 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PRINT: SIGNATURE: PRINT: SIGNATURE: PRINT: SIGNATURE: PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2021 "City of Hialeah" Agreement Number. R0521 FAIN Number. EMW-2021-SS-00056-S01 CFDA #: 97.067 This Agreement is entered into this l7 day of ©G1(72022, by and between the City of Miami, a municipal corporation of the State of Florida, (the °Sponsoring Agency') and the City of Hialeah, (the Participating Agency'). RECITALS WHEREAS, the U.S. Department of Homeland Security (USDHS) is providing financial assistance to the Miami urban area in the amount $14,012,500 dollars through the Urban Area Security Initiative (UASI) Grant Program 2021; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2021; and WHEREAS, as the USDHS requires that the urban areas selected for funding take a regional metropolitan area approach to the development and implementation of the UASI Grant Program 2021 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2021 Urban Area has been defined Miami and Ft. Lauderdale collectively and anticipates sub -granting a portion of the UASI funds in accordance with the grant requirements; and WHEREAS, the City Commission, by Resolution No. R-22-0078, adopted on February 24* 2022, has authorized the City Manager to enter into this Agreement with each participating agency on behalf of the City of Miami; and WHEREAS, the Sponsoring Agency wishes to work with the participating agencies through the Urban Area Working Group process to enhance Miami and its surrounding jurisdiction's 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 2021 which was made available by the U.S. Department of Homeland Security and the State of Florida Division of Emergency Management (FDEM). B. This Agreement serves as the Scope of Work between the Participating Agency and the Sponsoring Agency. II. SCOPE A. The provisions of this Agreement apply to UASI Grant Program 2021 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 2021: The UASI Grant Program 2021 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 2021 was appropriated by U.S. Congress and is authorized by Public Law 108-11, the Emergency Wartime Supplemental Appropriations Act, 2003. The funding will aid, in building an enhanced and sustainable capacity to plan, prevent, protect, mitigate, respond to, and recover from threats or acts of terrorism for the selected urban areas. D. National Incident Management System (NIMS): This system will provide a consistent nationwide approach for federal, state, and local govemments 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; mufti -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, govemmental 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 1. 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 2021 requirements as stipulated in "Exhibit #1". E. Participating as a member of the Urban Area Working Group to include coordinating with and assisting the City of Miami in conducting a comprehensive Urban Area Assessment, which in 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, govemmental 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 2021, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies, special 4 events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by 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 loss of funding and/or equipment to the Participating Agency. M. All equipment obtained from the UASI Grant Program 2021, as identified in "Exhibit 2", is the sole responsibility of the receiving agency. This includes, where applicable, maintenance, replacement, training 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 riot 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 2021 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these documents are 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, 2023, unless otherwise extended, by a written amendment duly approved and executed prior to June 30, 2023, unless otherwise extended, at which time the parties may agree to renew the association. Renewal will be based on evaluation of the Sponsoring Agency's ability to conform 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. SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST. BY: Todd B Hannon City Clerk Arthur Noriega City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: BY: Victoria Mendez City Attomey TMF MID 22-2399 REQUIREMENTS: BY: 7 Ann -Marie Sharpe, Director Department of Risk Management ATTEST: PARTICIPATING AGENCY City of Hialeah BY: Name:Marbelys L. Rubio Fatjo, Esq. Title: City Clerk NAME: „Esteban Bovo, Jr -.— TITLE: Mayor FID #: 59-6000335 DUNS: 078476975 APPROVED AS TO FORM AND CORRECTNESS: Pa icipati g Ag orney L.ren= E avo, Esq. Ci y Attorney 8 FY 2021 Budget -Miami -Ft. Lauderdale UASI Exhibit #2 Jurisdiction Regional Project Procurement Category Sub -Category Discipline Line Item # Detailed Item Description AEI # Qty Unit Cost Final Budget Allocation BEMA Planning Personnel Emergency2021-06A Management Emergency Management Planner 1 $115,325.00 $115,325.00 BEMA Equipment Equipment Emergency Management 2021-13A Light Towers for Night Field Operations 030E-03-LTPA 20 $11,000.00 $249,000.00 BSO Planning Training Emergency Management 2021-06B BSO PTE - CEMP/COOP/COG - National Homeland Security Conference 1 $14,000.00 $14,000.00 BSO Equipment Equipment Fire Rescue 2021-05A BMS Microwave Downlink System06CP-03-MWAV for Aircraft 1 $226,000.00 $226,000.00 BSO Equipment Equipment All Disciplines 2021-05B Y Bomb Suit 02PE-01-BSUT 2 $12,500.00 $25,000.00 B5O Equipment Equipment Fire Rescue 2021-05C Microwave Downlink System for06CP-03-MWAV SUAS 5 $13,000.00 $65,000.00 BSO Equipment Equipment Law Enforcement 2021-05D 3 EOD Night Vision Goggles 030E-02-TILA 1 $34,325.00 $34,325.00 Coral Gables Equipment Training Fire Rescue 2021-12A CBRNE Response Small Fireboat and applicable NASBLA Fire Boat training, NFPA 1405, 1005, NIMS 508, 509 17WC-00-BOAT, 21GN-00-TRNG 1 $173,755.00 $173,755.00 Coral Springs Equipment Equipment Law Enforcement 2021-01A Y Real Time Crime Center Facial Recognition Software 131T-00-FACE 1 $99,293.00 $0.00 Coral Springs Equipment Equipment Law Enforcement 2021-04A Y License Plate Reader System (LPR) (fixed to existing poles) 030E-01-ALPR, 21GN-00-INST, 21GN-00-SHIP 6 $30,000.00 $180,000.00 Coral Springs Equipment Equipment Law Enforcement 2021-02A Y Portable Bollards for Special Events and Polling Locations 14SW-01-WALL 7 $7,143.00 $50,001.00 1 Jurisdiction Regional Project Procurement Category Sub -Category Discipline line Item # V a Detailed Item Description Ati # Qty Unit Cost Final Budget Allocation Fort Lauderdale Equipment Equipment Emergency Management 2021-07A Ft. Lauderdale EOC - Enhancement 21G N-00-OC EQ, 06CP-05-VCON, 06CP-01-PORT, 04MD-03-DISP, 04HW-01-HHCD 05PM-00-PTCH, 06CC-03-SATP, 06CC-03-SATB, 06CC-04-SADS, 06CC-01-CELL, 14SW-01-PACS, 14CI-00-COOP, 216N-00-INST, 04HW-01-CABL 1 $79,450.00 $79,450.00 Fort Lauderdale Equipment Training All Disciplines 2021-08A Ft. Lauderdale CERT (Equip $7,300 and Training $7,300) 21GN-00-CCEQ 1 $14,600.00 $14,600.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-13B Ballistic Helmets 01LE-01-HLMT 4 $1,835.00 $7,340.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-05E Twin Port Gas Masks for Bomb Squad O1AR-02-APR 10 $691.00 $6,910.00 Fort Lauderdale Equipment Equipment Fire Rescue 2021-12B TRT Enhancements to include supplied (10) air respirators and a throwable camera 01AR-01-SAR, 030E-01-CTAC, 21GN-00-SHIP 1 $35,512.00 $35,512.00 Fort Lauderdale Equipment Equipment Emergency Management 2021-15A Repeater for CERT 06CP-01-REPT 1 $20,000.00 $20,000.00 Fort Lauderdale Equipment Equipment All Disciplines 2021-01B IT Contingency Operations System (Redundancy IT System to include servers, application licenses and network peripherals) 14CI-01-COOP 1 $42,000.00 $42,000.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-03A Y RTCC Enhancement to include 3 Video displays 04M0-01-DISP, 21GN-00-INST 1 $29,930.00 $29,930.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-13C Night Vision Goggles for SWAT 030E-02-TILA 6 $12,400.00 $74,400.00 2 Jurisdiction Regional Project Procurement Category Sub -Category Discipline Line Item S Detailed Item Description AFL 17 Qty Unit Cost final Budget Allocation Fort Lauderdale Equipment Equipment Law Enforcement 2021-02B Y CCTV system installed at EOC and 14SW-01-VIDA, RTCC 21GN-00-INST 2 $14,100.00 $28,200.00 Fort Lauderdale Equipment Equipment Fire Rescue 2021-15B Hazmat Enhancement to include 1 deployable tactical comms kit and 1 throwable camera 06CC-02-DSAD, 030E-01-CTAC 1 $16,174.00 $16,174.00 Hialeah Equipment Equipment Law Enforcement 2021-02C 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 35 $16,072.00 $562,520.00 Hialeah Training Planning All Disciplines 2021-06C PT&E: HazMat courses, Homeland Security Conference and updating local COOP Plan 1 $135,614.00 $135,614.00 Hialeah Planning Personnel Law 2021-04B Y LPR Analyst Sustainment 1 $62,549.00 $62,549.00 Enforcement Hialeah Planning Personnel Emergency 2021-06 D Management Emergency Management Planner 1 $100,000.00 $100,000.00 Hialeah Equipment Equipment Law 2021-04C Enforcement Y License Plate Reader System (LPR) Fixed on poles 13LE-00-SU RV 04AP-02-AVLS 030E-01-ALPR 18 $22,636.00 $407,448.00 Hollywood Exercise Planning All Disciplines 2021-01C Y Cybersecurity Exercise and Plan Development 1 $273,497.00 $273,497.00 Hollywood Equipment Equipment Emergency 2021-07B Management EOC Enhancements to include computer 04HW-01-INHW 1 $60,000.00 $60,000.00 Key Biscayne Equipment Equipment Fire Rescue 2021-13D Ballistic Vest and Helmets for Fire 01LE-01-SHLD 01LE-01HLMT 1 $23,200.00 $23,200.00 M&A Management and Administratio n All Disciplines 2021-17 M&A M&A 1 $560,500.00 $560,500.00 Miami Equipment Equipment All Disciplines 2021-09A Maintenance/Sustainment/ Repair/Replacement for HSGP Purchased Equipment. EM $138,000; Fire $5,000 21GN-00-MAIN 1 $143,000.00 $143,000.00 3 Jurisdiction Regional Project Procurement Category Sub -Category Discipline Line Item # Detailed Item Description AEL # Qty Unit Cost Final Budget Allocation Miami Equipment Equipment Emergency Management 2021-07C EOC Enhancements/Maintenance/ Sustainment 21GN-00-OCEQ 14CI-00-COOP 075E-03-ENVS 06CC-05-PRTY 06CC-02-DSAD 21G N-00-I NST, 04MD-03-DISP, 04HW-01-INHW 1 $210,000.00 $210,000.00 Miami Equipment Equipment All Disciplines 2021-16A This project will continue services for a Metro -Ethernet line that provides fast network connectivity between the City's network and the E911 backup center. 14CI-01-COOP 1 $20,000.00 $20,000.00 Miami Equipment Equipment All Disciplines 2021-15C Satellite Phone Sustainment Citywide (12 months). This project will sustain the satellite phones that are installed throughout City Departments including police and fire stations which allow all first responders to communicate when primary communication services are down. Includes Key Biscayne 06CC-03-SATB 1 $30,000.00 $30,000.00 Miami Planning Training All Disciplines 2021-06E P,T & E. This project will support multi -disciplinary projects for the City of Miami under the leadership of MEM. Project scope will involve a full scale exercise, revision of planning documents such as the CEMP/COOP/COG and trainings that benefit terrorism -related emergency management trainings. Trainings will include ICS, Hazmat 160 and any other specialized courses needed due to staff attrition. Fire $54,894, EM $171,258 1 $226,152.00 $226,152.00 Miami Equipment Equipment Fire Rescue 2021-15D Deployable Repeaters 06CP-01-REPT 6 $21,714.00 $130,284.00 Miami Planning Equipment All Disciplines 2021-08B CERT/Miami - Training and equipment 1 $170,000.00 $170,000.00 4 Jurisdiction Regional Project Procurement Category Sub -Category Discipline Line Item # v -o Detailed Item Description AEL # Qty Unit Cost Final Budget Allocation Miami Organization Organization Fire Rescue 2021-02D Y Operational OT for Special Events approved by FEMA; Fire $22,000 1 $5,000.00 $5,000.00 Miami Equipment Equipment Law Enforcement 2021-02E Y Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Miami Police Department the opportunity to deploy CCTV equipment in the area of soft targets and enhance our ability to deter and investigate terrorist activity.) 14SW-01-VIDA 04HW-01-INHW 04MD-03-DISP 21GN-00-MAIN 1 $313,567.00 $313,567.00 Miami Equipment Equipment Law Enforcement 2021-04D Virtual Reality Counter -Terrorism Training System Project 1 $178,000.00 $178,000.00 Miami Equipment Equipment Law Enforcement 2021-10A Armored Response Project - Bearcat 12VE-00-MISS 1 $300,000.00 $300,000.00 Miami Equipment Equipment Law Enforcement 2021-13E Ballistic Vest for SWAT and K9 01LE-01-ARMR 25 $4,436.00 $110,900.00 Miami Planning Personnel Emergency Management 2021-06F Emergency Management Coordinator (12 months). This position will assist with the development/revision of citywide emergency management plans such as the CEMP, COG and COOP. 1 $85,000.00 $85,000.00 Miami Planning Personnel Emergency Management 2021-06G Emergency Management Planner (12 months). This position will assist with general planning responsibilities related to the implementation of the UASI grant program. 1 $85,000.00 $85,000.00 Miami Planning Personnel Emergency Management 2021-06H Equipment Inventory Planner (12 months). This position will be responsible for resource management tracking and planning portion of the EHP process. 1 $60,000.00 $60,000.00 Miami Equipment Equipment Fire Rescue 2021-05F 4-Gas Meters and calibration sensors (69) 07CD-01-DPMG 1 $64,950.00 $64,950.00 5 Jurisdiction Regional Projectin Procurement Category Sub -Category Discipline line Item # n. v Detailed Item Description AEL 11 Qty Unit Cost Final Budget Allocation Miami Equipment Equipment Fire Rescue 2021-01D PSAP Go Kits (COOP Project) 14CI-01-COOP 1 $35,000.00 $35,000.00 Miami Equipment Equipment Fire Rescue 2021-0SG JHAT Explosion Detection 07ED-01-IMOB, 072Z-00-NCBR 5 $18,500.00 $92,500.00 Miami Equipment Equipment Fire Rescue 2021-12C Tablets for Survey 123 04HW-01-INHW 50 $1,700.00 $85,000.00 Miami Beach Equipment Equipment Law Enforcement 2021-02F Y Target Hardening at Miami Beach Facilities (Fire Stations, Satellite Police Stations, Youth Centers) 14SW-01-VIDA, 21GN-00-INST 1 $264,836.00 $264,836.00 Miami Gardens Equipment Equipment Law Enforcement 2021-02G Y Video Wall & Covert Surveillance Technology 04HW-01-INHW, 04MD-01-VCAM, 12TR-02-TEQP, 030E-02-ROVL, 045W-04-NETW, 04S W -05-SCAD 1 $327,884.00 $327,884.00 Miami -Dade Equipment Equipment Emergency Management 2021-07D WebE0C Municipal Enhancement 04MD-01-CDSS 1 $75,000.00 $75,000.00 Miami -Dade Planning Planning Emergency Management 2021-061 THIRA/SPR for the County 1 $90,000.00 $90,000.00 Miami -Dade Equipment Equipment Emergency Management 2021-02H Y Security Camera/Access Control for MD Elections Department HQ 14SW-01-VIDA, 21GN-00-INST 1 $150,000.00 $150,000.00 Miami -Dade Planning Contractor Emergency Management 2021-061 Whole Community 1 $161,000.00 $161,000.00 Miami -Dade Exercise Contractor Emergency Management 2021-14A Closed POD Exercise and Training Video 1 $75,515.00 $75,515.00 Miami -Dade Equipment Equipment Emergency Management 2021-021 Y Access Control at MD Elections Department Building 14SW-01-PACS, 21GN-00-INST 1 $250,000.00 $250,000.00 Miami -Dade 2 Equipment Equipment Law Enforcement 2021-03B Y Forensic Video Covert Streaming Systems 13LE-00-SURV, 04HW-01-INHW, 04M D-03-D ISP, 10G E-00-G ENR 1 $134,058.00 $134,058.00 Miami -Dade Equipment Equipment Law Enforcement 2021-021 Y Multi Functional Video Wall and work stations for Fusion Center and RTCC 04HW-01-INHW 131T-00-INTL 21GN-00-OCEQ 21GN-00-INST, 04MD-03-DISP 1 $667,457.00 $667,457.00 Miami -Dade Equipment Equipment Fire Rescue 2021-11A Mobile Solar Power Supply Unit 10BC-00-SOLR 1 $107,554.00 $107,554.00 6 Jurisdiction Regional Project Procurement Category Sub -Category Discipline Line Item W Detailed Item Description AEL # Qty Unit Cost Final Budget Allocation Miami -Dade Equipment Equipment Fire Rescue 2021-05H MCI Ambulance Bus/Mobile Treatment Unit (MTU) 12 V E-00-AB U S 1 $583,961.00 $583,961.00 Miami -Dade Training Training Fire Rescue 2021-06K NIMS ICS Position Specific Training 1 $105,000.00 $105,000.00 Miami -Dade Planning Training Fire Rescue 2021-06L Planning, Training and Exercises: UASI Homeland Security Conference N/A 1 $5,000.00 $5,000.00 Miramar Equipment Equipment Fire Rescue 2021-08C Training Mannequins for CERT 04AP-08-SIMS 3 $4,000.00 $12,000.00 Miramar Equipment Equipment Fire Rescue 2021-08D Miramar CERT Equipment 21GN-00-CCEQ 1 $1,293.00 $1,293.00 Miramar Equipment Equipment Fire Rescue 2021-07E WebEOC Fleet Eyes Software 04AP-05-CDSS, 04AP-02-AVLS 1 $30,000.00 $30,000.00 Miramar Equipment Equipment Fire Rescue 2021-12D Thermal Imaging Cameras 030E-02-TILA 5 $9,000.00 $45,000.00 Miramar Equipment Equipment Fire Rescue 2021-13F Ballistic Helmets 01LE-01-HLMT 1 $10,000.00 $10,000.00 Miramar Exercise Exercise Emergency Management 2021-01E Y Cybersecurity Election Based Incident Response TTX 1 $100,000.00 $100,000.00 Miramar Planning Contractor Emergency Management 2021-06M THIRA/SPR for the City 1 $50,000.00 $50,000.00 Miramar Training Planning Emergency Management 2021-06N PT&E: Homeland Security Conference and ICS courses (Virtual if necessary) 1 $71,000.00 $71,000.00 Miramar Equipment Equipment Fire Rescue 2021-051 y Personal Radiation Detectors (PRD) 07RD-02-PRDA 4 $2,500.00 $10,000.00 Monroe Equipment Equipment Law Enforcement 2021-108 SWAT Personnel Carrier with Corns 12VE-00-MISS 1 $100,000.00 $100,000.00 Monroe Equipment Equipment Law Enforcement 2021-15E APX6000 700/800 Portable Radios 06CP-01-PORT 6 $5,403.00 $32,418.00 Monroe Equipment Exercise Emergency Management 2021-051 Radiation Portal Monitor 155C-00-PMON 1 $18,285.00 $18,285.00 7 Jurisdiction Regional Project Procurement Category Sub -Category Discipline Line Item R v Detailed Item Description AEL 1r Qty Unit Cost final Budget Allocation Monroe Equipment E ui Equipment q P$114,133.00 Fire Rescue 2021-05K Hazmat Trailer with various hazmat equipment and PPE 12TR-00-TEQP, O1CB-04-ENSM, 01CB-02-ENSM, 01VT-02-FTW R, 01VT-02-GARM, 01VT-02-GLOV, 01ZA-04-HEAR, 07CD-01-DPGC, see template for list of AELs 1 $114,133.00 Palm Beach County Equipment Equipment Emergency Management 2021-07F EOC Technology Upgrades to include 53 microcomputers, 104 laptops, 2 all -in -one computers, 27 desktop computers and 4 printers 1 $156,150.00 $156,150.00 Palm Beach County Equipment Equipment Emergency Management 2021-11B Logistics/Deployable equipment: Fort/shelter (125k) and generator ($84,576) 1 $209,576.00 $209,576.00 PBSO Equipment Equipment Law Enforcement 2021-13G SWAT Night Vision Goggles 030E-02-TILA 19 $8,600.00 $163,400.00 PBSO Training Planning Law Enforcement 2021-04E y Community Business Partners Against Terrorism Program 1 $92,326.00 $92,326.00 PBSO Equipment Equipment Law Enforcement 2021-05L Y Bomb Suit (40k) and Man Portable Bomb Robot (70k) 02PE-01-BSUT and 02EX-02- RBTL 1 $110,000.00 $110,000.00 Pembroke Pines Equipment Equipment Fire Rescue 2021-13H 66 Body Helmets and Body Armor for Fire/EMS personnel for deployment to hotzones. O1LE-01-ARMR O1LE-01-HLMT 66 $1,133.00 $74,778.00 Pembroke Pines Equipment q P ment ment Equipment q P Law Enforcement 2021-01F Y Data Analytics for RTCC 131T-00-FACE; 04HW-01-INHW 1 $214,000.00 $0.00 Pembroke Pines Equipment Equipment Fire Rescue 2021-0SM Y 6-Gas Detectors 07CD-01-DPGC 10 $2,300.00 $23,000.00 Pembroke Pines Equipment Equipment Fire Rescue 2021-12E Thermal Imaging Cameras 030E-02-TILA 3 $6,300.00 $18,900.00 Sunrise Equipment Equipment Law Enforcement 2021-10C Bear Cat for SWAT 12VE-00-MISS 1 $360,121.00 $360,121.00 8 Jurisdiction Regional Project Procurement Category ry Sub-CategoryDiscipline P Line Item # ,a Detailed Item Description p AEL# Qty Unit Cost final Budget Allocation g Regional Miami Planning Personnel Emergency Management 2021-060 Regional Program Manager. This position assists the Miami and Ft. Lauderdale with regional planning needs (e.g. drafting of investment justifications, coordination of UAWG meetings, development of annual budgets, etc.). Planning 1 $110,000.00 $110,000.00 Regional Miami Planning Personnel Emergency Management 2021-06P Regional Planning, Training and Exercises Coordinator- this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. Planning 1 $75,000.00 $75,000.00 Regional PBSO Fusion Organization Personnel Law Enforcement 2021-03C Y Fusion Center Analysts Organization 5 $57,500.00 $287,500.00 Regional Miami Planning Training Emergency Management 2021-06Q Regional Planning, Training & Exercise to include attendance at grant related meetings 21GN-00-TRNG 1 $20,876.00 $20,876.00 Regional Miami Organization Equipment Law Enforcement 2021-01G Y Regional Cybersecurity Analysts Project 2 $150,000.00 $300,000.00 Regional PBSO Fusion Planning Personnel Law Enforcement 2021-01H Y Metadata Planner 1 $43,000.00 $43,000.00 Regional PBSO Fusion Equipment Training Law Enforcement 2021-03D 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 1 $270,000.00 $270,000.00 Regional Miami Equipment Training Emergency Management 2021-07G Incident command software system needed for regional info sharing during emergency operations as well as non - emergency situations to provide a platform for day-to-day regional info sharing and updates. (WebE0C) 04AP-03-GIBS 04SW-04-NETW 1 $150,000.00 $150,000.00 Regional Ft. Lauderdale Training Equipment All Disciplines 2021-08E Regional Citizen Corps/CERT Planning, Training Exercise and Equipment 19GN-00-BGPK 06CP-01-PORT 21GN-00-CCEQ 3 $100,000.00 $300,000.00 9 Jurisdiction Regional Project Procurement Category Sub -Category Discipline Line Item # 4 -e Detailed Rem Description AEL # Qty Unit Cost final Budget Allocation Regional gTraining Ft. Lauderdale Equipment All Disciplines P 2021-15F Deployable LTE Radio & Celluar Comm Kit - RDSTF 7 Intero erable p Trailer - Regional Project 06CC-02-DSAD, 21GN-00-TRNG 1 $23,150.00 $23,150.00 Regional FDLE Equipment Equipment Law Enforcement 2021-15G Communications Interoperability System 06CP-01-PORT 1 $8,000.00 $8,000.00 Regional FDLE Equipment Equipment Law Enforcement 2021-15H 7 Satellite Radios 06CC-03-SATM 1 $6,570.00 $6,570.00 Regional gq FDLE Equipment E ui Equipment P Law Enforcement 2021-09B Maintenance/Sustainment Regional Command Vehicle Wrap 21GN-00-MAIN 1 $5,750.00 $5,750.00 Regional Miami Beach Equipment Equipment Law Enforcement 2021-04F Y Regional LPR Project 131T-00-INTL 030E-01-ALPR, 21GN-00-CNST 1 $250,000.00 $250,000.00 Regional Miami Equipment Equipment Fire 2021-05N Radiation Detection for Hazmat to include: 1 AreaRae Pro Rapid Deployment Kit RDK, cylinder (calibration), FLIR Identifinder R200 PRND, annual calibration, FTIR Technology, Autorae controler and cradles 07CS-01-KAVC, 07CD-01-DPMG, 07RD-02-PRDA , 07C5-01-KEGS 1 $150,000.00 $150,000.00 Regional PBSO Equipment Equipment Law Enforcement 2021-03E Y Regional Maritime Radar Project Monroe 14SW-02-RADR 1 $330,000.00 $330,000.00 Regional MDEM Planning Exercise Emergency Management 2021-11C Logistics/Resource Management Project 1 $116,225.00 $116,225.00 Regional MDPD Equipment Equipment Fire 2021-151 Communications 700MHz Overlay06CP-01-BASE, 06CP-02-BRDG 1 $436,888.00 $436,888.00 Regional PBSO Training Law Enforcement 2021-01 Y Cyber Response Training 1 $313,293.00 $313,293.00 Total $14,012,500.00 $14,012, 500.00 50.00 $2,212,500.00 10 Regional Project �r^� Jurisdiction Procurement Category Sub -Category Discipline Line Item 8 T1 Detailed Item Description AEL k qty Unit Cost Final Budget Allocation $0.00 11 Contract Number: R0521 FEDERALLY FUNDED SUBAWARD AND GRANT AGREEMENT 2 C.F.R. §200.1 states that a "subaward may be provided through any form of legal agreement, including an agreement that the pass -through entity considers a contract" As defined by 2 C.F.R. §200.1, "pass -through entity" means "a non -Federal entity that provides a subaward to a Sub -Recipient to carry out part of a Federal program." As defined by 2 C.F.R. §200.1, "Sub -Recipient" means "a non -Federal entity that receives a subaward from a pass -through entity to carry out part of a Federal award" As defined by 2 C.F.R. §200.1, "Federal award" means "Federal financial assistance that a non -Federal entity receives directly from a Federal awarding agency or indirectly from a pass -through entity." As defined by 2 C.F.R. §200.1, "subaward" means "an award provided by a pass -through entity to a Sub - Recipient for the Sub -Recipient to carry out part of a Federal award received by the pass -through entity" The following information Is provided pursuant to 2 C.F.R. §200.332: Sub -Recipient's name: Sub -Recipient's unique entity identifier: Federal Award Identification Number (FAIN): Federal Award Date: Subaward Period of Performance Start and End Date: Amount of Federal Funds Obligated by this Agreement: Total Amount of Federal Funds Obligated to the Sub -Recipient by the pass -through entity to Include this Agreement: Total Amount of the Federal Award committed to the Sub -Recipient by the pass -through entity: Federal award project description (see FFATA): Name of Federal awarding agency: Name of pass -through entity: Contact Information for the pass -through entity: Catalog of Federal Domestic Assistance (CDFA Number and Name Whether the award is R&D: indirect cost rate for the Federal award: 1 of Miami Fire Rescue /67 0634-gU L5" EM W-2021-SS-00056-S01 9/1/2021 — 08/31/2024 DOE —12/31/2023 $14 012,500.00 $23,761,785.18 $14,012,500.00 See Article 1, Agreement Articles Dept. of Homeland Security FL. Division of Emergency Mamt 2555 Shumard Oak Boulevard Tallahassee, Florida 32399 97.067-Homeland Security Grant Program N/A 21.40% THIS AGREEMENT is entered into by the State of Florida, Division of Emergency Management, with headquarters in Tallahassee, Florida (hereinafter referred to as the "Division"), and City of lellami Fire Rescue, (hereinafter referred to as the "Sub -Recipient"). For the purposes of this Agreement, the Division serves as the pass -through entity for a Federal award, and the Sub -Recipient serves as the recipient of a subaward. THIS AGREEMENT IS ENTERED INTO BASED ON THE FOLLOWING REPRESENTATIONS: A. The Sub -Recipient represents that It Is fully qualified and eligible to receive these grant funds to provide the services identified herein; B. The State of Florida received these grant funds from the Federal government, and the Division has the authority to subgrant these funds to the Sub-Reolplent upon the terms and conditions outlined below; and, } C. The Division has statutory authority to disburse the funds under this Agreement, THEREFORE, the Division and the Sub -Recipient agree to the following: (1) APPLICATION OF STATE LAW TO THIS AGREEMENT 2 C.F,R, §200.302 provides: 'Each state must expend and account for the Federal award in accordance with state laws and procedures for expending and accounting for the state's own funds." Therefore, section 215.971, Florida Statutes, entitled °Agreements funded with federal or state assistance", applies to this Agreement. (2) 1 . RUi.ES. REGULATIONS AND POLICIES a. The Sub -Recipient's performance under this Agreement is subject to 2 G.F.R. Part 200, entitled "Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards,° b. As required by Section 215:971(1), Florida Statutes, this Agreement includes: 1. A provision specifying a scope of work that clearly establishes the tasks that the Sub -Recipient is required to perform. li. A provision dividing the agreement into quantifiable units of deliverables that must be received and accepted in writing by the Division before payment. Each deliverable must be directly related to the scope of work and specify the required minimum level of service to be performed and the criteria for evaluating the successful completion of eeoh deliverable. illl. A provision specifying the financial consequences that apply if the Sub - Recipient fails to perform the minimum level of service required by the agreement. iv. A provision specifying that the Sub -Recipient may expend funds only for allowable costs resulting from obligations Incurred during the specified agreement period. v. A provision specifying that any balance of unobilgated funds which has been advanced or paid must be refunded to the Division. 2 W. A provision specifying that any funds paid in excess of the amount to which the Sub -Recipient is entitled under the terms and conditions of the agreement must be refunded to the Division. o. In addition to the foregoing, the Sub -Recipient and the Division shall be governed by all applicable State and Federal laws, rules and regulations, Including those identified In Attachment D. Any express reference in this Agreement to a particular statute, rule, or regulation in no way implies that no other statute, rule, or regulation applies, (3) CONTACT a, In accordance with section 215.971(2), Florida Statutes, the Division's Grant Manager shall be responsible for enforcing performance of this Agreement's terms and conditions and shall serve as the Division's liaison with the Sub -Recipient. As part of his/her duties, the Grant Manager for the Division shall: I. Monitor and document Sub -Recipient performance; and, Ii. Review and document an deliverables for which the Sub -Recipient requests payment. b. The Division's Grant Manager for thin Agreement is: Chanda Jelittins 250 Shumard Qeli Boulevard Tallahassee, Florida 32399 Telephone: (3501515-4342 Email: Chanda.Jen4ins©ttem.mvilorida.po:n c. The name and address of the Representative of the Sub -Recipient responsible for the administration of this Agreement is: Asst Fire Chief Robert Hevia 444 SW 2nd AveL10th Floor Miami, FL 33130 Telephone: 305-416-5402 Fax 305-400-5348 Email: RobHevladmiamigay.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) IERMS AND CONDITIONS This Agreement contains all the terms end conditions agreed upon by the parties. (5) EXECUTION This Agreement may be executed in any number of counterparts, any one of which may be taken as an original 3 (6) MODIFICATION Either party may request modification of the provisions of this Agreement. Changes which are agreed upon shall be valid only when In writing, signed by each of the parties, and attached to the original of this Agreement. (7) SCOPE OF WORK. The Sub -Recipient shall perform the work in accordance with the Budget and Scope of Work, Attachments A and B of this Agreement. (8) PERIOD OF AGREEMENT. This Agreement shall begin upon execution by both parties and will end December 31, 2023, unless terminated earlier in accordance with the provisions of Paragraph (17) of this Agreement. Consistent with the definition of "period of performance" contained in 2 C.F.R. §200.1, the term "period of agreement" refers to the time during which the Sub -Recipient "may incur new obligations to carry out the work authorized under" this Agreement. In accordance with 2 C.F.R. §200.1, the Sub - Recipient may receive reimbursement under this Agreement only for "allowable costs incurred during the period of performance." In accordance with section 215.971(1)(d), Florida Statutes, the Sub -Recipient may expend funds authorized by this Agreement "only for allowable costs resulting from obligations Incurred during" the period of agreement. (9) FUNDING a. This is a cost -reimbursement Agreement, subject to the availability of funds. b. The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature, and subject to any modification in accordance with either Chapter 216, Florida Statutes, or the Florida Constitution. c. The Division will reimburse the Sub -Recipient only for allowable costs incurred by the Sub -Recipient in the successfur 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 amount for the entirety of this Agreement is $14,012,500. d. As required by 2 C.F.R. §200.415(a), any request for payment under this Agreement must include a certification, signed by an official who is authorized to legally bind the Sub -Recipient, which reads as follows: By signing this report, 1 certify to the best of my knowledge and belief that the report is true, complete, and accurate, and the expenditures, disbursements and cash receipts are for the purposes and objectives set forth in the terms and conditions of the Federal award. I am aware that any false, fictitious, or fraudulent information, or the omission of any material fact, may subject me to criminal, civil or administrative penalties for fraud, false statements, false claims or otherwise. (U.S. Code Title 18, Section 1001 and Title 31, Sections 3729-3730 and 3801-3812)." e. The Division will review any request for reimbursement by comparing the documentation provided by the Sub -Recipient against a performance measure, outlined in Attachment B, that clearly delineates: 4 (6) MNODIFiCATION Either party may request modification of the provisions of this Agreement. Changes which are agreed upon shall be valid only when in writing, signed by each of the parties, and attached to the original of this Agreement. (7) SCOPE.OF WORK. The Sub -Recipient shall perform the work in accordance with the Budget and Scope of Work, Attachments A and B of this Agreement. (8) PERIOD OF AGREEMENT. This Agreement shall begin upon execution by both parties end will end June 30, 2023 unless terminated earlier in aocordance with the provisions of Paragraph (17) of this Agreement. Consistent with the definition of °period of performance° contained in 2 C,F.R. §200.1, the term °period of agreement' refers to the time during which the Sub -Recipient °may incur new obligations to carry out the work authorized under" this Agreement In accordance with 2 C.F R. §200.1, the Sub -Recipient may receive reimbursement under this Agreement only for "allowable costs incurred during the period of performance ° in accordance with section 216.971(1)(d), Florida Statutes, the Sub -Recipient may expend funds authorized by this Agreement °only for allowable costs resulting from obligations incurred during' the period of agreement. (8) FUNDING a. This is a cost -reimbursement Agreement, subject to the availability of funds. b. The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature, and subject to any modification in accordance with either Chapter 216, Florida Statutes, or the Florida Constitution. o. The Division will reimburse the Sub -Recipient only, for allowable costs Incurred by the Sub -Recipient 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 amount for the entirety of this Agreement is 614,012,500. d, As required by 2 C.F.R. §200.415(a), any request for payment under this Agreement must include a certification, signed by an officiai who is authorized _to legally bird tlje Sub-Recipier)1, which reads as follows. By signing this report, I certify to the best of my knowledge and belief that the report is true, complete, and accurate, and the expenditures, disbursements end cash receipts are for the purposes and objectives set forth in the terms and conditions of the Federal award, i am aware that any false, fictitious, or fraudulent information, or the omission of any material fact, may subject me to criminal, civil or administrative penalties for fraud, false statements, false claims or otherwise. (U.S. Code Title 18, Section 1001 and Title 31, Sections 3720-3730 and 3801-3812) ° e. The Division wiEl review any request for reimbursement by tampering the documentation provided by the $ub-Reciplent against a performance measure, outlined in Attachment B, that clearly delineatea: 4 i. The required minimum acceptable level of service to be performed; and, II. The criteria for evaluating the successful completion of each deliverable. f. The performance measure required by section 215.971(1)(b), Florida Statutes, remains consistent with the requirement for a "performance goat", which is defined in 2 C.F.R. §200.1 es "a target level of performance expressed as a tangible, measurable objective, against which actual achievement can be compared." It also remains consistent with the requirement, contained in 2 C.F.R. §200.329, that the Division and the Sub -Recipient "relate financial data to performance goals and objectives of the Federal award." g. If authorized by the Federal Awarding Agency, then the Division will reimburse the Sub -Recipient for overtime expenses In accordance with 2 C,F.R. §200.430 ("Compensation —personal services") and 2 C.F.R §200.431 ("Compensation —fringe benefits"). If the Sub -Recipient seeks reimbursement for overtime expenses for periods when no work is performed due to vacation, holiday, illness, failure of the employer to provide sufficient work, or other similar cause (see 29 U.S.C, §207(e)(2)), then the Division will treat the expense as a fringe benefit. 2 C.F,R. §200,431(a) defines fringe benefits as "allowances and services provided by employers to their employees as compensation in addition to regular salaries and wages." Fringe benefits are allowable under this Agreement es long as the benefits are reasonable and are required by law, Sub -Recipient -employee agreement, or an established policy of the Sub -Recipient, 2 C.F.R. §200.431(b) provides that the cost of fringe benefits in the form of regular compensation paid to employees during periods of authorized absences from the job, such as for annual leave, fam►ly-related leave, sick leave, holidays, court leave, military leave, administrative leave, and other similar benefits, are allowable If all of the following criteria are met: I. They are provided under established written leave policies; ii. The costs are equitably allocated to ail related activities, including Federal awards; and, IiI, The accounting basis (cash or accrual) selected for costing each type of leave Is consistently followed by the non -Federal entity or specified grouping of employees. h. If authorized by the Federal Awarding Agency, then the Division will reimburse the Sub -Recipient for travel expenses in accordan a with 2 C.F,R, §200.478. As required by the Reference Guile for State Expenditures, reimbursement for travel must be In accordance with section 112.081, Florida Statutes, which includes submission of the claim on the approved state travel voucher. if the Sub - Recipient seeks reimbursement for travel costs that exceed the amounts stated In section 112.061(6)(b), Florida Statutes ($8 for breakfast, $11 for lunch, and 819 for dinner), then the Sub -Recipient must provide documentation that: i. The costa are reasonable and do not exceed charges normally allowed by the Sub -Recipient in Its regular operations as a result of the Sub -Recipient's written travel policy; and, IL Participation of the Individual in the travel is necessary to the Federal award. 5 I. The Division's grant manager, as required by section 215.971(2)(c), Florida Statutes, shall reconclie and verify all funds received against all funds expended during the grant agreement period and produce a final reconciliation report. The final report must Identify any funds paid in excess of the expenditures incurred by the Sub-Reclplent j, As defined by 2 C.F.R, §200.1, the term "Improper payment' means or includes: I. Any payment that should not have bean made or that was made In an incorrect amount (including overpayments and underpayments) under statutory, contractual, administrative, or other legally applicable requirements; and, it. Any payment to an ineligible party, any payment for an ineligible good or service, any duplicate payment, any payment for a good or service not received (except for such payments where authorized by law), any payment that does not account for credit for applicable discounts, and any payment where insufficient or lack of documentation prevents a reviewer from discerning whether a payment was proper, k. Any advance payment under this Agreement is subject to section 218.181(18), Florida Statutes. The amount of advanced funds may not exceed the expected cash needs of Subs recipient witnin the first ninety (90) days of the teen of this Agreement. If an advance payment is requested, the budget date on which the request is based, and a justification statement shall be included with this Agreement as indicated in Attachment E, Justification of Advance Payment Attachment E must specify the amount of advance disbursement requested and provide an explanation of the necessity for and proposed use of the funds. (10)RECORDS a. As required by 2 C.F.R. §200.337, the Federal awarding agency, Inspectors General, the Comptroller General of the United States, and the Division, or any of their authorized representatives, shall enjoy the right of access to any documents, papers, or other records of the Sub -Recipient which are pertinent to the Federal award, in order to make autiiia, examinations, excerpts, and transcripts. The right of access also includes timely and reasonable access to the Sub -Recipient's personnel for the purpose of interview and discussion related to such documents. Finally, the right of access Is not limited to the required retention period but lasts as long as the records are retained. b. As required by sections 20.055(8)(c) and 215.97(5)(b), Florida Statutes, the Division, the Chief inspector General of the State of Florida, the Florida Auditor General, or any of their authorized representatives, shall enjoy the right of access to any documents, financial statements, papers, or other records of the Sub -Recipient which are pertinent to this Agreement, in order to make audits, examinations, excerpts, and transcripts, The right of access also includes timely and reasonable access to the Sub -Recipient's personnel for the purpose of interview and discussion related to such documents. c, As required by Florida Department of State's record retention requirements (Chapter 119, Florida Statutes) and by 2 C.F.R. §200.334, the Sub -Recipient shall retain sufficient records to show its compliance with the terms of this Agreement, as well as the compliance of all subcontractors or 6 consultants paid from funds under this Agreement, for a period of five (5) years from the date of submission of the final expenditure report. The following are the only exceptions to the five (5) year requirement: !. if any litigation, claim, or audit is started before the expiration of the 5-year period, then the records must be retained until all litigation, claims, or audit findings Involving the records have been resolved and final action taken. iL When the Division or the Sub -Recipient is notified in writing by the Federal awarding agency, cognizant agency for audit, oversight agency for audit, cognizaant agency for indirect costs, or pass -through entity to extend the retention period. ill, Records for real property and equipment acquired with Federal funds rnust be retained for 5 years after final disposition. iv. When records are transferred to or maintained by the Federal awarding agency or pass through entity, the 5-year retention requirement is not applicable to the Sub -Recipient. v. Records for program income transactions after the period of performance. in some cases, recipients must report program income after the period of performance. Where there Is such a requirement, the retention period for the records pertaining to the earning of the program income starts from the end of the non -Federal entity's fiscal year in which the program Income Is earned. vi. Indirect cost rate proposals and cost allocations plans. This paragraph applies to the following types of documents and their supporting records: Indirect cost rate computations or proposals, cost allocation plane, and any similar accounting computations of the rate at which a particular group of costs is chargeable (such as computer usage chargeback rates or composite fringe benefit rates). d. In accordance with 2 C.F.R. §200,335, the Federal awarding agency must request transfer of certain records to Ira custody from the Division or the Sub -Recipient when it determines that the records possess long-term retention value. e. 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 -Recipient 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 altered, there is no need to create and retain paper copies. 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 control reviews, provide , reasonable safeguards against alteration, and remain readable, f, As required by 2 C.F.R. §200,303(s), the Sub -Recipient shall take reascnabie 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. 7 g. Florida's Government in the Sunshine Law (Section 28(3.011, Florida Statutes) provides the citizens of Florida with a right of accese to governmental proceedings and mandates three, basic requirements: (1) meetings of public boards or commissions must be open to the public; (2) reasonable notice of such meetings must be given; and, (3) minutes of the meetings must be taken and promptly recorded. The mere receipt of public funds by a private entity, standing alone, Is insufficient 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, then 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 Law applies to the Sub -Recipient based upon the funds provided under this Agreement, the meetings (Attie 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 minutes of all the meetings shall be public records, available to the public in accordance with chapter 119, Florida Statutes. It Florida's Public Records Law provides a right of access to the records of the state and local governments as well as to private entitles acting on their behalf. Unless specifically exempted from disclosure by the Legislature, ail materiele made or received by a governmental agency (or a private entity acting on behalf of such an agency) In conjunction with official business which are used to perpetuate, communicate, or formalize knowledge qualify as public records subject to public inspection. The mere receipt of public funds by a private entity, standing alone, is insufficient to bring that entity within the ambit of the public record requirements. However, when a public entity delegates a public function to a private entity, the records generated by the private entity's performance of that duty become public records. Thus, the nature and scope of the services provided by a private entity determine whether that entity is acting on behalf of a public agency and is therefore subject to the requirements of Florida's Public Records Law. i, The Sub -Recipient shall maintain all records for the Sub-Reciplent and for all subcontractors or consultants to be paid from funds provided under this Agreement, including documentation of all program costs, in a form sufficient to determine compliance with the requirements and objectives of the Budget and Scope of Work - Attachment A and B - and all other applicable laws and regulations. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO 8 THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (850) 815.7671, Records@em.myflorlda.com, or 2666 Shurnard Oak Boulevard, Tallahassee, FL 32399. (11)WDITS a. The Sub-Reoipient shall comply with the audit requirements contained in 2 C.F.R. Pati 200, Subpart F. b. In accounting for the receipt and expenditure of funds under this Agreement, the Sub -Recipient shall follow Generally Accepted Accounting Principles (GAAP"). As defined by 2 C.F.R, GMP "has the meaning specified in accounting standards issued by the Government Accounting Standards. Board (GASS) and the Financial Accounting Standards Board (FASB).' c. When conductingen audit of the Sub -Recipient's performance under this Agreement, the Division shall use Generally Accepted Government Auditing Standards ('GAGASI, As defined by 2 C.F.R, §200.1, GAGAS, "also known as the VowBook, meane.generallyiaccepted government auditing standerdS issued by the Comptroller General of the UnitectStates, which are applicable to financial audits:" d. If an audit chows that all or any portion of the funds disbursed were not spent tn accordance with the conchlions of this Agreement, the Sub-Reciplent shall be held liable for reimbursement to the Division of allfundsnot spentin accordance with these applicable regulations and Agreement provisions within thirty days after the Division has notified the Sub-Reciplent of such note; eompliance, e. The Sub -Recipient shell have all audits completed by an independent auditor, which Is defined in section 215.97(2)(1), Florida Statutes, as "an independent certified public accountant licensed under chapter 473." The independent auditor shall state that the audit comp -lied with the applicable. provisions notedebove. The audit must be received by the.Divielon no later than nine months from the end' of the Sub -Recipient's fisnalyear. f. The Sub -Recipient 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 DiV1810P at the following address: IDEMSingleAudit@ern,myfterida.com Office of the inspector General 2555 Shumard Oak Boulevard Tallahassee. Florida 32399-210D , The Sub -Recipient shell send the Single Audit reporting package and Form SF -SAC tethe Federal Audit Clearinghotise by submission online at: jetpinarvestef:cei DULgovflealoonectiddeinctex.hid h. The SukeRecipient shall sendany management letterissued by the auditor to the Division at the following.address: DEMSIngieAudit@em.myfiorida.com Office of the Inspector General 2556 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 (12)REPORTS a. Consistent with 2 C.P.R. §200.328, the Sub -Recipient shall provide the Division with quarterly reports and a close-out report. These reports shall include the current status and progress by the Sub -Recipient and all subcontractors In completing the work described in the Scope of Work and the expenditure of funds under this Agreement, in addition to any other information requested by the Division. b. Quarterly reports are due to the Division no later than, thirty (30) days after the end of each quarter of the program year and shall be sent each quarter until submission of the dose,out report. The ending dates for each quarter of the program year are March 31, June 30, September 30, and December 31. c. The close-out report Is due 80 days after termination of this Agreement or 30 days after completion of the activities contained in this Agreement, whichever first ocours. d. If all required reports and copies are not sent to the Division or are not completed in a manner acceptable to the Division, then the Division may withhold further payments until they are completed or may take other action as stated in Paragraph (16) REMEDIES, "Acoeptabie 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, f. The Sub -Recipient shall provide additional reports and information Identified in Attachment B. (13)jd1ONlTORING. a, The Sub -Recipient shall monitor its performance under this Agreement, as well as that of its subcontractors and/or ccnsultants who are paid from funds provided under this Agreement, to ensure that time schedules are being met, the Schedule of Dellverables and Scope of Work are being accomplished within the specified time periods, and other performanne goals are being achieved. 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, and/or other procedures. The Sub -Recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Division. in the event that the Division determines that a limited scope audit of the 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 Sub -Recipient further agrees to comply and cooperate 10 with any inspections, reviews, investigations or audits deemed necessary by the Florida Chief Financial Officer or Auditor General. In addition, the Division will monitor the performance and financial management by the Sub -Recipient throughout the contract term to ensure timely completion of all tasks. (14)1.16E111M 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(19), Fiotida Statutes, any Sub -Recipient which is a state agency or subdivision, as defined in section 768.28(2), Florida Statutes, agrees to be fully responsible for its negligent or tortious acts or omissions which result in claims or sults against the Division, and agrees to be liable for any damages proximately caused by the acts or omissions to the extent set forth in Section 768.28, Florida Statutes. Nothing herein is intended to serve as a waiver of sovereign Immunity by any Sub -Recipient 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. (1 b)p.,,,EFAULT If any of the following events occur ("Events of Default'), ail obligations on the part of the Division to make further payment of funds shall terminate and the Division has the option to exercise any of its remedies set forth in Paragraph (18); 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 any previous agreement with the Division is or becomes false or misleading in any respect, or if the Sub- Reciplent fails to keep or perform any of the obligations, terms or covenants in this Agreement or any previous agreement with the Division and has not cured them in timely fashion, or is unable or unwilling to meet its obligations under this Agreement b. Material adverse changes occur In the financial condition of the Sub -Recipient at any time during the term of this Agreement, and the Sub -Recipient fails to cure this adverse change within thirty days from the date written notice Is sent by the Division; c. Any reports required by this Agreement have not been submitted to the Division or have been submitted with incorrect, incomplete or insufficient Information; or, d. The Sub -Recipient has failed to perform and complete on time any of its obligations under this Agreement, (16)REMEDIES I If an Event of Default occurs, then the Division shall, after thirty calendar days written notice to the Sub -Recipient and upon the Sub -Recipient's failure to cure within those thirty days, exercise any one or more of the following remedies, efther concurrently or consecutively: a. Terminate this Agreement, provided that the Sub -Recipient Is given at least thirty days prior written notice of the termination. The notice shall be effective when placed In the United States, first class mail, postage prepaid, by registered or certf led mall -return receipt requested, to the address in paragraph (3) herein; b. Begin an appropriate legal or equitable action to enforce performance of this Agreement; c. Withhold or suspend payment of all or any part of a request for payment; d. Require that the Sub -Recipient refund to the Division any monies used for ineligible purposes under the laws, rules and regulations governing the use of these funds. e. Exercise any corrective or remedial actions, to include but not be limited to: I. Request additional information from the Sub -Recipient to determine the reasons for or ttie extent of non-compliance or lack of performance, if. Issue a written warning to advise that more serious measures may be taken if the situation is not corrected, 111. Advise the Sub -Recipient to suspend, discontinue or refrain from incurring costs for any activities In question or iv, Require the Sub -Recipient to reimburse the Division for the amount of costs Incurred for any items determined to be ineligible; f. The Division may Administratively close an Agreement. The Division may use the administrative close-out process when a Sub -Recipient is not responsive to reasonable efforts to collect required reports needed to complete 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 decide to impose remedies for noncompliance per 2 CAR. § 200.339, consider this information in reviewing future award applications, or apply special conditions to existing or future awards. If the Division needs to administratively close an agreement, this may negatively Impact a Sub -Recipient's ability to obtain future funding. g. Exercise any other rights or remedies which may be available under law. Pursuing any of the above remedies will not stop the Division from pursuing any other remedies in this Agreement or provided at law or in equity. If the Division waives any right or remedy In this Agreement or fails to insist on strict performance by the Sub -Recipient, it will not affect, extend or waive any other right or remedy of the Division, or affect the later exercise of the same right or remedy by the Division for any other default by the Sub -Recipient. 12 (17)TERiwtN TON a. The Division may terminate this Agreement for cause after thirty days (30) written notice. Cause can include misuse of funds, fraud, lack of compliance with applicable rules, laws and regulations, failure to perform on time, and refusal by the Sub -Recipient to permit public access to any document, paper, letter, or other material subject to disclosure under chapter 110, Florida Statutes, as amended. b. The Division may terminate this Agreement for cause after rejecting an appeal submitted due to noncompliance, nonaotivity, and/or a lack of expenditures for four (4) consecutive quarterly reporting periods. c. The Division may terminate this Agreement for convenience or when it determines, in its sole discretion, that continuing the Agreement would not produce beneficial results in line with the further expenditure of funds, by providing the Sub -Recipient with thirty calendar days prior written notice. d. The parties may agree to terminate this Agreement for their mutual convenience through a written amendment of this Agreement. The amendment will state the effective date of the termination and the procedures for proper closeout of the Agreement. e. In the event that this Agreement is terminated, the Sub -Recipient will not incur new obligations for the terminated portion of the Agreement after the Sub -Recipient has received the notification of termination. The Sub -Recipient will cancel as many outstanding obligations as possible. Costs incurred after receipt of the termination notice will be disallowed. The Sub -Recipient shall not be relieved of liability to the Dtvlsion because of any breach of Agreement by the Sub -Recipient The Division may, to the extent authorized by law, withhold payments to the Sub -Recipient for the purpose of set-off until the exact amount of damages due the Division from the Sub -Recipient is determined. (18),E .00UREMENT a. The Sub -Recipient shall ensure that any procurement involving funds authorized by the Agreement complies with all applicable federal and state laws and regulations, to include 2 C,F,R, §§200,318 through 200,327 as well as Appendix II to 2 C.F.R. Part 200 (entitled "Contract Provisions for Non -Federal Entity Contracts Under Federal Awards"). b, As required by 2 C,F.R, §200.318(t), the Sub -Recipient shall "maintain records sufficient to detail the history of procurement. These records will include but are not necessarily limited to the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price." c. As required by 2 C,F,R, §200,318(b), the Sub -Recipient shalt "maintain oversight to ensure that contractors perform in accordance with the terms, conditions, and specifications of their contracts or purchase orders.' in order to demonstrate compliance with this requirement, the Sub - Recipient shell document, In its quarterly report to the Division, the progress of any and all subcontractors performing work under this Agreement. 13 d. Except for procurements by micro -purchases pursuant to 2 C.F.R. §200.320(a)(1) or procurements by small purchase procedures pursuant to 2 C.F.R. §200.320(a)(2), If the Sub -Recipient chooses to subcontract any of the work required under this Agreement, then the Sub -Recipient shall forward to the Division a copy of any soficitation (whether competitive or non-competitive) at least ten (10) days prior to the publication or communication 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. §200.325, the Division will review the solicitation for compliance with the procurement standards outlined in 2 C.F.R. §§200,318 through 200.327 as well as Appendix Ii to 2 C.F.R. Part 200. Consistent with 2 C.F.R. §200.318(k), the Division will not substitute ifs judgment for that of the Sub -Recipient. While the Sub -Recipient does not need the approval of the Division in order to publish a competitive solicitation, this review may allow the Division to identify deficiencies in the vendor requirements or in the commodity or service specifications, The Division's review and comments shall not constitute an approval of the solicitation. Regardless of the Division's review, the Sub -Recipient remains bound by all applicable laws, regulations, and agreement terms. If during its review the Division identifies any deficiencies, then the Division shall communicate those deficiencies to the Sub -Recipient as quickly as possible within the seven (7) business day window outlined above. If the Sub -Recipient publishes a competitive solicitation after receiving comments from the Division that the solicitation is deficient, then the Division may: i. Terminate this Agreement In accordance with the provisions outlined in paragraph (17) above; and, (i. Refuse to reimburse the Sub -Recipient for any costs associated with that solicitation. e. Except for procurements by micro -purchases pursuant to 2 C.F.R. §200.320(a)(1) or procurements by small purchase procedures pursuant to 2 C.F,R. §200.320(a)(2), if the Sub -Recipient chooses to subcontract any of the work required under this Agreement, then the Sub -Recipient shell forward to the Division a copy of any contemplated contract prior to contract execution. The Division shall review the unexecuted contract and provide comments, if any, to the Sub -Recipient within seven (7) business days. Consistent with 2 C.F.R. §200.325, the Division will review the unexecuted contract for compliance with the procurement standards outlined in 2 C.F.R. §§200.318 through 200.327 as well as Appendix II to 2 C.F.R. Part 200. Consistent with 2 C,F.R, §200.318(k), the Division MR not substitute its Judgment for that of the Sub -Recipient. While the Sub -Recipient does not need the approval of the Division in order to execute a subcontract, thia review may allow the Division toidentify deficiencies in the terms and conditions of the subcontract as well as deficiencies in the procurement process that led to the subcontract. The Division's review and comments shall not constitute an approval of the subcontract. Regardless of the Division's review, the Sub -Recipient remains bound by all applicable laws, regulations, and agreement terms, if during its review the Division identifies any deficiencies, then the Division shall communicate those deficiencies to the Sub -Recipient as quickly as possible within the seven (7) business 14 day window outlined above, If the Sub -Recipient executes a suboontract after receiving a communioation from the Division that the subcontract is non-compilent, then the Division may: i, Terminate this Agreement In accordance with the provisions outlined in paragraph (17) above; and, ii. Refuse to reimburse the Sub -Recipient for any costs associated with that subcontract. f, The Sub -Recipient agrees to include in the subcontract that (l) the subcontractor is bound by the terms of this Agreement, (II) the subcontractor Is bound by ail applicable state and federal laws and regulations, and (III) the subcontractor shell hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed end required by law. effected g. As required by 2 C.F.R. §200.318(0)(1), the Sub -Recipient shall "maintain written standards of conduct covering conflicts of interest and governing the actions of its employees engaged In the selection, award and administration of contracts," h, As required by 2 C.F.R. §200.319(b) contractors that develop or draft specifications, requirements, statements of work, or Invitations for bids or requests for proposals must be excluded from competing for such procurements. The Sub -Recipient or pass-thru entity must disclose to the Division, in writing, any real or potential conflict of interest that may arise during the administration of the federal award, as defined by federal statutes or regulations, or their own existing policies, within five (5) days of learning of the conflict of interest. "Conflict of interest" Is considered as any situation where an employee, officer, or agent, any members of his or her Immediate family, or his or her partner has a close personal relationship, business relationship, or professional relationship, with a recipient or subreciplent. i, As required by 2 C,F.R. §200.319(a), the Sub -Recipient shall conduct any procurement under this agreement °in a manner providing full and open competition ° Accordingly, the Sub -Recipient shall not: i. Place unreasonable requirements on firms In order for them to qualify to do business; companies; contracts; equivalent; Ii. Require unnecessary experience or excessive bonding; Use noncompetitive pricing practices between firms or between affiliated iv. Execute noncompetitive contracts to consultants that are on retainer v, Authorize, condone, or Ignore organizational conflicts of interest; vi. Specify only a brand name product without allowing vendors to offer an 15 vli. Specify a brand name product instead of describing the performance, specifications, or other relevant requirements that pertain to the commodity or service- solicited by the procurement; viii. Engage In any arbitrary action during the procurement process; or, ix. Allow a vendor to bid on a contract if that bidder was involved with developing or drafting the speolfications, requirements, statement of work, Invitation to bid, or request for proposals. j. "[E1xcept in those cases where applicable Federal statutes expressly mandate or encourage" otherwise, the Sub -Recipient, as required 2 C.F.R..§200.319(c),. shall not a geographicpreference when procuring commodities or services under this Agreement. lc. The Sub-Reclpient shall conduct any procurement involving invitations to bld (i.e. sealed bids) in accordance with 2 C.F.R. §200.320(b)(1) es well as section 287.057(1)(a), Florida Statutes. I. The SubaRecIplent shall conduct any procurement involving requests for proposals Le. competitive prOposais) in accordance with 2 C.F.R. §200.320(b)(2) es well as section 287,067(1)(b), Florida Statutes. m. For each subcontract, the Sub-Reclpient shall provide infortation to the Division as to whether that subcontractor is a minoritybusiness enterprise, asdefined in SE/01011268.703, Florida Statutean the required Procurement Method Report (Form 6). Additionally, the Stib-Reclpient shall comply vvith.the requirements of 2 C,F.R. §200.321 cContracting with small andminority businesses, 1,vomeras business enterprises, and labor surplus areafirms"). n, FEMA tias developed helpful resources for Sub-Rebiliients using federal grant funds for procurements. These resources are generally available at bltsaliwww.feme.govairantstprocurement. FEMA periodically updates this resource page so please check back for the latest information. While not all the provisions discussed In the resources are applicable to this suhgrant agreement, the Sub.Recipient may find these resources helpful when drafting its solicitation and contract for compliance with the Federal procurement standards, outlined in 2 C.F.R. §§200.318 through, 20Q,327 well as Appendix II to 2 C.F.R. Fart200. (19)jIINXHtBFTS a. All attachments to this Agreementare incorporated as if set out fully. b. in the event of any inconsistencies or conflict betweenthe Language atlas kaeernent and the attachments, thelanguage of the attachments shall oontrol, but:only to the extent of the conflictor incarlAtoncy. c. This Agreement has thafollming attachments; I, Exhibit. 1 - Funding Soarces it. Exhibit2 Certification Regarding Telecommunications and Video Restrictions 16 Exhibit 3 -- Certification Regarding Lobbying lv. Attachment A — Program Budget v. Attachment B — Scope of Work vi. Attachment C — Deliverables and Performance vii. Attachment D — Program Statutes anti Regulations viii. Attachment E — Justification of Advance Payment ix. Attachment F — Warranties and Representations x. Attachment G — Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion xl. Attachment H -- Statement of Assurances xii. Attachment I — Mandatory Contract Provisions xiif. Attachment J — Financial and Program Monitoring Guidelines xlv. Attachment K — EHP Guidelines xv. Attachment L — Reimbursement Checklist (20)PAYMENTS a If 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 Financial Officer or under subparagraph (9)b. of this Agreement, ail obiigations on the part of the Division to make any further payment of funds shall terminate, and the Sub -Recipient shall submit its closeout report within thirty days of receiving notice from the Division. b. Invoices shall be submitted at least quarterly and shall include the supporting documentation for all costs of the project or services. The final invoice shall be submitted within thirty (30) days after the expiration date of the agreement. An explanation of any circumstances prohibiting the submittal of quarterly invoices shall be submitted to the Division grant manager as part of the Sub - Recipient's quarterly reporting as referenced in Paragraph (12) of this Agreement. c, Any advance payment under this Agreement is subject to 2 C.F.R, §200.305 and, as applicable, section 216.181(16), Florida Statutes. Aft requests for advance payments will be reviewed and considered on a case -by -case basis. All advances are required to be held in an interest -bearing account. If an advance payment is requested, the budget data on which the request is based, and a Justification statement shall be included in this Agreement as Attachment E. Attachment E will specify the amount of advance payment needed and provide an explanation of the necessity for and proposed use of these funds. No advance shall be accepted for processing if a reimbursement has been paid prior to the submittal of a request for advanced payment. After the initial advance, if any, payment shall be made on a reimbursement basis as needed. 17 (211REPAYME'tT$ a. All refunds or repayments due to the Division under this Agreement are to be made payable to the order of "Division of Emergency Management", and mailed directly to the following address: Division of Emergency Management Cashier 2555 Shumard Oak Boulevard Tafahassee FL 32390.2100 b. to accordance with section 215.34(2), Florida Statutes, if a check or other draft is returned to the Division for colteetion, Sub -Recipient shall pay the Division a service fee of $15,00 or 5% of the face amount of the returned check or draft, whichever is greater, 122mBAANDATED CONDITIONS a, The validity of this Agreement is subject to the truth and accuracy of all the Information, representations, and materials submitted or provided by the Sub -Recipient In this Agreement, in any later submission or response to a Division request, or in any submission or response to fulfill the requirements of this Agreement. Ail of said information, representations, and materials are incorporated by reference. The inaccuracy of the submissions or any material changes shall, at the option of the Division and with thirty days written notice to the Sub -Recipient, cause the termination of this Agreement and the release of the Division from ail its obligations to the Sub -Recipient. b. This Agreement shall be construed under the !aws 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, their the provision shall be null end voidto the extent of the conflict, and shall 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 i 01-336, 42 U.S.C. Section 12101 et sere), 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 convictacj vendor list following a conviction for a public entity crime or on the dtssriminatory vendor list may not submit a bid on a ccntraot to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construotion 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 18 excess of $25,000,00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. f, Any Sub -Recipient 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 belief, that it and its principals: i. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a federal department or agency; II. Have not, within a five-year period preceding this proposal been convicted of or had a civil Judgment rendered against there for fraud or a criminal offense in conrection 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, ar receiving stolen property; Ili. Are not presently indicted or otherwise criminally or olvilty charged by a governmental entity (federal, state or local) with commission of any offenses enumerated in paragraph (22) t If. of this certification; and, iv. Have not within a five year period preceding this Agreement had one or more public transactions (federal, state or local) terminated for cause or default. g. If the Sub -Recipient Is unable to certify to any of the statements in this certification, then the Sub -Recipient shall attach an explanation to this Agreement. h. in addition, the Sub -Recipient shall send to the Division (by email or by facsimile transmission) the completed "Certification Regarding Debarment, Suspension, ineligibility and Voluntary Exclusion" (Attachment t3) 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. I. The Division reserves the right to unilaterally cancel this Agreement if the Sub - Recipient refuses to allow public access to all documents, papers, letters ar other material subject to the provisions of chapter 119, Florida Statutes, which the Sub -Recipient created or received under this Agreement. j. If the Sub -Recipient Is allowed to temporarily Invest any advances of funds under this • Agreement, any interest income shall either be returned to the Division or be applied against the Division's obilgatlon to pay the contract amount. k. The State of Florida will not intentionally award publicly funded contracts to any contractor who knowingly employs unauthorized ellen workers, constituting a violation of the employment provisions contained In 8 U.S.C. Section 1324a(e) [Section 274A(e) of the Immigration and NationailtyAct (INK)), The Division shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the INA. Such violation by the Sub -Recipient of the employment provisions 19 contained !n Section 274A(e) of the INA shall be grounds for unilateral cancellation of this Agreement by the Division, !, Section 287.05805, Florida Statutes, requires that any state funds provided for the purchase of or improvements to real property are contingent upon the contractor or political subdivision granting to the state a security interest in the property at least to the amount of state funds provided for at least 5 years from the date of purchase or the compietton of the improvements or as further required by taw, m. Unless preempted by federal taw, the Division may, at its option, terminate the Contract if the Contractor la found to have submitted a false certification es provided under section 287.135(5), F,S., or been placed on the Scrutinized Companies with Activities In Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been 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)J.QBBYiNQ FROIIIKTION a. 2 C.F,R. §200.450 prohibits reimbursement for costs associated with certain lobbying activities. b. Section 218.347, Florida Statutes, prohibits "any disbursement of grants and aids appropriations pursuant to a contract or grant to any person or organization unless the terms of the grant or contract prohibit the expenditure of funds for the purpose of lobbying the Legislature, the jucilotat branch, or a state agency." c, 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 Federal appropriated funds have been paid or will be paid, by or on behalf of the Sub -Recipient, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement. if. 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 Sub -Recipient shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities." 20 ill. The Sub-Reotplent small require that this certification be included in the award documents for ail subawards (including subcontracts, subgrents, and contracts under grants, loans, and cooperative agreements) and that all Sub -Recipients shalt certify and disclose. iv. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction Imposed by Section 1352, Title 31, U,S. Code. Any person who fails to file the required certification shall be subject to s civil penalty of not less than $10,000 and not more than $100,000 for each such failure. v, if this subgrant agreement amount is $100,000 or more, the Sub -Recipient, and subcontraotors, as applicable, shall sign Attachment M — Certiflcation Regarding Lobbying. (2A)COPYRIGi t , PATENT AWU TRADEt��RK 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-existing patent or copyright, the Sub -Recipient shalt retain all rights and entitlements to that pre-existing patent or copyright unless the Agreement provides otherwise. b. - if any discovery or invention is developed in the course of or as a result of work or services performed under this Agreement, or In any way connected with it, the Sub -Recipient shall refer the discovery or invention to the Division for a determination whether the State of Florida will seek patent protection in Its name. Any 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 copyrightabie material are produced, the Sub-Rectplent 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 Stale of Florida. c, Within thirty days of execution of this Agreement, the Sub -Recipient shah disclose 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 ail 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 es a state university under Florida law, then, pursuant to section 1004.23, Florida Statutes, any Invention conceived exclusively by the employees of the Sub - Recipient 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, 21 undivided Interest in and to such joint Inventions, The Division shall retain a perpetual, Irrevocable, fully - paid, nonexclusive license, for its use and the use of its contractors of any resulting patented, copyrighted or trademarked work products, developed solely by the Sub -Recipient, under this Agreement, for Florida government purposes. (25)Lt GA.L AUTHORIZATION The Sub-Reclpient certifies that it has the legal authority to receive the funds under this Agreement and that its governing body has authorized the execution and acceptance of this Agreement. The Sub - Recipient also certifies that the undersigned person has the authority to legally execute and bind Sub - Recipient to the terms of this Agreement. (26}EQUAL, OPPORTUNITY EivinoywNT a. In accordance with 41 C.F.R, §60-1,4(b), the Sub -Recipient hereby agrees that it vial incorporate or cause to be incorporated into any contract for construction work, or modification thereof, es defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paki for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program Involving such grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as follows: I. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gander identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sax, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, rsecruttment or recruitment advertising; layoff or termination; rates of pay or other farms of compensation; and selection 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. IL The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin, iii, 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 applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job 22 functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is In response to a formal complaint or charge, in furtherance of an investigation, 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 collective 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 11246 of September 24,1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. vi. The contractor will furnish ail information and reports required by Executive Order 11246 of September 24,1965, and by Niles, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of Investigation to ascertain compliance with such rules, regulations, 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, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24,1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 2A,1365, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. viii. The contractor wilt include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24,1965, so that such provisions wilt be binding upon each subcontractor or vendor, The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, Including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved In, or is threatened with, litigation with a subcontractor or vendor es a result of suoh 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 will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction worts Provided, that if the applicant so participating is a State or total government, the above equal 23 opportunity clause Is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. o. The Sub -Recipient agrees that It wl8 assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the adminstering agency In the discharge of the agency's primary responsibility for securing compliance. d. The Sub -Recipient further agrees that It will refrain from entering into any contract or contract modification subject to Executive Order 11248 of September 24,1955, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive order and will carry out such senctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive order. in addition, the Sub -Recipient agrees that if It fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions; cancel, terminate, 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 pro ram with respect to which the failure or refund occurred until satisfaotory assurance of future oornptiance has been received from such Sub -Recipient; and refer the case to the Department of Justice for appropriate legal proceedings. (27)COPELAND ANTI -KICKBACK AAgT 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; L Contractor, The contractor shall comply with 18 U.S.C. § 874, 40 U.S,C. § 3145, and the requirements of 29 C.F.R, pt. 3 as may be applicable, which are incorporated by reference Into this contract. 1!. 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 subcontractor with all of these contract clauses. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.P.R. § 5.12. (28)c ONTRACT WORK HOURS AND SAFETY STANDARDS If the Sub -Recipient, with the funds authorized by this Agreement, enters into a contract that exceeds $100,000 and Involves the employment of mechanics or laborers, then any such contract 24 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 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 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 less 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 mechanic must be required to work In surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation. (29)CI.,r 6N Nij CT AND THE FEDERAL WWTERPOL.LUTTON CONTROL ACT lithe Sub -Recipient, with the funds authorized by this Agreement, enters into a contract that exceeds $150,000, then any such contract must Include the following provision, Contractor agrees to comply with ell applicable standards, orders or . regulations Issued pursuant to the Clean Air Act (42 U.S,C, 7401-7871q) and the Federal Water Pollution Control Act as amended (33 U.S,C. 1251-1387) and will report violations to FEMA and the Regional Office of the Environmental Protection Agency (EPA). (30)SUS?Et SIO AND DEBARMENT If the Sub -Recipient, with the funds authorized by this Agreement, enters Into a contract, then any such contract must include the following provisions: • i. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 Q.F.R. pt. 3000, As such the contractor is required to verify that none of the contractor, Its principals (defined at 2 C,F,R. § 180.995), or its affiliates (defined at 2 C.F.R, § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.9355). iI. The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C,F,R, pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. This certification Is a material representation of fact relied upon by the Division. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Division, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment, iv, The bidder or proposer agrees to comply with the requirements of 2 C,F.R. pt. 180, subpart C and 2 C.F.R, pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to Include a provision requiring such compliance in Its lower tier covered transaotions. 25 (31)BYRD ANTI -LOBBYING AMENDMENT 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 Anti -Lobbying Amendment, 31 U,S.C, § 1352 (as amended). Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not end has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non - Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient, if the Sub -Recipient enters Into a contract with a subcontractor for an award of $100,000 or more, the subcontractor shall sign Attachment M — Certification Regarding Lobbying. (32) CONTRACTING WiTH SMALL AND MINORITY BUSINESSES, WOMEN'S BUSINESS ENTERPRISES. AND LABOR SURPLUS AREA FIRMS, a. if the Sub -Recipient, with the funds authorized by this Agreement, seeks to procure goods or services, then, in accordance with 2 C.P.R. §200.321, the Sub -Recipient shall take the following affirmative steps to assure that minor;ty businesses, women's business enterprises, and tabor surplus area firms are used whenever possible; 1. Placing qualified small and minority businesses and womeree business enterprises on solicitation lists; li. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, end women's business enterprises; iv. Establishing delivery schedules, wher+s the requirement oermits, which encourage participation by small and minority businesses, and women's business enterprises; v. Using the services and assistance, as soproopriete, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commere; and vi. Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs 1. through v. of this subparagraph. b, The requirement outlined in subparagraph e. above, sometimes referred to es "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. 26 c. The °socioeconomic contracting" requirement outlines the affirmative steps that the Sub -Recipient must take; the requirements do not preclude the Sub-Reciplent 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 small purchase thresholds so as to utilize streamlined acquisition procedures (e.g. "project splitting"). 1331 ASSURANCEa The Sub -Recipient shall comply with any Statement of Assurances incorporated as Attachment H. IN WITNESS WHEREOF, the parties hereto have executed this Agreement. SUB -RECIPIENT: CITy4 MIAMI FIRE RESCUE • By: Name and Title: ArthiA orie a. City Manager Date: FID# 59-6000375 If signing electronically: By providing this electronic signatum I am attesting Mat 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 property followed to ensure the authenticity of MO electronic signature. This statement is to certify that 1 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 FLORIDA DIVISION OF EMERGE NAGEMENT By: Name and Date: 27 EXHIBIT —1 THE FOLLOWING FEDERAL RESOURCES ARE AWARDED TO THE SUB -RECIPIENT UNDER THIS AGREEMENT: Fedora! Program: HOMELAND SECURITYGRA(T PROGRAM Federal Agency: L.S, Department of Homeland Seounty. j✓ederai Emergency tuiannaem Catalog of Federal Domestic Assistance title and number. 2101 Award amount: $ 14,012,500.00 THE FOLLOWING COMPLIANCE REQUIREMENTS APPLY TO THE FEDERAL RESOURCES AWARDED UNDER THIS AGREEMENT: Federal Program: HOMELAND SECURITY GRANT PROGRAL1 List applicable compliance requirements as follows: 1. Sub -Recipient !s to use funding to perform eligible acJvittes as identified FY 2021 Department of Homeland Security Notice of Funding Opportunity. 2. Sub -Recipient is subject to a administrative and financial requirements as sot forth in this Agreement or will not be .in compliance with The terms of the Agreement. 3. Sub -Recipient must comply with specific taws, rules, or regulations that pertain to how the awarded resources lnustb: used or how eligibility determinetions ere to be made. NOTE: 2 C.F.R. Part 200, and section 216.97(5)(a), Florida Statutes, require that the information about federal Programs and State Projects included in Exhibit 1 be provided to the Sub-Reoiplent 28 EXHIBIT — 2 Certification Regarding Telecommunications and Video Restrictions Effective August 13, 2020, DHS/FEMA Sub -Recipients, as well as their contractors and subcontractors, may not use grant funds under the Nonprofit Security Grant Program covered by this Agreement and provided in FY 2021 or previous years to: 1. Procure or obtain, extend or renew a contract to procure or obtain, or enter into a contract to procure or obtain any equipment, system, or service that uses'covered 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 contractual instrument, 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 as part of any system, This prohibition regarding certain telecommunications and video surveillance services or equipment Is mandated by section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (FY 2019 NDAA), Pub. L. No. 116-232 (2018), and 2 C.F,R. § 200.216. Sub -Recipients may use DHS/FEMA grant funding to procure replacement equipment and services Impacted by this prohibition, provided the costs are otherwise consistent with the requirements of the FY 2021 Preparedness Grants Manual, applicable appendix to the Manual, and applicable NOFO. DHS/FEMA will publish additional guidance in a subsequent information Bulletin or similar notice. Per section 889(f)(2)-(3) of the FY 2019 NDAA, covered telecommunications equipment or services means: 1. Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation, (or any subsidiary or affiliate of such entities); 2. For the purpose of public safety, security of Government facilities, physical security surveillance of critice/ infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hlkvrsion Digital Technology Company, or Dahua'rechnology Company {or any subsidiary or affiliate of such entitles); 3. Telecommunications or video surveillance services provided by such entities or using such equipment; or 4. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in 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 -Recipient identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance or at any time or by any other source, the Sub -Recipient shall report the information to the SAA: 1. Within one business day from the date of such identification or notification: The contract 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 (original equipment manufacturer number, manufacturer part number, or wholesaler lumber); item description; and any readily available information about mitigation actions undertaken or recommended. 2. Within 10 business days of submitting the aforementioned information: Any further available information about mitigation actions undertaken or recommended. in addition, the Sub -Recipient shall describe the efforts It undertook to prevent use or submission of covered 29 telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. ub•Recipienf: CITY OF MIAMI FIRE RESCUE fay; Date: Arthur Norieca, City Manager Printed Name and Title if signing oiectrcnlcaily: By providing this electronic signature, l am attesting that 1 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 property followed to ensure the authenticity of the electronic signature, This statement Ls to certify that 1 confirm that this electronic signature is to be the legally binding equivalent of my handwritten signature and that 1 understand that It is my responsibility, on behalf of the organization, to ensure that we adhere to these restrictions. 30 EXHIBIT - 3 CERTIFICATION REGARDING LOBBYING Check the appropriate box; gi 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 O(i); 31 U.S.C. § 1352; and 44 C.F,R. Part 18, 0 This Certification Is ,gg required because the Contract, Grant, Loan, or Cooperative Agreement will be less than $100,000. APPENDIX A, 44 C.F.R. PART 13 - 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 undersigned, to any person for influencing or attempting to influence an officer or employes of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federai loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. if any funds other than Federal appropriated funds have been paid or will be paid to any person for Influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying,° in accordance with its instructions. 3, The undersigned shall require that the language of this certification be included In the award documents for ail subawards at ail tiers (including subcontracts, subgrants, and contracts under grants, loans, and 000perative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering Into this transaction imposed by section 1352, title 31, U.S, Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Sub -Recipient cr subcontractor, City Qf Mfan'i , certifies or affirms the truthfulness And accuracy of each statement of its certcation and disclosure, if any, in addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap, 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Sub-Reolpientlsubcontractor's Authorized Official Arthur Ncrleca, Clty anaaer Name and Title of Sub-Reelpient/subcontractor's Authorized Official Date 31 ATTACHMENT A Program Budget Below is a general budget which outlines eligible categories and their allocation under this award. The Sub -Recipient is to utilize the "Program Budget" 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 ] EMA'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 sub -categories, tertiary categories, and then individual equipment items. The AEL can be found at http://www.fema goy/authorized-equipment-list, The transfer of funds between the categories listed in the 'Program C udgnt rand Scope of Wok" Is permitted. However. the tnineor of funds between Issues le strictly prohibited, Sa"#i•e, c ' i '" aSe ityts It We _ ~' . z , , `� ;: �.. a $ - i.!f � atogoryfie%Ue Arnourtt A .. r�z FY 2021 - State Homeland Security Grant Program urban Area Security Initiative Issue #45 City of Niiarni Fire Rescue y Award Allocation — issue 45 $14,750,000.00 State Management & Administration withheld 5% $737,500.00 Expandable Award Allocation after 5% reduction $14,012,500.00 LEI Y-Type Activities (25% of award allocation) This amount is not in addition to the remaining award amount but instead signifies the amount needed to meet the 25% re • ut rentent. $3.687,500.00 Management and Administration (the dollar amount which corresponds to 4% of the total local agency allocation is shown in the colurnn on the '"ht . $560,5O0,00 4 � t t st • 5737;5t 32 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", after the execution of this agreement, contact the Grant Manager listed in this agreement via email or letter, ts Quantity Unit Cost ' Tow! Cost i L) Si Developing hazard/threat-specific annexes that incorporate the range of prevention, protection, response, and recovery activities Developing and implementing homeland security support programs and adopting ongoing DHS/FEMA national initiatives Developing related terrorism and other catastrophic event activities _prevention Developing and enhancing plans and protocols Developing or conducting assessments Hiring of full or part-time staff or contractors/consultants to assist with planning activities (not for the purpose of hiring public safety personnel fulfilling traditional public safety duties Cybersecurity - Planning, Training and Exercises (Planning); Line item 2021-01 1 $73,497.00 $73,497%00 1 Cybersecurity - Metadata Planner; Line item 2021-01 1 $43,000.00 $43,000.00 1 COVE — Screening, Search and Detection (LPR Analyst); Line item 2021-04 1 $62,549.00 $62,549.00 4 Cross Cutting — Planning (PTE to Include Planners and Consultants) 1 $1,508,967.00 $1,508,967.00 Materials required to conduct planning activities COVE — Public Information and Warning (CIBPAT); Line item 2021-04 1 $92,326.00 1 $92,326.00 4 Travel/per diem related to planning activities 32 A Overtime and backfill costs (in accordance with operational Cost Guidance) Issuance of WHTI-compliant Tribal identification cards 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 Update governance 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 THIRA/SPR continuity of operationsplans TOTAL PLANNING Ai1Ow4bito Organizational Activities (HSGP and LETP) EXPENDITURES Quantity 1-- $11710,33S.00 --4' -'1-1• Unit Cost Total Cost IJ # __ ..... 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 32 Utilization of standardized resource management concepts Responding to an increase in the threat level under the National Terrorism Advisory System (NTAS), or needs in !!St!n9 fromaNationaiSpec;alSecurityEvent Reimbursement for select operational expenses associated with increased security measures at critical infrastructure sites incurred (up to 50 percent of the allocation) ST/CP — Interdiction and Disruption (Operational OT for FEMA approved events; Line item 2021-02 1 $5,000,00 $5,000.00 2 Overtime for information, investigative, and intelligence 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 percent of the allocation —TT Cybersecurfty- Cyber Analysts; Line item 2021-01 1 $290,000.00 $290,000.00 intelligence and Info Sharing —IA I — Fusion Center Analysts; Line item 2021-03 5 $57,500.00 $287,500.00 3 Cost of migrating online services to the ".govs domain .. _ ..... EXPENDITURE Quantity ,.. _ ._.... IJ # TOTAL ORGANIZATIONAL 6582,500.00 _ Allowable Exercise Costs unit Cost . Total Cost 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 exercise -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 is applicable. The services of contractors/consultants may also be procured to support the design. development, conduct and evaluation of CBRNE exercises. The applicant's formai written procurement policy or the Federal Acquisition Regulations (FAR) must be followed. 32C, Cybersecurity Planning, Training and Exercises (Exercises); Line item 2021-01 5300,000,00 5300,000.00 ... .._..._., 1 Response - Public Health, Healthcare and EMS (Development of Closed POD Exercise and Training Video); Line item 2021-14 1 $75,515.00 $75,515.00 8 Overtime and backfill costs - Overtime and backfill costs, including expenses for part-time and volunteer emergency response personnel in FEMA exercises Implementation of HSEEP 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 as 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 MIN Activities to achieve planning inclusive of people with limited English proficiency EXERCISE ExPENDITURES ...„ , TOTAL ,is, ":;61'.,;i; :2 i.i1,44-',,ya . " i, • ' : , „4,,,, ,,,i .'° r-t;.4,- r Overtime and backfill for emergency preparedness and response personnel attending DHS/FEMA-sponsored and approved training classes ,- .,-,,,---,..„-, „,,:.."-„,A , ,.„, ,,,,,.,., : , Cost ,,,,,,„„„ ,,, 32 )) Overtime and backfill expenses for part-time and volunteer emergency response personnel participating In DHS/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 Cybersecurtty — Planning, Training and Exercises (Trainln9); Line item. 2021-01 1 $313,293,00 $313,293.00 1 Travel 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). 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 32 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 htt0:/fwww fe!�evfd� ip�tr�t 1, Quantity Unit Cost Total Coat Issue # Personal protective equipment Emergent Threats — On -Scene Security, Protection and LE (Gas Masks); AEL #01AR-02-APR; Line Item 2021.05 10 $691.00 $8,910.00 5 Response — On -Scene Security, Protection and LE (Ballistic Protection); AEL#01LE-01-HLMT, 01LE-01-ARMR, 01LE-01- SHLD); Line Item 2021.13 1 $226,218.00 8226,218.00 8 Explosive device mitigation and remediation equipment Emergent Threats — Interdiction and Disruption (Bomb SuitsfBomb Robots); AEL a02PE-01-BSUT and 02EX-02-RBTL; Line Item 2021-05 1 $135,000.00 8135,000.00 5 CBRNE operational search and rescue equipment Cybersecurity — Analysts' Equipment, AEL #05HS-00-MALW, 05HS-00-PFWL: 05HS-00-FRNS; 04HW-01-INHW and 19GN-00- BGPK; Line item 2021-01 2 $5,000.00 $10,000.00 1 CDVE - Screening, Search and Detection (Regional LPR Inttlatives); AEL #030E-01-ALPR, 04AP-02-AVLS, 131T- 00-INTL, I3LE-00-SURV, 21GN-00-INST, 21GN-00-CNST and 21GN-00-SHIP; Line Item 2021-04 1 t837,448.00 8831,448.00 4 Emergent Threats - On -Scene Security, Protection and LE (NVGLAEL #030E-02-TILA; Line item 2021-05 1 $34,325.00 $34,325.00 5 Response - Mass Search and Rescue (TRT Enhancements, Tablets, Thermal Imaging Cameras); AEL #030E-01-CTAC, 030E-02-TILA, 01AR-01-SAR, 04HW-01-INHW, 21GN-00-SHIP; Line Item 2021-12 1 $184,412.00 9184,412.00 8 Response - On -Scene Security, Protection and LE (NVG and Lighting); AEL #030E-02-TILA, 030E-LTPA; Line Item 2021-13 1 ;486,800.00 $486,800 00 8 information technology ST/CP — Intelligence and Information Sharing (Video Walls and Covert Surveillance Technology); AEL #04HW-01-INHW, 04M0- 01-VCAM, 04SW-04-NETW, 04SW-05SCAD, 04MD-03-DISP, 12TR-02-TEQP, 030E-02-ROVL, 131T-00-INTL, 21GN-00-INST and 21GN-00-OCEQ); Line item 2021-02 1 5995,341.00 $995,341.00 2 Intelligence and Info Sharing - I & I - (RTCC EnhancementNideo Display); AEL #04MD-01-DISP, 21GN-00-INST; Line item 2021-03 1 $29,930.00 $29,930.00 3 32 r CDVE - Nanning (V1R Counter Terrorism Training System); AEL #O4AP-08-SIMS; tine item 2021-04 1 $178,000.00 $178,000.00 4 Cross Cutting - Operatlonai Coordination (WebEOC); 04AP-05-CDSS, 04AP-03-CMS, 04SW-04-NETW, 04AP- 02-AVLS 1 $255,000.00 $255,000.00 a .���Q�,�a��qi q �y N } Y ti q(r . �{,;]"(p� fY! �.ticll 041 U{ ,Y��j; h„ } • •;.,,;,a :4*I.,' . Ss .''na.. _ '�';1.9"'�'• �u".t;' ... r�ct r.i ,"t. .'= : J.. ' � L.+ cc. , r' �..r.., .} Wit.::.• ,. [;y9� : �sa^a ---17 St •• } J.V ; re ,- ri a. `: ?.:.rr�'�`r-�'...;., '•:�'�r � �y - .h .71 ', , , ir. h�... }.j�I�Q(f�W{jJ�'' F -�• ` �[,ypy{.�.,z 1nf,�'� .1,T I .1"-', , '�'1, ^�+; :Z r.CY.l.: T;0 td-%.�� r4+ '�,.( •IA !- • 'Ai.. � �.r.\'^...• -. k''fYl�:+, §10*1��* 1UP`Y q `T40 i i i K •. :1 •, w . i 41CI � ; .�!' 3R.. .1 tr. v•K: fi l.� wi i '. .:.t/.l : • a +✓. •r"•„__2P' .3i .r .,}�.y H .jry ..� .Sf''C �w,,. ftl 1-i ,"r"r ; f +iv. Emergent Threats - Operational Communications (Microwave Downlink); AEL #06CP-03-MWAV; Line Item 2021-05 t $291,000.00 6291,000.00 8 Response - Operational Communications (Repeaters, Radios, , Sat phones/radios, Cellular Corns Kits, Overlay); AEL #06CP- 01-BASE, 06CP-02-BRDG, 06CC-03-SATM, OBCP-01-PORT, OGCC-02-DSAD, 21GN-00-TRNG, 06CP-01-PORT, 06CP-01- REPT, 06CC-03-SATB, 030E-01-CTAC; Line item 2021-15 t $703,484.00 $703,484.00 9 s i ,-• tr t�,," 1 - ,. .rtr, 3i: . 'r+ .ri v{.y �.'% S ; • -.... .,�Ty�x ?fJ T '.• /.,7 '.,; �: .'fig aa.... .''"y.. r`A , , •s .i,�r'R, .. .�:'' ..Z. :aP;.t't :^L ;`�+:l�.iZ:kr Emergent Threats - Screening, Search and Detection (Kennet Detectors, Monitors, Meters); AEL#07CD-01-DPMG, 07ED-01- iMOB, 07ZZ-00-NCBR, 07RD-02-PRDA, 07CD-01-0PGC, 07CS- 01-KAVC, 07CS-01-KLCS and 1SSC-00-PMON; Line item 2021- 05 1 8368,735.00 $356,735,00 5 '....., goi v. i *4j!�s(4,,ty ., t. �.�r'H•4? y� +i'R K4:,: �t.�rJ";.%^,..n`} '`.�wLL ,.iX..ti.i7`:..J•.aai �4.,CyytI.N,�cke4 : :., :�..,,1r.ar<•�r-• +,\ 1.'pf}5]?s•.,,-yy Iti• . •�Tl ^Kas•i;. -h f�• Iy,V&\"• :q)A%aY'.1a;,.,14.%',• •et ;:S.'9i.- •:1' • q�r.s•; ., •,".I . [IP rwittl1 N a*TrC - r t1 1ir.FC'i • T..r ; ia:.:K"SA 1..r,': ';/ !� Response - Logistics and Supply Chain Management (Generators, Power Cells, Shelter); AEL #I OBC-00-SOLR, 10GE-00-GENR and 19SS-00- SHEL; Lune Item 2021-11 1 $433,365.00 $433,355.00 8 30(INEeferC �jao,4S 7t=?ii•!- ,ift•• ,A:2, l r;,?X U45•,'Z .. ,i••,. . �.. Y, st t`J. t.,Y��`).--."* f`-i • }�pppp�} 77tit 1 ) Vitt* t,r ..`4..'e,47.4?1 � tKi#lfX " trttti041 kft `xY f"ff' {,,,ro,ii ,4•.,1 .1.: ; iP •. iix j. a��.t 1�..r. .�,,-,. r...l� %-,z,t i+ r; .� :_iXJ- :,': .Y�.r1..f.:.w = A r�'i, c '= . ,''{v.'7:i,'�s.�'t.: ;683,961.00 T•' s.r.... ";.,. ''raiw'� ,?.. ;a �. :r3,•.: �'. $583,961.00 Thi•.:,it..1 8 Emergent Threats - Critical Transportation (MCI BusIMTti); AEL #I2VE-00-ABUS; Line Item 2021.05 1 Emergent Threats -Environmental Response, Health and Safety (Hazmat Trailer/Equipment); AEL #12TR-00-TEQP, 01CB-04-ENSM, 01CS.02-ENSM, 01VT-02-FTWR, 01VT-02- GARM, 01VT-02-GLOV, 012A-04-BEAR, 07CA-01-DPGC, OIZA- 02-FTWC, 07CD-04-0CSO, 01SP-02-FTWR, 07CD-01-DPFI, 01SP-02-GLOV, 07CD-01-DPP1, 01AR-02-APR, Q1AR-02-APRC, 04AP-02.OAPT, 07CD-01-KLSV, 01AR-01-SCBT, 0802-01- WWCD, 030E-02-TILA, 08D2-02-EDCS, 0802.03-TDEW, I9GN- 00-COMP, 08D2-04-S0LN,11RE-00-RFCB, 07R0-02-HHSM and 030E-03-CACS; Line item 2021-05 1 $114,133.00 $114,133.00 5 1 32 Response - Critical Transportation; AEL 12VE-00-MISS; Line Item 2021-10 1 $780,121.00 $780,121.00 8 9 olwy}�f d-•}t,F• 1 ,i"X`.1 ��IlL �jJ f' ,' ..i{ d. '•W!•'.; i. .'.... A 1 [.-�•<. ... .. d, 4 4 F++'W...l•F + 3 4. 1x. ,, , jy� h.t1. t v 7-A 5"a`j • rtt! :Sw .a .. t r �: ' .�.: _ 4a t. N .. Intelligence and Info Sharing - f & I - (Forensic Video Covert Streaming Systems); AEL #13L.E-00-SURV, 04MD-03-DISP, 04HW-01-INHW and 10GE-00-GENR; Une Item 2021-03 Ij 1 $134}068 $134,458.00 3 , wnl'3 �, iJAD�? '!`yL'�nfj',"tom, p i-,,,.,: i.�Y•d ,, { �S.t�. •�.,:... . .+�. M ,r-L .•n.�Y _# } Mkc-C.a ,�,,}}Jr,'r fi •� �' =dc ' ;c •. i 0,1, �+. 4 t h�'Y..1. � may. nA: S, •.S'''. Y ' • 1:1E..�i• $77,000.00 t� +'#.. `' 1 ` Cybersecurtty (COOP Projects), AEL #14CI-01-COOP, Une Item 2021-01 1 $77,000.00 ST1CP (Access Control to include Election Security); AEL #14SW-01-PACS and 210N-00-INST, Line item 2021-02 1 $250,000.00 $260,000,00 2 ST/CP (Physical Protective Measures -CCTV, Bollards); AEL #14SW-01-VIDA, 14SW-01 WALL, 21GN-00-INST, 04M0-03- DISP, 210N-00-MAIN, 04HW-01-INHW) 1 $1,369,124.00 $1,389,124.00 2 intelligence and Info Sharing - Interdiction and Disruption (Regional Maritime Radar Project); AEL #14SW-01-RADR; Line Item 2021-03 1 $330,000.00 $330,000.00 3 Response - Communications (Backup Ethernet); AEL 14SW- 01-COOP; Line Item 2021-16 1 $20,000.00 $20,000.00 9 :tn8peoitoit'aijd.:Scre$ining systems" Aj0- ri.:ail Fivoign Ataimal sb.':. . .. • ,�.y. T , .A', z �q{ n-.s r PI ,f `,.?A.gr.'t'�i'MR' '*,W '^�',",e x, {, '•';+X `..<:�"..! ,.,+-.5 ,, 7 �x .0 �.3Vi X ',. I'll ', tk tt. Er,� t;:g7 .�� t,, .. . . �v`t` ' TL Response - Mass Search and Rescue (Fireboat), AEL #17WC- 00-BOAT, 21GN•00-TRMO; Line Item 2021-12 1 S173,755.00 $173,755.00 8 OBRNE'Preverttlon and Resppnae'Unnienned Aircraft '°. . ' :,,'• :.... - CBRNE'Aviatioii Etqulprnent,... - �t �(}�, 4' }� ? Sy 4<� • k%...in .DV •:' l.T•.•'� .v., :y +�•�'�tt,•,y .., t `•." r a,�rP ", '} `11 , Y�.�-, ...zt.� t L`•. :ti• a, 3,'.` y�. ?-' .� r }}. tiy.,.. �.:'M;:.n�;,,-r`r.�:,'' _ ��,,yy I{�� �q_� (�,�;,5},y �i�p! ar'"f::v.,:.,;. •. ... .S +"%S -r ali: 'i^ crlticai"emergency supplies .. . , . . ' • aUth( e£k ti. 'II i 18,01 ,t 4**, ,lA?lls fuctton l7t tki pi Ine' t iEE ' ' +.7' i :OtehY ,nee lei t uGi1 ` c " ell. n to a ✓ �•_.., -n , : „ `' a .; 1? « •; • ..;�=�:r-.;.. •.. Intelligence and Information Sharing - I & I - Fusion Center Operations; AEL#21GN-00-OCEQ; 04HW-01-INHW; 131T-00- INTL, 13IT-00-ALRT; Line item 2021-03 1 1 $270,000.00 $270,000.00 3 32 1' i Cross Cutting - Operational Coordination (EOC Enhancements); AEL #216N-00-0CEQ, 06CP-05-VCON, 06CP- 01-PORT, 04M13-03-DISP, 04HW-01-11HCD 05PM-00-PTCH, 06CC-03-SATP, 06CC-03-SATB, 06CC-04-SADS, 06CC-01- CELL, 14SW-01-PACS, 14CI-00-COOP, 21GN-00-INST, 04HW- 01-CABL, 04HW-01-INHW and 21GN-00-INST; Line item 2021- 07 1 $505,600.00 $505,600.00 6 Mitigation - Community Resilience (Citizen Corp/CERT); AEL 021GN-00-CCEQ, 04AP-08-SIMS, 06CP-01-PORT; Line item 2021-08 1 $497,893.00 $497,893.00 7 Mitigation - Long Term Vulnerability Reduction (Iiilaintenance/Sustainment of Equipment); AEL 421 GN-00- MAIN; Line item 2021409 1 $148,750.00 $148,750.00 7 TOTAL EQUIPMENT . . , . Hiring of full-time or part-time staff or contractors/consultants: to assist with the management of the respective grant program; application requirements, and compliance with reporting and data collection requirements EXPENDITURES $10,400,353.00 M&A Salary Personnel, Line item 2021-17 1 6510,600.00 $510,500.00 Development of operating plans for information collection and processing necessary to respond to DHS/FEMA data calls Overtime and backfili costs - Overtime expenses are defined as the result of personnel who worked over 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 Backfill" are 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 backfill expenses are the result of an increase of Full - Time E•uivalent (FTEs) employees, Travel expenses Itirl A Travel, Line item 2021-17 1 $20,000.00 620,000.00 Meeting -related expenses 1 32 Authorized 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. Office Supplies, Line item 2021-17 1 $20,000.00 $20,000.00 The following are allowable only within the agreement period: Recurring fees/charges associatedwith certain equipment, such as cell phones, faxes. Leasing and/or renting of space for newly hired personnel to administer programs within the grant program. Recurring Expenses, Line item 2021-17 .,__ _„ _ .. v P;3cbjf TOTAL 1 %+ z. $10,000.00 -1i V , $10,000.00 .1., .;,�i $14,012,800 AWARD EXPENDITURES 32 ATTACHMENT El SCOPE OF WORK SO-Reelpients met comply with all 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 Agency National' Preparedness Directorate Fiscal Year 2021 Homeland Security Grant Program (HSGP), consistent with the Department of Homeland Security 8tateStrategy. Ugib activities are outlined' in the.Scope of Work for each category below: I. Issue :and projed Descriptlim — Issue 46: The Urban Area Security Initiative (UASI) has allowable Management and Administration (M&A) costs associated with it. The Division of Emergency Management, as the designated State AdininistrativeAgertey, will retain five (5) percent of the total UASI amount allocated to Florida for M&A purposes. These' funds will provide the SAA with themeans to manage and administer the UASI grant The -proper menageMent and administration of these funds ensures that each project IlstedWill be fulfilled, or partially fulfilled, mere efficiently Willie remaining In compliance with the DHS.Federal Fiscal Year2021 Homeland Security Grant Program Guidandee. II. CEktegertes and Eligible. Activities FY 2021 allowable costs areedIvicied into the following categories for this agreemenb Planning, Organizationel, Exeretes, Treining, Equipment and Management and AdmInIstratIon. Each categOry's allowable cots have been listed in the Detail Worksher.above. A. Allowable Planning Related:Costa HSGP:fundemay be used for a range of emergency preparedness and management planning activities such as, those assodiated.with the deveiopment, review, and revision of theTHIRA, SPR, continuity ef operatione.Plans, and other planning activities that support the Goal and piecing an emphasis on updating and maintaining a current EOP that conformto the guidelleas outlined n. CPG 101 re2.0. • Developing hazardlthreat-specific annexes that incorporate the range of prevention, protectiOn, response, arid Nevory activities; e Developing And implementing homeland security Support program and adopting DHS/FEMA national InitiatIvee; • Developing related terrorism -and other catastrophic event prevention aetivities; o Developing and enhancing plansand protocols o Developing -or conducting assesements: o Hiring of f011-or part-time staff or contrect/consultants to assist with planning. activities (not for the purpose of hiring public Safety personnel fulfilling traditional public -safety duties); • Materials required to conduct planning activitiee; o Travel/per diem related to planning ectivitiee; e Overtime and backfill costs (In accordance with operational Cost Guidance); • le,suance of WHTI-cempliarit Tribal identification card; • Attivitteis to achieVe planning Inclusive of people with disabilities andothers with access and functional needs; •0 Coordination with Citizen Corps Councils for public inforMatiordeduaation and development of volunteer programs.; • Update governance structures and processes and plant for emergency Communications; • Development, and review and revision of continuity of operatienepIan • Development, end review and revision of the THIRA/6PR continuity of operation e plans; and e Activities .to achieve planning inclusive of people with limited English proficiency. 38. B. Allowable organization Related Coate (HSGP and UASi Only) Sub -Recipients proposed expenditures of SHSP or UASI funds to support organization activities include: • Program Management; • Development of whole community partnerships, through groups such as Citizen Corp Councils; • Structures and mechanisma for Information sharing between the public and private sector; • Implementing models, programs, and workforce enhancement Initiatives to address ideologically inspired radicalization to violence In the homeland; • Tools, resources, and activities that facilitate shared situational awareness between the public and private sectors; • Operational Support; • Utilization of standardized resource management concepts such as typing, inventorying, organizing, and tracking to facilitate the dispatch, deployment, and recovery of resources before, during, and after an incident; • Responding to an increase in the threat level under the National Terrorism Advisory System (NTAS) or needs resulting from a National Special Security Event; • Migrating online services to the ".govb Internet domain; and • Paying salaries and benefits for personnel to serve es 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 U.S.C. § 600(a), HSGP and UASI funds may be used to hire new staff and/or contractor positions to serve as intelligence 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.C. § 609(a). To be hired es 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 anatysis 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 Loa law enforcement intelligence unit intelligence Analyst Activities Allowable Costa (HSGP and UASI) All fusion center analytical personnel must demonstrate qualifications that meet or exceed competencies identified in the Common Competencies for state, local, and tribal intelligence Analysts, which outlines the minimum categories of training needed for Intelligence analysts. A certificate of completion of such training must be on file with the SAA. States and Urban Areas must justify proposed expenditures of HSGP or UASI funds to support organization activities within their IJ submission. All SAAs are allowed to utilize up to 50 percent (50%) of their HSGP funding and all Urban Areas are allowed up to 60 percent (50°%) of their UASI funding for personnel costs. At the request of a Sub -Recipient of a grant, the FEMA Administrator may grant a waiver of the 50 percent (50%) 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: • Documentation explaining why the cap should be waived; • Conditions under which the request Is being submitted; and • A budget and method of calculation of personnel costs both in percentages of the grant award and in total dollar amount. To avoid supplanting issues, the request must eiso include a three- year staffing history for the requesting entity. Law Enforcement Terrorism Prevention (LE`tP) Activities Allowable Costs (HSGP and UAW) 39 LETP Activities eligible for use of LETPA focused funds include but are not limited to: • Maturation and enhancement of designated state and major Urban Area fusion centers, including Information sharing and analysis, threat recognition, terrorist interdiction, and training/ hiring of Intelligence analysts; • Coordination between fusion centers and other analytical and investigative efforts including, but not limited to Joint Terrorism Task Forces (JTTFs), Field Intelligence Groups (FIGs), High intensity Drug Trafficking Areas (HiOTAs), Regional Information Sharing Systems (RISS) Centers, criminal intelligence units, real-time crime analysis centers and DHS intelligence, operational, analytic, and investigative entities; • Implementation and maintenance of the Nationovicie SAR Initiative, including training for front line personnel on identifying and reporting suspicious activities, tips/leads, and online/social media -based threats, as well as the execution and management of threat assessment programs to Identify, evaluate, and analyze indicators and behaviors Indicative of terrorism, targeted violence, threats to life, and other criminal activity; • Management and operation of activities that support the execution of the intelligence process and fusion centers, including but not limited to: Fusion liaison Officer (FLO) programs, security programs to protect the faciiity, personnel, and information, and the protection of privacy, civil rights, and civil liberties. • implementation of the "If You See Something, Say Something' campaign to raise public awareness of indicatore of terrorism and terrorism -related crime and associated efforts to increase the sharing of information with public and private sector partners, Including nonprofit organizations, o Note: DNS requires that all public and private sector partners wanting to implement and/or expand the DHS "If You See Something, Say Somethingla" campaign using grant funds work direclly with the DHS Office of Partnership and Engagement (OPE) to ensure all public awareness materials (e.g., videos, posters, trt #olds, etc.) are consistent with the DHS's messaging and strategy for the campaign and compliant with the Initiative's trademark, which is licensed to DHS by the New York Metropolitan Transportation Authority. Coordination with OPE, through the Campaign's Office (seesay@hq.dhs,gov), must be facilitated by FEMA. • Increase physical security, through law enforcement personnel and other protective measures, by implementing preventive and protective measures at critical infrastructure site or at -risk nonprofit organizations; • Building and sustaining preventive radiological and nuclear detection capabilities, including those developed through the Securing the Cities initiative; and • Integration and Interoperabflity of systems and date, such as computer aided dispatch (CAD) and record management systems (RMS), to facilitate the collection, evaluation, and assessment of suspicious activity reports, tips/leads, and online/social media -based threats. Organizational activities under HSOP and OAS! include. Operational Overtime Costs. In support of efforts to enhance capabilities for detecting, deterring, disrupting, and preventing acts of terrorism and other catastrophic events, operationat overtime costs are allowable for increased protective security measures at critical infrastructure sites or other high -risk locations and to enhance public safety during mass gatherings and high•profiie events, In that regard, HSGP Sub -Recipients are urged to consider using grant funding to support soft target preparedness activities. HSGP or UASI funds may be used to support select operational expenses associated with Increased seourity measures in the authorized categories cited below: • Sackkfill and overtime expenses for staffing State or Major Urban Area fusion centers; • Hiring of contracted security for critical infrastructure sites; • Participation in Regional Resiliency Assessment Program (RRAP) activities; • Public safety overtime; 40 • Title 32 or State Active Duty National Guard deployments to protect critical infrastructure sites, including all resources that are part of the standard National Guard deployment package (Note: Consumable costs, such as fuel expense% are not allowed except as part of the standard National Guard deployment package); • Increased border security activities In coordination with CBP; • National Terrorism Advisory System; • Designated National Security Events; • Special Event Assessment Rating (SEAR) Level through 4 Events • States of Emergency; • National Critical Infrastructure Prioritization Program (NCIPP); • Drrected Transit Patrols; and • Operational Support to a Federal Agency, Operational Overtire Requests: • Except for an elevated NTAS alert, HSGP or UASI funds may only be spent for operational overtime costs upon prior written approval by FEMA. The SAA must submit operational overtime requests in writing to its assigned FEMA Program Analyst (PA). FEMA will consider requests for special event activities up to one year in advance. However, such requests must be within the award's current period of performance and must not result in the need for a request to extend the period of performance. • All operational overtime requests must ciearty explain haw the request meets the criteria of one or more of the categories listed above. Requests must address the threat environment as it relates to the event or activity requiring operational overtime support end explain how the overtime activity is responsive to the threat. • Post -event operational overtime requests will oniy be considered on a case -by -case basis, where it is demonstrated that exigent circumstances prevented submission of a request in advance of the event or activity. • Under no circumstances may DHS/FEMA grant funding be used to pay for costs already supported by funding from another federal source. • States with UASi jurisdictions can use funds retained at the state level to reimburse eligible operational overtime expenses incurred by the state (per the above guidance limitations). Any UASI funds retained by the state must be used in direct support of the high -risk urban area. States must provide documentation to the UAWG and DHS/FEMA upon request demonstrating how any UASI funds retained by a state would directly support the high -risk urban area. • FEMA will consult and coordinate with appropriate DHS components as necessary to verify Information used to support operaational overtime requests. Personnel Costs (HSGP and UASM) Personnel hiring, overtime, and backfill expenses are permitted under this grant to perform allowable t-ISGP planning, training, exercise, and equipment activities, Personnel may include but are not limited to training and exercise coordinators, program managers for activities directly associated With HSGP and UASI funded activities, Intelligence analysts, and Statewide Interoperabillty coordinators (SWIC). Sub -Recipients should refer to Information Bulletin No. 421b, Clarification on the Personnel Reimbursement for intelligence Cooperation and Enhancement of Homeland Security Act of 2008 (Public Law 110-412 — the PRICE Act), October 30, 2019. HSGP funds 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. Ths following definitions apply to personnel costs: • lifting, State and local entitles may use grant funding to cover the salary of newly hired personnel who are exclusively undertaking allowable DHS/FEMA grant activities as specified 41 in this guidance. This may not include new personnel who are hired to fulfill any non- DHS/FEMA program activities under any circumstances. Hiring will always result in a net increase of Fuil Time Equivalent (FTE) employees, • Overtime. These expenses are limited to the additional costs that result from personnel working over and above 40 hours of weekly work time as the direct result of their performance of DHS/FEMA-approved activities specified in this guidance. Overtime associated with any other activity is not eligible, • Backffll-Related Overtime. Also called "Overtime as 13aokfij ," these expenses are limited to overtime costs that result from personnel who are working overtime (as identified above) to perform the duties of other personnel who are temporarily assigned to OHS/FEMA-approved activities outside their core responsibilities. Neither overtime nor baakfill expenses are the result of an increase,of FTE employees. • Supplanting. Grant funds will be used to supplement existing funds and will not replace (supplant) funds that have been appropriated for the same purpose. Applicants or recipients may be required to supply documentation certifying that a reduction in non-federal resources occurred for reasons other than the receipt or expected receipt of federal funds. Organization (OPSG) Personnel Costs: ()PSG funds may be used for domestic travel and per diem, including costs associated with the depioyment/redeployment of personae! to border areas and for travel associated with law enforcement entities assisting other local jurisdictions !n law enforcement activities (travel costs must be in accordance with applicable travel regulatipns). Up to 60 percent of an OPSG award may be used to pay for all personnel costs (oniy to the extent that such expenses are for the allowable activities within the scope of the grant). At the request of a recipient or Sub -Recipient, the FEMA Administrator (or designee) may waive the 60 percent personnel cap. Waiver decisions are at the discretion of the FEMA Administrator and will be considered on a case -by - case basis. Further, changes in scope or objective also require FEMA's prior written approval pursuant to 2 C.F.R. § 200.308(c)(1)(1). A formal OPSG personnel waiver request should: • Be on official letterhead, include a written justification, and be signed by the local jurisdiction. • 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 an 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 (OSP), As with ail OPSG personnel costs, OPSG grant funds will be used to supplement existing funds and will not replace (supplant) funds that have been appropriated for the same purpose. Applicants, or recipients may be required to supply documentation certifying that a reduction in non-federal resources occurred tor reasons other than the receipt or expected receipt of federal funds. Operational Overtime Costs. OPSG funds should be used for operational overtime costs associated with law enforcement activities in support of border law enforcement agencies far increased border security 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/Dispatchers, non -sworn patrol pilots, etc.). Overtime shall be reimbursed consistent with the non- federal entity's overtime policy and the requirements as stated below: • Overtime is 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. 42 • The OPSG overtime hourly rate of pay Will be no more than the epproved:overtime rate per local law and policy and must be In accordance with applicableState and Federaf regulations. • Altevertime expenses under OPSG must be reasonable for the services rendered and conform to the non-federal entity's established written policy, which must appty to both federally funded and nor -federally funded activities and Comply with the other appligable requirementunder 2 C.F.R. § 200.430-200,431. • The norefederaf entity may not utilize OPSG funding to pay for an employee's overtime hours or pay that exceeds 16 hours worked in any 24-hour period. Ternporary or Term. Appointments • Sub-RecIplents may utilize temporary or term appointrtients to augment the law, enforcement .presenceon the borders. However, applying funds toward hirlrig-full-timeor permanent sworn .pubitc safety .officers istmelloWeble. • OPSO-funded temporary or teen appointments may not exceed the approved period of performance. • For OPSG purposes, temporary appointments are non -status appointments fee less Than one .year, o For OPSG purposes; term appointments are non -status appointments for one year, extendable for one year reS necessary. .0 QPSG funding for teinporeel or tern appointments may pay for salary only. Benefits are not allowable expenseSfer term or ternporary'ernpleyees. ()PSG remaina pop -hiring peogram, Appropriate uses of temporary or teurraPpointinents Include: e To carry out specifio enforcement operation's work for ongoing OPSG-fonded petrels throughout the Seder Area cifOperatitera e To staff operations of limited duration; such as OPSG-enhanced enforcement patrols targeting specific locations or criminal ectiV,ity;. and, • To fill ()PSG. paisitleas le activities undergoing transition or porsonnetshortages and fecal hackfill policies (mediceerrilitary.deoloyments). • OPSG term and temporary appointments must have all necessary ceelfidatione and training to enforce, state and local laws. OPSG ftindewill net be used to trainer certify term or temporary appointments except as otherwise stand In the °PSG section eerie Preparedness Grants.Manuel and the HSGP NOFO. A. In addition lo these terms Sub-Reejpients must follow ,their own applicable policies and precedureS regarding temporary or term appointments. Uoallowable dogs (PSG) OPSG unallowable casts include costs aesociated-witisevIdence collectioh, arrest proceSsirig, prosecution., and Traffic/DUI checkpoints, such as evidence doctimentation cameras, fingerprinting supplies,. alcohol breathalyzers, portable work lights, traffic barricades, and similarlaw enforcement expenses. Additional unallowable costs alsoinclude costs associated with staffing and genera$IT computing equipmentend hardware, such as personal computers, faxes, copy machines, modems, eto. OPSG is not intended as ehiring program. Therefore, applying:funds toward hiring full-time or permanent.sworn public safety offIcersis unallowable. OPSG funding shalt not be usedto'Supplarit inherent routine patrols -and law enforcement operations tr activities not directly related to providing enhanced coordination between lecal and fisclerallavv enforcement agencies, Finally, construction and/nerenevation costs, and exercise expenses are prohibited under OPSG, C. Allowable Exercise Related Coats Exercises conducted with grant funding should be managed and conducted consistent with HSEEP. HSEEP guidance for exercise design, deveka.mient, conduct, evaluation', and improvement planning is located at jjetrathWeivetatira.govIemergence-manaciersh/ational-Orenarecinesseexercisesihseep, 43 • Design, Develop, Conduct, and Evaluate an Exercise • Full or part-time staff or contractors/consultants • Exercise Planning Workshop • Full- or part-time staff or contractors/consultants • Overtime and beckfitl costs, lnrluding expenses for part-time and response personnel participating in DHS/FEMA exercise • Impiementetlon of HSEEP • Activities to achieve exercises inclusive of people with disebiiitiea functional needs • Travel • Supplies associated with allowable approved exercises • Interoperable communications exercises Additional Exercise information volunteer emergency and others with access and Sub -Recipients that decide to use HSGP funds to conduct an exercises) are encouraged to complete a progressive exercise aeries. Exercises conducted by states and high risked urban areas may be used to fulfill similar exercise requirements required by other grant programs, Sub -Recipients are encouraged to invite representatives/planners involved with other Federally mandated or private exercise activities. States and high risked urban areas are encouraged to share, at a minimum, the multi -year training and exercise schedule with those departments, agencies, and organizatione Included in the plan. • Validating Capabilities. Exercises examine and validate capabilities -based planning across the Prevention, Protection, Mitigation, Response, and Recovery mission areas. The extensive engagement of the whole community, including but not limited to examining the needs and requirements for individuals with disabilities, individuals with !united English proficiency, and others with access and functional needs, is essential to the development of an effective and 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 tools, the National Exercise Program (NEP) serves as the principal exercise mechanism for examining national preparedness and measuring readiness. Exercises should align with priorities and capabilities Identified in a multi -year TEP, • Special Event Planning. If a state or Urban Area will be hosting a special event (e.g., Super Bowl, G-8 Summit), the special event planning should be considered as a training or exercise activity for the purpose of the multi -year TEP. States must include all confirmed or planned special events in the Multi -year TEP. The state or Urban Area may plan to use HSGP or UASI funding to finance training and exercise activities in preparation for those events. States and Urban Areas should also consider exercises at major venues (e.g„ arenas, convention centers) that focus on evacuations, communications, and command and control. • Regional Exercises. States should also anticipate participating in at least one Regional Exercise annually. States must include ail confirmed or planned special events in the Multi- year TEP. • Role of Won -Governmental Entities in Exercises. Non -governmental participation in elf levels of exercises is strongly encouraged, Leaders from non -governmental entities should be included in the planning, design, and evaluation of an exercise. State, local, Tribal, and territorial jurisdictions are encouraged to develop exercises that test the integration and use of non -governmental resources provided by non-govemmentat entitles, defined as the private sector and private non-profit, faith -based, community, participation in exercises should be 44 coordinated with the local Citizen Corps Councti(s) or their equivalent and other partner agencies, FDEM State Training Office conditions for Exercises: For the purposes of this Agreement, any exercise which is compliant with HSEEP standards and contained in the State of Florida (and County or Regional) MYTEP qualifies as an authorized exercise. The Sub -Recipient can sucoessfu ty complete an authorized exercise either by attending or conducting that exercise, • in order to receive payment for successfully attending an authorized exercise, the Sub - Recipient must provide the Division with a certificate of completion or similar correspondence signed by the individual In charge of the exercise; additionally, the Sub -Recipient muss 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 suocessfully conducting an authorized exercise, the Sub - Recipient must provide the Division with an ExPLAN, AAR/IP, !PC/UPC/FPO Meeting Minutes and Sign -in Sheet for exercise attendees; additionally, the Sub -Recipient must provide the Division with all receipts that document the costs incurred by the Sub -Recipient in order to conduct the exercise. The Sub -Recipient must include with the reimbursement package a separate oopy of the page(s) from the Exercise Plan which identities the participant agencies and a printed pages) from the State (and County or Regional) MYTEP reflecting the exercise. • if you require food/water for this event, request must come to the Division within 25 days prior to the event, in the following format: Exercise Title: Location: Exercise bate: Exercise Schedule: Estimated Number of Participants that will be fed: Estimated Cost for foodMater: Description of the Exercise: 8. Ailowable Training Related Costs (SHGP and UAW) Altowabfe training -related costs under HSGP include the establishment, support, conduct, and attendance of training specifically identified underthe HSGP and UASi programs and/or in conjunction with emergency preparedness training by other Federal agencies (e.g., HHS and DOT). Training conducted using HSGP funds should address a performance gap identified through an AAR/IP or other assessments (e.g., National Emergency Communications Plan NECP Goal Assessments) and contribute to building a capability that will be evaluated through a forrnai exercise. Any training or training gaps, including those for children, older adults, pregnant women, and individuals with disabilities and others who also have access or functional needs, should be identified in the AAR/IP and addressed 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 -Recipients are encouraged to apply the Analysis, Design, Development, Implementation and Evaluation (ADD!E) model of instructional design. • 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 DHS/FEMA training c� • Training workshops and conferences • Activities to achieve training inclusive of people with disabilities and others with access and functional needs and limited English proficiency 4$ • Full- or part-tirne staff or contractors/consultants • Travel • Supplies associated with allowable approved training that are expended or consumed dining the course of the planning and conduct of the exercise project(s) • Instructor certifleationfte-eertificatfon • Coordination with Citizen Corps Councils in conducting training exercises • Interoperable communications training Activities to achieve plahning inclusive of people with limited English proficiency • Immigration enforcement training Additional Training information Per DHS/FEMA Grant Programs Directorate Policy jil 432, Review and Approve! Requirements fdr Training Courses Funded Through Preparedness Grants, issued on July 19, 2018, states, territories, Tribal entities and high-rise urban areas are 40 'longer required to roqueSt approval from FEMA for personnel to attend non-DHS FEMA training. as long asehe training is coordinated with end approved by. the state, territery, Tribal or high -risk urban area Training Point of Contact (TPOC) and faits within the FEMA mission scope and the jurisdiction's Emergency Operations Plan (EDP): The only exception to this policy efor Countering Violent Extremism cpureee. DHS/FEMA wilt conduct periodic reviews of all state, territory, and Urban Area training funded by DHS/FEMA. These reviews may include requests for all course materials and physical observation of, or participation in, the funded training_lf these reviews determine that courses.are outside the scope of this guidance, eub-RecIplente will be asked to replay grant funds expended in support of those efforts. For further Information en developing Courses using instructional design methodology and tools that can faellitetethe process, SAAs• and TPOCs are encoureged.to review the NTED Responder Training Dove/opulent Center (RTDC)website. DFISIFEMA Provided Training. These tralninge include programs or coursesdeveloped for and delivered by institutions and orgentationt funded by DHS/FEIVIA. This ipoludeslhe Center for Domestic Preparedness (CDP), the Emergency Management Institute (EMI), and the National Training and Education Division's (NTED) Training Partner Programs (TPP), TPP includes the Center for Homeland Defense and Security, National Domestic Preparedness Consortium (NDPC), Rural Domestic Preparedness Consonium (RDPC), and training partners through The Continuing Training Grants program. Approved State and Federal Sponsored Course data/I:qua This.cetalogue lists state and Federal sponsored course's that fall.withie the DHS/FEMA miesion scope and have bean approved through the FEMA course review and approval process. An updated version of this catalog can be accessed at www.firstnasoendertreining.gov. Training Not Provided by DPIVFE1111A. These training's include courses that are eitheestate sponsored or Federarspdnsored (non-DHS/FEMA), coordinated and approved by the SAA or theirdesignated TPOC, and fall within the DHS/FEMA mission scope to prepare stete, local, Tribal, and territorial personnel topreverit, protect against mitigate, respond to, and recover from acts ofterrorism or catastrophic events. e -State Sponsored Courses. These courses are developed for andtor delivered by institutions or Organizations other than Federal' entities or FEMA and are sponsored by the SAA er their designated TPOC. Joint Training and Exercises with the'Rubilc and Private Sectors, These courses are sponsored and coordinated by private sector entitles to enhance pi.iblic-trriiate partnerships for training personnel to prevent, protect against, mitigate, respond to, and recover from eels 46 of terrorism or catastrophic events. in addition, State% territories, Tribes, and Urban Areas are encouraged to incorporate the private sectorin govemment-sponsored training and exercises. Additional information on both DHS/FEMA provided training and other federal and state training can be found at: www,firstrespondertrainIng.eov, Training Information Reporting System (Nfeb-Forms"). Web -Forms is an electronic form/data management systemtullt to assist the SAA and Its designated State, territory and Tribal Training Point of Contact (TPOO). Reporting training activities through Web -Forms Is not required under FY 2021 HSGP, however, the system'reineins available end can be accessed through the f EMA Toolkit located at nitisaerg,firstrespondertraining.govilli/ in order to support grantees in their own tracking of training deliveries. FDEM State Training Office OorelitiOne: For the pOrposes of this Agreement, any training course listed oo the £HS approved course catalog qualitlesas an authorized course; The Sub-Reeipient can successfully complete an authorized course either by attending or conducting that course. • En order to receive payment fOr successfully attending en authorized training course, the Sub - Recipient must peivide the Division with a c'ertifieate of course completion; additionally, the Seb-Recipient meet provide the Divlskin with all receipts that document the costs incurred by the Sub -Recipient in order to attend the course. • In order the receive payment for suci.)etsfully conducting an authorized courses, the Sub - Recipient must provide the Division with the course materials end a roster sign -In sheet; additionally, the Stib-Reciplent imistprovide the Divisionwith ail receipts that document the costs incurred by the Sub-Reciplent In order to conduct the couree." • For courses that are non-DHS approved training, Sub -Recipient must request approval to conduct training through the use of fhe Npn-TED Form end provide a copy, along With email, showing approval granted for conduct. • For the conductof training workshops, Sub -Recipient must provide a dopy of the course materials and sign -in sheets. • The number of participants must be a minimum of'15 in order to justify the cost of holding a course. For questions regarding adequate number of participants please,contact the FDEM State Training Officer for course specific guidance. Unless the Sub-Reolpient receives, advancemiritten approval frorn the State Training Officer for the number of participants( then the Divilion will reducethearnount authorized for reimbursement on a pro-rata basis for any training with less than 15 participants. • The.Sub-Reciplerit must include with thereimbursement package a separate copy of the page(S) from the State (and County or Regional) MYTEP reflecting the training. E. Allowable Equipment Related Costs (SHOP ond UASI) The 21 allowable prevention, protection, mitigatien, response, and recovery equipment categories for HSGP are listed on the Authorized Equipment List (AEL). The AEL is available at tittes://wWw.fema.gov/authorisec4euipmerit-14 Some equipment itemarequire prior approval from DHS/FEMA before obligation or purchase of the items. Please reference the grant notes for each equipment item to ensure prior approval is:not required or to ensure prior approval Is obtained If necessary, Unless otherwise stated, all equipment Must meet all mandatory reeulatory, arvi/or DHS/FEMA;adopted atandards:to be eligible for purchase using these funds,: In addition, recipients will be responsible forohtaining and maintaining ell necessary certifications and licenses for the requested equipment. 47 Grant funds may be used for the procurement of medical countermeasures. Procurement of medical countermeasures must be conducted in collaboration with State/city/local health departments who administer Federal funds from NHS for this purpose. Procurement must have a sound threat -based Justification with an elm to reduce the consequences of mass casualty incidents during the first crucial hours of a response. Prior to procuring pharmaceuticals, grantees must have in place an inventory management plan to avoid large periodic variations in supplies due to coinciding 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 expired drugs within each fiscal year's period of performance for HSGP. The cost of disposal cannot be carried over to another FEMA grant or grant period. The equipment, goods, and supplies ("the eligible equipment") purchased with funds provided under this agreement are for the purposes specified in "Florida's Domestic Security Strategy". Equipment purchased with these funds will be utilized In the event of emergencies, including, but not limited to, terrorism -related hazards. The Sub -Recipient shalt place the equipment throughout the State of Florida in such a manner that, in the event of an emergency, the equipment can be deployed on the scene of the emergency or be available for use et a fixed location within two (2) hours of a request for said deployment, The Florida Division of Emergency Management (FDEM) must approve any purchases of equipment not itemized In a project'e approved budget in advance of the purchase. The Sub -Recipient will, In accordance with the statewide mutual aid agreement or other emergency response purpose as specified in the "Florida Domestic Security Strategy," ensure that all equipment purchased with these funds is used to respond to any and ail incidents within Its regional response area as applicable for so long as this Agreement remains in effect. Prior to requesting a response, the FDEM will take prudent and appropriate action to determine that the level or intensity of the incident is such that the specialized equipment and resources are necessary to mitigate the outcome of the incident. Allowable Equipment (OPSG) OPSG equipment Is intended to be incidental to the enhanced border security Operations being performed. The grant Is not intended to be used to outfit or supply general equipment to SLIT law enforcement agencies. Equipment must be reiatabie to and justified by the operational benefit it will provide. • Equipment Marking. Because equipment purchased with OPSG funding is intended to be used to support OPSO activities, it may be appropriately marked to ensure its ready identification and primary use for that purpose. When practicable, any equipment purchased with OPSG funding should be prominently marked as follows; "Purchased with OHS funds for Operation Stonegarden Lisa" s Fuei Cost and/or Mileage Reimbursement. There Is no cap for reimbursement of fuel and mileage costs In support of operational activities, • Vehicle and Equipment Acquisition, including Leasing and Rentals: Allowable purchases under OPSG include patrol vehicles and other mission -specific equipment whose primary purpose Is to increase operational capabilities on or near a border nexus in support of approved border security operations, A detailed justification must be submitted to the respective FizMA HQ Program Analyst prior to purchase, • Medical Emergency Countermeasures: Allowable purchases under OPSG include narootic antagonist pharmaceuticals, detection and Identification equipment, safe storage and transportation, personnel protective equipment, and initial equipment training, as will be refleoted in the Ai:L and explained in 18 438. 48 F. Unallowable Costs (HSGP, UASI and OPSO) • Per FEMA policy, the purchase of weapons and weapons acoessorles, including ammunition, is not allowed with HSGP funds. • Grant funds may not be used for the purchase of equipment not approved by DH.S&FEMVMA. Grant funds must comply with 18 426 and may not be used for the purchase of the following equipment: firearms; ammunition; grenade launchers; bayonets; or weaponized aircraft, vessels, or vehicles of any kind with weapons installed. • Unauthorized exercise -related costs include; o Reimbursement for the maintenance or wear and tear costs of general use vehicles (e.g., construction vehicles), medical supplies, and emergency response apparatus (e.g., fire trucks, ambulances). o Equipment that is purchased for permanent installation and/or use, beyond the scope of the conclusion of the exercise (e.g., electronic messaging sign). G. Regional Border Projects (OPSG) Subreclpients are encouraged to prioritize the acquisition and development of regional projects on the borders to maximize interoperability and coordination capabilities among federal agencies and with state, local, and tribal law enforcement partners. Such regional projects include: • Communications equipment: • Radio systems and repeaters • Integration with regional intelligence and information sharing effort (Le. 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 (for air and/or marine incursions) o Aircraft systems (manned or unmanned) H. Critical Emergency Supplies (SHSP and UASI) Critical emergency supplies, such es shelf stable products, water, and medical equipment and supplies are an allowable expense under S1-ISP and UASI. Prior to the allocation of grant funds for stockpiling purposes, each state must have DHS/FEiVIA's approval of a flue year viable inventory management plan, which should include a distribution strategy and related sustainment costs if planned grant expenditure Is over $100,000,00, ' If grant expenditures exceed the minimum threshold, the five-year inventory management plan will be developed by the recipient and monitored by FEMA. FEMA will provide program oversight and technical assistance as it relates to the purchase of critical emergency supplies under UASI. FEMA will establish guidelines and requirements for the purchase of these supplies under UASI and monitor development and status of the states Inventory management plan. I. Construction and Renovation (SHSP and UASI) Project construction using SHSP and UASI funds may not exceed the greater of $1,000,000 or 15% of the grant award. For the purposes of the limitations on funding levels, communications towers are not considered construction. Written approval must be provided by DHS/FEMA prior to the use of any HSGP funds for construction or renovation. When applying for construction funds, reoipients must submit evidence of approved zoning ordinances, architectural plans, and any other locally required planning permits. Additionally, recipients are required to submit a SF-424C form with budget detail citing the project costs. 49 Recipients using funds for construction projects muss comply with the Davis -Bacon Act (codified as amended at 40 U.S.C. §§ 3141 et seq,), Recipients mustensure that their contractors or subcontractors for construction projects pay workers no fess than the prevailing wages for laborers and mechanics employed on protects of a character like the contract work in the civil subdivision of the State in which the work is to be performed.. Additional Information regarding compliance with the Davis -Bacon Act, including Department of Labor (DOL) Wog° determinations, is available online et raps:/ferwim.dal.gg![whdlaovcontracrs/dbra.ht . J. Communications Towers When applying for funds to construct communication towers, subreclpients must submit - evidence that the Federal Communication Commission's Section 106 of the National Historic Preservation Act, Pub. L. No. 89-665, as amended, review process has been completed. K. Disposition When ortginit or replacement equipment acquired under a Federal award is no longer needed for the original project or program or for other activitles. currontly or previously supported by a Federal awarding agency, except as otherwise provided in Federal statutes, regulations, or Federal awarding agency disposition instructions, the Sub-Reciphint must request disposition, instructions from FDEM Office of Domestic Preparedness and the State Administrative Agency will request deposition instructions from Federal awarding agency'as required by the terms and conditions of the Federal award. The Sub -Recipient shall notify the FDEM Office of Domestic Preparedness at 2555 Shumard Oak Blvd., Tallahassee, Florida 3239P one (1) year in advance of the expiration of the equipment's posted shelf-lifeor normal life expectancy or whenit has been expended. Ths.Sub-Redipipnt shall notify the FDEM Immediately if the equipment. is destroyed, lost'; or stole,;(. L Requirements for Small Unmanned Aircraft System (SHSP, UASI, and OPSG) All requests to purchase Small Unmanned Aircraft Systems (SUAS) with- FEMA grant funding must comply with (R 428 and IB 438 and include zt description of the policies and procedures in°plaoe to safeguard Individuals' privacy, evil rights, and civil liberties of the jurisdiction that will purchase, take title to or otherwise. uss'the. StJAS equipment. M. Acquisition and .Use of Technology t i Mitigate UAS (Counter-UAS) Prior to the testing, acquisition, installailon,,or use of UAS detection and/or mitigation systems, entities should seek the advice of counsel experienced with both faders( and state criminal, surveillance, and communications laws. Subrecipients should conduct their own legal and technical analysis of each UAS defection and/or mitigation system and should not rely solely on vendors' representations of the systems' legality or functionality. for f irther information please see the DHS press release on this topic; his:/tww dhs.gov/news/ Q2fl/fl8/17linteranan jssues- dv(sally-use-teciinologv4etect-and-mitictnte-urimannect-aircraft. N. FirstNet FirstNet provides public sefsty entities with mission -critical broadband data capabilities and services including, but not limited to messaging, linage sharing,'video streaming, group tent, voice, data storage, application, location. -based services, and Quality of Service, Priority, and Preemption. Publlc safety entitles seeking to enhance theiroporatlonal capabilities using broadband technology may seek grant funding from appropriate programs to support the ft Iowing: • Planning forintegration of information technology (IT) infrastructure, software, and site upgrades necessary to connect to FirstWet • Handheld broadband devices including smertphones, feature' phones, tablets, wearables, push-totalk (PTT) devices e Vehicle -mounted or otherwise field operated data devices, such as ruggedized laptops • Network access devices, Including pettable VWi-Fi devices, Universal Serial Bus (USB) modems/dangles, trunk -mounted modems, routers 50 O Customer -Owned and Managed (COAM) broadband deployable equipment, enabling public safety to own and dispatoh coverage -expansion or capacity enhancement equipment *tibia their jurisdiction • Broadband device accessories that enable efficient and safe public safety operations such as headsets, belt clips, earpieces, remote Blueteoth sensors., ruggedized cases • SUbscriber Identification Modules (SIMs)/Universal Integrated Circuit Cards (UICCe) to allow public safety users to update existing devices to operate on public safety prioritized services • One-time purchase and subscription -bated 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 services, or cloud service tools Sub -Recipients must be coordinated with the Statewide Interoperabllity Coordinator(SVVIC) and FirstNet on the planning, deployment timelines, and operational availability of the network depleymeetwithIn a specific state or territory and to ensure that project does not conflict with network plaening•efforte and.complies with all technical requirements. FirstNet requires participating agencies to demonstrate a subscription to public safety -,prioritized broadband see/lees to purchase FirstNet broadband devices or applications. FEMA information Bulletin (113) #386 has been rescinded by prior NOFOs and remains rescinded as the technical requirernentG and nationwide network architecture has been developed, and FirstNet is Operational'. Stibtecipients; however, Must coordinate with FirstNet in advance of any strategic acquisition of broadband LT.E,equipment to ensure that purchases adhere to all applicable standards for public safety entities: O. SAFECOM Emergency communications systems and equipment must meet applicable, SAFECOM Guidance. Sub -Recipients must be coordinatedwith the SWIC and the State Interoperabillty Governing Body (610B) to ensure interoperability and long-term compatibility. CyberseoprIty Sub -Recipients must use HSGP funds for cybersecurity projectsthateepport the security and functioning of critical infrastructure and .core capabilities as they. relate to terrorism preparedness and may simultaneously support enhanced preparedness for other hazards unrelated to acts. of terrorists G. Law Enforcernont Readiness (SfiSP, UASI, and OPSG) OPSG grant funds May be used to Increase operational. material, and technological readiness of SLTT 1w eriforcement agenGies. The Delegation of ImmigrationAtithority, Section 287(g) of the Immigration and Nationality Act (INA) program allows a state or local law enforcement entity to enter into a partnership with ICE, under ejoint Memorandum of Agreement (MOA), to receive delegated authority for Immigration enforcementwithin their jurisdictions SHSP, UASI, or OPSG grant funds rim be recelesteci and may be appneved on a ease-by-caso basic for immigration eriforearnent training In supportof the border security mission. Requestfor trairdngevill be evaluated. On a cas.e- by-case beefs and can only be used for certificution inthe section 287(g) program provided by DHS/ICE. SkiSP,.UAS1, or OPSG Sub -Recipients with agreements. under section, 287(g) of the Immigration and Nationality Act (8. U.S.C. § 1357(g)) to receive delegated authority for immigration enforcement within their jurisdictions may also be reimbursedfor section 287(g) related operational activities with approval from FEMA on a case-by-caSe basis. For OPSG, Sub-Reolplente must be authorized by LiSBP Headquarters and Sectors, and operational activities must be coordinated through a USBP Sector, R. Maintenance and Sustafnment(SH§P, UASI, and OPSG) The use of DHS/FEMA preparedness grant funds for maintenance contracts, warranties, repair or replacement costs, upgrades, and user fees are allowable, as described in FEMA Policy FP 205-402- 125-1 under all active and future grant awarde, Unless otherwise noted, Except for maintenance plans 5 I or extended warranties purchased Incidental to the original purchase of the equipment, the period covered by maintenance or warranty plan must not exceed the POP of the specific grant funds used to purchase the plan or warranty. Grant funds are intended to support the Goal by funding projects that build and sustain the core capabilities necessary to prevent, protect against, mitigate the effects of, respond to, and recover from those threats that pose the greatest risk to the security of the Nation. hi order to provide recipients the ability to meet this objective, the policy set forth in FEMA's IB 379, Guidance to State Administrative Agencies to Expedite the Expenditure of Certain DHS/FEMA Grant Funding, initially for FY 2007.2011, allows for the expansion of eligible maintenance and sustainment costs which must be in (1) direct support of existing capabilities; (2) must be an otherwise allowable expenditure under the applicable grant program; (3) be tied to one of the core capabilities In the five mission areas contained within the Goal, and (4) shareable through the Emergency Management Assistance Compact. Additionally, eligible costs may also be In support of equipment, training, and critical resources that have previously been purchased with either federal grant or any other source of funding other than DHS/FEMA preparedness grant program dollars. S. Management and Administration (M&A) (HSGP & UAW) Management and administration (M&A) activities are those directly relating to the management and administration of I-ISGP funds, such as financial management and monitoring. Sub -Recipients awarded M&A costs under this agreement can retain a maximum of up to 6% of their total agreement award amount for M&A costs. Allowable M&A activities Include: • Hiring of full-time or part-time staff or contractorafconsuttants: o To assist with the management of the respective grant program. o To assist with application requirements. o To assist with compliance reporting and data collection requirements. Management and Administration (M&A) (OPSG) Management and administration (M&A) activitiea are those directly relating to the management and administration of OPSG funds, such as financial management and monitoring. Recipients may retain up to 2.5% of the overall OPSG allocation prior to passing through funding to Sub -Recipients. Thls funding must be deducted in an equal percentage from each Sub -Recipient. Sub -Recipients and friendly forces may retain funding for M&A purposes; however, the total amount retained cannot exceed 5 percent of the Sub -Recipient's subaward. Friendly forces are local law enforcement entities that are subordinate Sub -Recipients under OPSG. In other words, friendly forces are entitles that receive a subaward from a Sub -Recipient under the OPSG program. Friendly forces must comply with all requirements of Sub Recipients under 2 C.F.R. Part 200. 7. Procurement Ail procurement transactions will be conducted in a manner providing full and open competition and shall comply with the standards articulated In: • 2 C.F,R. Part 200; • Chapter 287, Florida Statues; and, • Subreciplent's local procurement pailcy. To the extent that one standard Is more stringent than another, the Sub -Recipient must follow the more stringent standard, For example, if a State statute imposes a stricter requirement than a Federal regulation, then the Sub -Recipient must adhere to the requirements of the State statute. 52 The Division shall pre -approve ail scopes of work for projects funded under this agreement. Additionally, the Sub -Recipient shall not exeoute a piggy -back contract unless their local written policy allows for piggybacking, and the Division has approved the Scope of Work contained In the original contract that forms the basis for the plggy-baok contract. Also, in order to receive reimbursement from the Division, the Sub -Recipient must provide the Division with a suspension and debarment form for each vendor that performed work under the agreement. Furthermore, if requested by the Division, the Sub -Recipient ahafl provide copies of solicitation documents including responses and justification of vendor selection. Contracts may include; State Term Contract A State Term Contract is a contract that is competitively procured by the Division of State Purchasing for selected products and services for use by agencies and eligible users. Florida agencies and eligible users may use a request for quote to obtain written pricing or services information from a state term contact vendor for commodities or contractual services available an a state term contract from that vendor. Use of state term contracts Is mandatory for Florida agencies in accordance with section 267,056, Florida Statutes. Alternate Contract Source; An Alternate Contract Source is a contract let by a federal, state, or local government that has been approved by the Department of Management Services, based on a determination that the contract is cost-effective and in the best Interest of the state, for use by one or ail Florida agencies for purchases, without the requirement of competitive procurement. Alternate contract sources, are authorized by subsection 287.042(16), Florida Statutes, as implemented by Rule 60A-1.046, Florida Administrativve Code. General Services Administration Schedules: The Genera! Services Administration (GSA) is en independent agency of the United States Government, States, tribes, and local governments, and any instrumentality thereof (such as focal education agencies or institutions of higher education) may participate in the GSA Cooperative Purchasing Program. ). Refer to the appropriate GSA Schedule for additional requirements. U. Piggybacking The practice of procurement by one agency using the agreement of another agency Is called piggybacking. The eblity to piggyback onto an existing contract Is not unlimited, The Subreeipient's 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 parries to make purchases from the contract with the vendor's consent. The terms and conditions of the new contract, including the Scope of Work, must be substantially the same as those or the existing contract. The piggyback contract may not exceed the existing contract in scope or volume of goods or services. An agency may not use the preexisting contract merely as a "basis to begin negotiations* for a broader or materially different contract, Section 215.971, Florida Statutes Statutory changes enacted by the Legislature impose additional requirements on grant and Sub- Reoiplent agreements funded with Federal or State financial assistance. in pertinent pert, Section 215.971(1) states: An agency agreement that provides state financial assistance to a Recipient or Sub -Recipient, as those terms are defined in s. 215.97, or that provides federal financial assistance to a Sub - Recipient, as defined by applicable United States Office of Management and Budget circulars, must include all of the following: • A provision specifying a Scope of Work that clearly establishes the tasks that the Recipient or Sub -Recipient is required to perform. 53 • A provision dividing the agreement into quantifiable units of deliverables that must be received and accepted in writing by the agency before payment. teach deliverable must be directly related to the Scope of Work and specify the required minimum level of service to be performed and the criteria for evaluating the successful completion of each deliverable. • A provision specifying the financial consequences that apply If the Recipient or Sub -Recipient falls to perform the minimum level of service required by the agreement. The provision can be excluded from the agreement on(y if financial consequences are prohibited by the federal agency awarding the grant. Funds refunded to a state agency from a Recipient or Sub - Recipient for failure to perform as 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 Sub -Recipient of federal or state financial assistance may expend funda only for allowable costs resutttng from obligations Incurred during the specified agreement period. • A provision specifying that any balance of unobfigated 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 mount to which the Recipient or Sub•Recipientis entitled under the terms and conditions of the agreement must be refunded to the state agency. • Any additional information required pursuant to s. 215.97, V. Unique Entity identifier and System for Award Management (SAM) Sub•Recipients for this award must: • Be registered in SAM; • Provide a valid DUNS number; and • Continue to maintain an active SAM registration with current information at all times during which it has an active federal award. W. Reporting Requirements I. Quarterly Programmatic Reporting: The Quarterly Programmatic Report is due within thirty (30) days after the and of the reporting periods (March 31, June 30, September 30, and December 31) for the life of this contract. • if a report(s) Is delinquent, future financial reimbursements will be withheld until the Sub -Recipient's reporting Is current. • If a report goes three (3) consecutive quarters from date of execution without the Sub-Reccipient reflecting any activity and/or expenditures it will result in the issuance of a noncompliance letter, and a written Justification must then be provided. o Based on the SAA's determination, the Sub -recipient will have 30 days to submit a letter of appeal to the SAA/i-ISA. o Subrecipients will only be allowed one opportunity to appeal. o If the appeal Is denied, or if there is no response to the notification of noncompliance, the Sub -recipient's funds will be terminated. • If a report goes four (4) consecutive quarters from date of execution without the Sub- Recipfent reflecting any activity and/or expenditures it will result in termination of the agreement. 54 Pronrammatic Reporting Schedule Reporting Period Report due to FDEM no later than _ January 1 through March 31 A it 30 April 1 through June 30 July 31 July 1 through September 30 October 31 October 1 through December 31 January 31 2. Programmatic -Reporting -Biannual Strategic Implementation Report(f3S1R). After the end of each reporting period, for the life of the "contract tiniest directed otherwise, the SAA, wilt complete the Biannual Sheitegic implementation Report in the Grants Reporting Toot (GRT) j tps://w Veregertiitq.odn.dhs,gov_. The reporting periods are January 1-June 30 and July 1-Oecembor 31, Data entryis 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 for reimbursement.may be sent to your.grant manager for review and approval at any tithe during the odnfiact period. Reimbursements must be regttested.wihin ninety (90) calendar days of expenditure of fonds, and quarterly at a minimum: Failure to submit request -for reimbrarsementwithin ninety (SO)'calendar days of expenditure shall result in denial of reimbursement. The $ub-Recipient..should Include the cetegory's corresponding line item number in the °Detail of Minis"' form. This number can be found in the "Propoeed Program Budget.". A line item number Is to be included for every dollar amount fisted lathe *Detail of Claims" form. 4. Close-otit.Programmatic Reporting: The Close-out Report is due to the Florida Division of Emergency Management no tater than sixty (60) calendar day; after the agreement Is eifher completed or the agreement has expired. 6. Administrative Closeout An administretivecloseout may be conducted when a recipient Is not responsive to the Dieision`s reasonable efforts to. collect required reports, forms, or ether documentation needed to complete the standard award and/or closeout process, FDEM will make three written attempts to coiled required information before initiating an administrative closeout. if an award is administrativeip closed, FDEM may .decide tolmpose remedies for noncompliance per2 C.F.R. § 200.3.38, consider this information in reviewing future award applications, or apply.speciat conditions to existing orfuture awards. X. Period of Performance (POP) Extensions Extensions to the period of performance identified in the agreement are allowable under limited circumstances and will only be considered through formal, written requests to. the SAA. Al.extenaion requests must contain specific and compelling justifications as to why an extension isroquired, and must address the following.; 1. The grant program, fiscal year, and. agreement number; 2. Reason for the delay —Including details of the legal, policy, or operational challenges that prevent the final expenditure of awarded funds by the deadline; 3. Current status of project activity; 4. Requested POP terminetlon date and new project'corripietfon date; 6. Amount of funds reimbursed to date; 55 8, Remaining available funds; 7. Budget outlining how the remaining funds will be expended; 8. Plan for completion, including milestones and timeframes for achieving each milestone and the position or person responsible for implementing the plan for completion; and 9. Certification that the activity(ies) MI 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 than 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 subreciplent with vendors prevent completion of the project within the existing POP; • The project must undergo a complex environmental review that cannot be completed within the existing POP; • Projects are long-term by design, and therefore acceleration would compromise core programmatic goals; or • Where other special or extenuating circumstances exist. Y. Programmatic Point of Contact Contractual Point of Contact Programmatic Point of Contact Chanda Jenkins FDEM 2555 Shumard Oak Blvd. Tallahassee, FL 32399-2100 (850) 815-4342 Chanda,Jenkins{,a�em,myficrida.com Amy Garrison FDEM 2555 Shumard Oak Blvd. Tallahassee, FL 32399-2100 (850) 815-4358 Amy.Garmoneem.myfforida.com Z. Contractual Responsibilities • The FDEM shall determine eligibility of projects and approve changes in Scope of Work. • The FDEM shalt administer the financial processes. AA. Failure to Comply • Failure to comply with any of the provisions outlined above shall result In disallowance of reimbursement for expenditures. 56 ATTACHMENT C DELIVERABLES AND PERFORMANCE State Homeland Sectifity Program (HSGP): liSGP supports the implementation of risk driven,. capabilaies-based State Homeland Seourity Strategies to address capability targets set in Urhan Area, State, and regional Threat and Hazard identification and Risk Assessments (THIRAs). The capability levels are assessed in the State Preparedness Report (SPR) and inform planning, organizatite, equipmenatraining, end exercise needs to prevent, proteot against, mitigate, respond to, andrecover from acts of terrorism and other catastrophic events. Planning Deliverable: Subject to the funding iimitationd of this Agreement, the Division shall reimburse the Sub-Reciplant for the actual cost of successfully completing Plenning activities consistent with the guidelines contained In the Comprehensive Planning Guide CPO. 101 v,2. For additional information, please see lateleveeeefemaeroviodaabotindivisionefrnaPPG 101 Va.edf or grant guidance (Notice of Funding,Opportunity). For the purposes Of this Agreement,any planning activity such as those associated With the Threat and Hazard identification and Risk Analysis (THIRA), State Preparedness Report (SPR), and other planning activities that support the National Preparedness:Qoal(NPG) and place an emphasis on upaatingand maintaining te current ameag.endy Operations Plan (EOP) ate eligible. The Sab-Reelpient can sucoessfully 'complete a planning actIvlareither by creating or updating such pietas); Organization Deliverable:. Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub-Reciplent for the actual eligible costs for Personnel, Intelligence Analysts, Overtime and Operational Overate: Exercise Deliverable: Subject to the funding Ilnatationeof this Agreetrieht, the Division shall reimburse the Sub-Reclpierd for the actual cost of successfully completing an exeraiseeklach meets the Department of Homeland Security Homeland Security Exereise anclEvaluetIon Program (HSEEP) standards and is listed in A)'the State of Florida Multi -Year Training & Exercise Plan (MYTEP), and B) Counly or Regional TEP for the region In Which the Sub-Recinient is geographically Iccated. Information matted to TEPs and HSEEP compliance darabe found online at: htapeaawww.ills.dhsetravage. For the purposes of this Agreement, any exercise. which. is compliant with HSEEP standards and contained In the State of Florida MrEPerualifles as an authorized exercise. The SerbeRecipient can successfully complete -an authorized exerciseeither by attending or conducting thetexercise. Training Detiverable: Subject to the funding 'imitations (atlas Agreement, the Division shall reimburse the SubAeciplent for the actual cot of successfully completing a training course aged on the Department pf Homeland Security (DHS) approved course .cateleg. For non-DHS approved courses the ayb-Reciplent shall obtain eavance FDEM approval tieing the Non-TED form by contacting their grant manager. The DHS course catalog is.avalleble online at anpaftre jning,fema,gove. Forth° purposes of this Agreement, any training course listed on the DHS apprcvod course catalog (realities as an authorized course. The Sub -Recipient can samceesfularcomplete an authorized course either by attending or conducting thateourse. Equipment Deliverable: Subject to the funding limitations ef thie Agreement, the Division hall reimburse the Sub-Reolpient for the actual cost of purchetIng an item identifier:Pin the appreeed project funding template and budget of this agreernent and lied an the DHS Authorized Equipment List (AEL)., For the purposes' of this Agreement, any item listed on the AL. quatifies'as an authorized item. The 21 allowable prevention, prOtection,. mitigation, response, and recovery equipment categories and equipment standards for HSQP are listed on the web -based version of the Authorized Equipment List (AEL) an the Lessens Learned information System at htteafibara.femecioviaataorized-eouipMent-list. In addition, agencies will be responsible' for obtaining and maintaining all necessary certiaeations and licenses for the requested equipplent 57 Management Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub-Reciplent for the actual cost for Management and Administration (M&A) activities, Costs for allowable items will be reimbursed if Incurred and completed within the period of performance, In accordance with the Budget and Scope of Work, Attachments A and S of this agreement. 58 ATTACHMENT 0 Program Statutes and Regulations 1) Age Discrimination Act of 1975 42 U.S.G. § 6101 et seq. 2) Americans with Disabilities Act of 1990 42 U.S.C. § 12101-12213 3) Chapter 473, Florida Statutes 4) Chapter 215, Florida Statutes 6) Chapter 252, Florida Statutes 6) Title VI of the Civil Rights Aot of 1964 42 U.S.G. § 2000 et seq. 7) Title VIII of the CM bights Acts of 1968 42 U,S,C. § 3601 et seq. 8) Copyright notice 17 U.S.C. §§ 401 or 402 9) Assurances, Administrative Requirements, Cost Principles, Representations and Certlfications 2 C.F.R. Part 200 10) Debarment end Suspension Executive Orders 12549 and 12689 11) Drug Free Workplace Act of 1913841 U.S.C, § 701 et seq, 12) Duplication of Benefits 2 C.F.R. Part 200, Subpart E 13) Energy Policy and Conservation Act 42 U,S,C. § 6201 14) False Claims Act and Program Fraud Civil Remedies 31 U.S.C. § 3729-3733 also 31 U.S.C. § 3801-3812 15) Fly America Act of 197449 U.S.C. § 41102 also 49 U.S.C. § 40118 16) Hotel and Motel Fire Safety Act of 199015 U.S,C. § 2225a 17) Lobbying Prohibitions 31 U.S.C. § 1362 18) Patents and Intellectual Property Rights 35 U,S,C. § 200 et seq. 19) Procurement of Recovered Materials section 6002 of Solid Waste Disposal Act 20) Terrorist Financing Executive Order 13224 21) Title IX of the Education Amendments of 1972 (Equal Opportunity in Education Act) 20 U,S.C. § 1681 et seq. 22) Trafficking Victims Protection Act of 2000 22 U,S.C, § 7104 23) Rehabilitation Act of 1973 Section 504, 29 U,S.C. § 794 24) USA Patriot Act of 2001 18 U.S.C. § 175-172c 25) Whisttebtower Protection Act 10 U.S,C. § 2409, 41 USC. § 4712, and 10 U.S.C. § 2324, 41 U.S.C. § 4304 and § 4310 26) 53 Federal Register 8034 27) Rule Chapters 27P-6, 27P-11, and 27P-19, Florida Administrative Code 59 ATTACHMENT E JUSTIFICATION OF ADVANCE PAYMENT SU B.RECPPiENT: If you are requesting an advance, indicate same by checking the box below. [ j ADVANCE REQUESTED Advance payment of $ is requested. Balance of payments will be made on a reimbursement basis, These Hinds are needed to pay staff, award benefits to clients, dapttcate forms andpurchaso start-up supplies and equipment. We would not be able to operate the program without this advance. If you are requesting an advance, complete the following chart and line item justification below. EBTRATED EXPENSES BUDGET CATEGORY/LINE ITEMS (list applicable line Items) Fiscal Year 2021 Anticipated Expenditures for First Three Months of Contract Far example ADMINISTRATIVE COSTS: For exarnnie PROGRAM EXPENSES: TOTAL EXPENSES: LINE ITEM ,JUSTIFICATION (For each tine item, provide a detaiied justification explaining the need for the cash advance. The justification must include supporting documentation that clearly shows the advance will be expended within the first ninety (90) days of the contract term. Support documentation should Include, but is not limited to 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. Any advance funds not expended within the first ninety (90) days of the contract term shall be returned to the Division Cashier, 2655 Shumard Oak Boulevard, Tallahassee, Florida 32399, 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` Signature of Sub -Recipient Date: Name and Title of Sub -Recipient 60 ATTACHMENT F WARRANTIES AND REPRESENTATIONS Financial Management The Sub -Recipient's financial management system must comply with 2 C.F.R. §200.302. Preourementa Any procurement undertaken with funds authorized by This Agreement must comply with the requirements of 2 C.F.R. §200, Part D—Post Federal Award Requirements -Procurement Standards (2 C.F.R. §§200.318 through 200.327). pusiness Hours The Sub -Recipient shall have its offices open for business, with the entrance door open to the public, and at least one employee on site, from: Monday JILFridav 8;0Oam to G;OOpm excluding holidays t icensina and Permitting Ali subcontractors or employees hired by the Sub -Recipient shall have all current licenses and permits required for the particular work for which they are hired by the Sub -Recipient. 6t ATTACHMENT G 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 participadon in this transaction by any Federal department or agency. SOB -CONTRACTOR: By: Signature Sub -Recipient's Name Name and Title FDEM Contract Number Street Address DHS Grant Award Number City, State, Zip Date 62 ATTACHMENT H STATEMENT OF ASSURANCES Ali of the Instructions, guidance, limitations, and other conditions set forth in the Notice of Funding Opportunity (NOFO) for this program are incorporated here by reference in the terms and conditions of your award. All Sub -Recipients must comply with any such requirements set forth in the program NOFO. Ail 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 sources: Alt Sub -Recipients must acknowledge their use of federal funding when issuing statements, press releases, requests for proposals, bid invitations, and other documents desoribing 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 statutes, regulations, or terms and conditions of the Federal awards, or for other reasons. However, this prohibition would not preclude a Sub -Recipient from shifting costs that are allowable under two or more Federal awards in accordance with existing Federal statutes, regulations, or the terms and conditions of the Federal award, Sub -Recipients are required to comply with the requirements set forth in the government -wide Award Term regarding the System for Award Management and Universal identifier Requirements located at 2 C.F.R. Part 26, Appendix A, the full text of which incorporated here by reference In the terms and conditions of your award. All Sub -Recipients must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff. 1. Sub -Recipient must cooperate with any compliance review or compliant investigation conducted by the State Administrative Agency or OHS, 2, Sub -Recipient will give the State Administrative Agency, DHS or through any authorized representative, access to and the right to examine and copy, records, accounts, and other documents and sources of information related to the federal financial assistance award and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicable laws or program guidance. 3. Sub-Reclptent 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 all other special reporting, data collection and evaluation requirements, as prescribed by law or detailed in program guidance. 4, Sub -Recipient will acknowledge their use of federal funding when issuing statements, press releases, requests for proposals, bid invitations, and other documents describing projects or programs funded in whole or in part with Federal funds. 5, Sub -Recipient who receives awards made under programs that provide emergency • communications equipment and its related activities must comply with SAFECOM Guidance for Emergency Communications Grants, including provisions on technical standards that ensure and enhance interoperable communications, 6. When original or replacement equipment acquired under this award by the Sub -Recipient is no longer needed for the original project or program or for other activities currently or previously 0 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 activities that may require an EHP-review are subject to FEMA'e Environmental Planning and Historic Preservation (EHr) review process. This review does not address all federai, state, and local requirements. Acceptance of federal funding requires recipient to comply with all federal, state, and local laws. Failure to obtain all appropriate federal, state, and local environmental permits and clearances may jeopardize federal funding. If ground disturbing activities occur during construction, applicant will monitor ground disturbance, and if any potential archeological resources ere discovered, applicant wilt Immediately cease work in that area and notify the pass through entity, if applicable, and DHSIPENIA. 8. Sub -Recipient tvill comply with the applicable provisions of the following laws and policies prohibiting discrimination. a. T tie VI of the Civil Rights Act of 1984, as amended, which prohibits discrimination based on race, color, or national origin (including limited English proficiency). b. Section 504 of the Rehabilitation Act of 1973, as amended, which prohibits discrimination based on disability, c, Title IX of the Education Amendments Act of 1972, as amended, which prohibits discrimination based an sex in education programs or activities. d. Age Discrimination Act of 1975, which prohibits discrimination based on age. e. U.S. Department of Homeland Security regulation 6 C.F.R. Part 19, which prohibits discrimination based on religion in social service programs. 64 ATTACHMENT I MANDATORY CONTRACT PROVISIONS Provisions: Any contract or subcontract funded by this Agreement must contain the applicableprovisions outlined in Appendix it to 2 C.F.R. Part 200. It Is the responsibility of the sub -recipient to include the required provisions. The following is a list of sample provisions from Appendix II to 2 C,F, R, Part 200 that ,mf be required;f Appendix (1 to Part 200—Contract Provisions for Non -Federal Entity Contracts Under Federal Awards in addition to other provisions required by the Federal agency or non -Federal entity, ail contracts made by the non -Federal entity under the Federal award must contain provisions covering the following, as applicable. (A) Contracts for more than the simplified acquisition threshold, which Is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C.190a, must address administrative, oontraotual, or legal remedies In instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B) Ail 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 basis for settien±ent, (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR 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 CFR 60-1 ,4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319,12936, 3 CFR Part, 1964-1955 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity,' and Implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.' (0) Davis -Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non -Federal entitles must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3145.3148) as supplemented by Department of Labor regulations (29 CFR Part 6, `Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Ass'sted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and meohanics at a rate not less than the prevailing wages specified 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 current 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 prevision for compliance with the Copeland "Anti -kickback" Act (40 U.S.C. 3145), as euppfemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors 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 contractor or Sub -recipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non - Federal entity must report all suspected or reported violations to the Federal awarding agency. (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts 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 For example, the Davis -Bacon Act 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. 65 supplemented by Department of Labor regulations (29 CFR Part 5). Under 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 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 Less than one and a half times the basic rate of pay for ail 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 mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. (F) Rights to inventions Made Under a Contract or Agreement. tithe Federal award meets the definition of `funding agreement' under 37 CFR § 401.2 (a) and the recipient or Sub -recipient wishes to enter into a contract with a small business 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 tinder Government Grants, Contracts and Cooperative Agreements," end any implementing regulations issued by the awarding agency. (G) Clean Air Act (42 U.S.C. §§ 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S,C. 1251-1387), as amended —Contracts and subgrents of amounts in excess of $160,000 must contain a provision that requires the non -Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C.§§ 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C, §§ 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). (H) Debarment and Suspension (Executive Orders 12549 and 12689)--A contract award (see 2 CFR § 180.220) must riot be made to parties listed on the governmentwide Excluded Parties List System in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that Implement Executive Orders 12549 (3 CFR Part 1986 Comp., p. 189) and 12689 (3 CFR Part 1989 Comp., p. 235), "Debarment and Suspension: The Excluded Parties List System In SAM contains the names of parties debarred. suspended, or otherwise excluded by agencies, as well es parties declared ineligible under statutory or regulatory authority other than Executive Order 12548. (1) Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352)--Contractors that apply or bid for an award of $100,000 or more must file the required certification. Each tier certifies to the tier above that it wilt 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 agency, a member of Congress, officer or employee of Congress, or en employee ea member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.G. § 1352. Eaoh tier must also disclose any lobbying with non-Federel funds that takes place in connection with obtaining any Federal award, Such disclosures are forwarded from tier to tier up to the non -Federal award. (1) See § 200,323 Procurement of recovered materials. (K) See §200.216 Prohibition on certain telecommunication and video surveillance services or equipment. (L) See §200,322 Domestic preferences for procurements (Appendix 1i'to Part 200, Revised Eff 11/12/2020). Please note that the sub -recipient alone is responsible for ensuring that all language included in its contracts meets the requirements of 2 CF.R § 200.327 and 2 C.F.R. Part 200, Appendix tZ ATTACHMENT J FINANCIAL AND PROGRAM MONITORING GUIDELINES Florida has enhanced state and local capability and capacity to prevent, prepare and respond to terrorist threats since 1999 through various funding sources including federal grant funds. The Florida Division of 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 (NSGP) grant guidance and statutory regulations. The monitoring process is designed to assess a Sub -Recipient agency's compliance with applicable state and federal guidelines. Monitoring Is accomplished utilizing various methods Including desk monitoring and on -site visits. There are two primary areas reviewed during monitoring activities - financial and programmatic monitoring. Financial 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. Programmatic 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. Programmatic monitoring involves the observation of equipment purchased, protocols and other associated records, Various levels of financial and programmatic review may be accomplished during the monitoring process. Monitoring Selection and SchaedyBtsi. Each year the FDEM will conduct monitoring based on a "Risk Assessment'. The risk assessment tool Is used to help in determining the priority of Sub -Recipients that should be reviewed and the level of monitoring that should be performed. it is important to note that although a given grant may be closed, it is still subject to either desk or on -site monitoring for a five (5) year period following closure. Areas that wit! be exemined include: • 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 trainings conducted to include number trained; • Status and number of exercises; • Status of planning activity; • Anticipated projected completion; • Difficulties encountered in completing projects; • Agency NIMS/ICS compliance documentation; • Equal Employment Opportunity (EEO Status); • Procurement Policy FDEM may request additional monitoringtinfonnatton of the activity, or lack thereof, generates questions from the region, the sponsoring agency or FDEM leadership. The method of gathering this information will be determined on a case -by -case basis. Monitoring Activities: Desk reviews and site visits are two forms of monitoring, Desk monitoring is the review of projects, financial activity and technical assistance behween FDEM and the applicant via e-mail and telephone. On -site monitoring are actual visits to the Bub -Recipient agencies by Division representatives who examines records, procedures and equipment. 67 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 technical assistance (TA) andior a site visit if FDEM determines that a Sub -Recipient Is having difficulty completing their project, As dlfflcuities/deficiencies are kientified, the resppective region or sponsoring agency will be notified by the program office via email, Information will include the grant Sub -Recipient agency name, year and project description and the nature of the issue in question, Many of the issues that arise may be resolved at the regional or sponsoring agency level, issues that require further TA will be referred to FDEM for assistance, Examples of TA include but are not limited to: • Equipment selection or available vendors • Eligibility of items or services • Coordination and partnership with other agencies within or outside the region or discipline • Record Keeping • Reporting Requirements • Documentation in support of a Request for Reimbursement On -site monitoring wiil be conducted by FDEM or designated personnel. On -site monitoring visits wiii be scheduled in advance with the Sub -Recipient agency POC designated in the grant agreement. FDEIV1 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 as needed. On-Slig Menitorina Protocol On -site monitoring visits will begin with those grantees that are currently spending or have completed spending for that federal fiscal year (FEY), Site visits may be combir:ed when geographically convenient. There is a financial/ programmatic On -site monitoring checklist to assist in the completion of all required tasks. Site Visit preparation A letter will be sent to the Sub -Recipient agency Point of Contact (POC) outlining the date, tirne and purpose of the site visit before the planned arrival date. The appointment should be confirmed with the grantee in writing (email is acceptable) and documented in the grantee folder, The physical location of any equipment located at an alternate site should be confirmed with a representative from that location and the address should be documented in the grantee folder before the site visit on-Sitaillionitorine Visit Once FDEM personnel have arrived at the site, an orientation conference will be conducted. During this time, the purpose of the site visit and the items FDEM intends to examine will be Identified. Ali objectives of the site visit will be explained during this time. FDEM personnel will review all files and supporting documentation. Once the supporting documentation has been reviewed, a tourtvisualtspot inspection of equipment will be conducted. Each item selected for review should be visually inspected whenever possible. Bigger items (computers, response vehicles, etc.) should have an asset decal (information/serial number) placed In a prominent location an each piece of equipment as per Sub -Recipient agency requirements. The serial number should correspond with the appropriate receipt to confirm purchase. Photographs should be taken of the equipment (large capital expenditures in excess of $1,000. per item). 68 If an item Is not available (being used during time of the site visit), the appropriate documentation must be provided to account for that particular piece of equipment. Other programmatic issues can lee dlsoussed at this time, such as missing quarterly reports, payment voucher/reimbursement, equipment, questions, etc. Post Monitoring Vielt FDEM personnel will review the On -site monitoring worksheets and backup documentation as a team and disouss 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 -Recipient. The Sub -Recipient will submit a Corrective Action Plan within a timeframe as determined by FDEM. Noncompliance on behalf of sub -grantees Is resolved by management under the terms of the Sub -Grant Agreement, The On -site monitoring report and all back up documentation will then be included In the Sub - Recipient's file, Monitoring Responsibilities of Pass-thru Entities Subreciplents who are pass -through entitles are responsible for monitoring their subrecipients in a manner consistent with the terms of the federal award at 2 O.F.R. Part 200, including 2 C.F.R. § 200.331. This includes the pass -through entity's responsibility to monitor the activities of the subrecipfent as necessary to ensure that the subaward Is used for authorized purposes, in compliance with federal statutes, regulations, and the terms and conditions of the subaward; and that subaward performance goals are achieved. Subrecipient responsibilities also include but are not limited to. accounting of receipts and expenditures, cash management, maintaining adequate financial records, reporting and refunding expenditures disallowed by audits, monitoring if acting as a 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 O,F.R. Part 200. ATTACHMENT K EHP GUIDELINES ENVIRONMENTAL PLANNING & HISTORIC PRESERVATION (EHP) COMPLIANCE GUIDELINES The following types of project s 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 facilitiee o Equipment buildings (suoh.as those accompanying communication towers) o Waterside Structures (such as dock houses, piers,. etc.) • Placing a repeater and/or other eqtilpment on an existing tower • Renovation of and modification to buildingsend structures thet are 0 years old or older • Any othereonstruction or renovation efforts that change or expand the footprint of a facility or structure including security enhancements to improve perimeter security • Physical Security Enhancementsincluding but riot limited to: o Lighting o Fencing o Closed-cirolit television '.(CCTV) pyst4ms o Metion detection. systems o Barriers, doors, gates and related security enhancements In addition, the erection of communications towers that are included in a jurisdlotion!s interopereble communications plan is allowed, subjed to all applicable:laws, regulations, and licensing provisions. Communication tower projects must besubitilted to FEMA for EHP review. EHP SCREENING FORM SUBMPSION For projects requiring EHP review, the Sub -Recipient must submit the EHP Screening Form to the State Admieistrative Agency (SAA) for review prior to funds being expended. The SAAPoint of Contact for EHP review Is: kits. Felicia Pinnock Bureau of Preparedness — Dorapstic Security 2555 Shumard Oak Boglever Tallahassee, Ronda 32399-2100 Teteohene: 850-815-4343 Felicia.Pirinockftem.MYkorida.c°rn 11. The SAA POC will forward EHPScreening Forms to DHS/FEMA for review and approval. W. Sub-Reciplent's must receive written approval from the SAA prior to the use of grant funds for project Implementation. THE PROJECT MAY NOT BEGIN UNTIL 'FINAL FEMA APPROVAL IS RECEIVED, 70 ATTACHMENT L REIMBURSEMENT CHECKLIST pLAN,NING ❑ 1. Does the amount billed by consultant add up correctly? ❑ 2. Has all appropriate documentation to denote hours worked been properly signed? ❑ 3. Have copies of all planning materials and work product (e,g. meeting documents, copies of plans) been included? (Note - If a meeting was held by Sub -Recipient or contractor/consultant of Sub- Reolpient, an agenda and signup sheet with meeting date ❑ 4. Has the invoice from consultant/contractor been included? (Note — grant agreement must be referenced on the Invoice.) ❑ 5. . Has proof of payment been Included? Canceled oheck, 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 ❑ 8. Has Attachment G (found within Agreement with FDEM) been completed for this contractorlconsultant and Included In the reimbursement package? ❑ 7. Has proof of purchase methodology been Included? Please see Form 5 of Reporting Forms or Purchasing Basics Attachment if further clarity Is needed. Sole Source (approved by FDEM for purchases exceeding $26,000) State Contract (page showing contract #, price list) Competitive bid results (e.g. Quotewlre, bid tabulation page) ConsultantslContractora tote: this anpilea to contractors gip billed under Orcie jzatioR) TRAIN1(410 ❑ 1. Is the course DHS approved? ❑ 2. Is there a course or catalog number? ❑ 3. If not, has FDEM approved the non-DHS training? ❑ 4. Have Sign -in Sheets, Rosters and Agenda been provided? ❑ 5. If billing for overtime and/or backfill, has documentation been provided that lists attendee names, department, # of hours spent at training, hourly rate and total amount paid to each attendee? Have documentation from entity's financial system been provided as proof attendees were paid? For backfill, has a clear delineation/cross reference been provided showing who was backtifiing who? ❑ 6. Have the names on the sign -in sheets been cross-referenced with the names of the individuals for whom training reimbursement costs are being sought? ❑ 7. Have any expenditures occurred In support of the training such as printing costs, costs related to administering the training, planning, scheduling, facilities, materials and supplies, reproduction of materials, and equipment? If so, receipts and proof of payment must be submitted. 71 Canceled check, bank statement or transaction history (Showing' the transaction was processed by the bank) Etectronto Funds Transfer (Err) Conflnnetton Credit Card Statement & payment to credit card company for that statement El 7. Has proof of purchase methodology been included? Please see Form 6 of Reporting Farms or Purchasing Basics Attachment if further clarity is needed. Sole Source (approved by FDEM for purchases exxceedieg $25,000) State Contract (page showing contract #, price list) Competitive told results (e,g. Quotewire, bid tabulation page) FX?RCISE ED 1. Has documentation been provided on the purpose/objectives of the exercise? Situation Manual ____ Exercise Plan 2, If exercise has been conducted are the following included: Atter•raction report Stgrein sheets Agenda Rosters 0 3. if billing for overtime and backfdl, hes a spreadsheet been provided that fists 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 baokfill, hes a dear delineation/cross reference been provided showing who was beckfifing who? ❑ 4. Have the names on the sign -in sheets been cross-referenced with the names of the individuals for whom exercise reimbursement costs aro being sought? ❑ $, 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 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 oredit card company for that statement d 6. Has any expenditures occurred' on rental of space/iocations for exercises planning and conduct, exercise signs, badges, etc.? if 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 Statement & payment to credit card company for that statement 7, Has proof of purchase methodology been Included? Please see Fonn 6 of Reporting Forms or Purchasing Basics Attachment If further clarity is needed. Sole Source (approved by FDEM for purchases exceeding $25,000) State Contract (page showing contract #, price list) Competitive brd results (e g. Quotewlrs, bid tabulation page) ecumi tir Ej 1. Have all invoices been Included? 72 ❑ 2. Has an AEL. # been identified for each purchase? 3. If servlcelwarranty expenses are listed, are they only for the performance period of the grant? d 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 ❑ 5. If EHP form needed, has a copy of the approval DHS been Included? Ei 6. Has proof of purchase methodology been Included? Please see Form 5 of Reporting Forms or Purchasing Basics Attachment if further clarity is needed Sole Source (approved by FDEM for purchases exceeding $25,000) State Contract (page showing contract #, price list) Competitive bid results (e.g. Quotewire, bid tabulation page) TRAVEL,1CO E ENCBS 1. Have all receipts been turned in, Itemized and do the dates on the receipts match travel dates? Airplane receipts Proof of mileage (Google or Yahoo map printout or mileage log) Toll and/or Parking receipts Hotel receipts (Is there a zero balance?) Car rental receipts Registration fee receipts Note; Make sure that meals paid for by conference are not included in per diem amount El 2. if travel le a conference has the conference agenda been Included? 3. Has proof of payment to traveler 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 Copy of paycheck if reimbursed through payroll SALARY PDsf, j�Q s 1. Has a Maned tlmesheet by employee and supervisor been included? Timesheat must certify the hours and information presented as true and correct. 2. Has proof for time worked by the employee been Included? Is time period summary Included? Statement of Earnings Copy of Payroll Check Payroll Register For fusion center analysts, have the certification documents been provided to the SAA to demonstrate compliance with Gaining and experience standards? oIMAN/ZAr!oN El 1. if billing for overtime and backfill, has a spreadsheet been provided that lists 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? 73 For baktkfill, has a clear dellneatioNcross reference been provided showing who was backfilling who? j=QR ALL REIMBURSEMENTS • THE RN4I(, C EC!( 1. Have ail relevant forms been completed and Included with each request for reimbursement (Including Daily Activity Reports for OPSQ)? 2. Have the costs incun'ed been charged to the appropriate POETE category? 8. Does the total on all Forms submitted match? El 4. Has Reimbursement Form been signed by the Grant Manager and Financial Officer? ED 5. Has the reimbursement package been entered Into Sub -Recipients records/spreadsheet? El B. Have the quantity and unit cost been notated on Reimbursement Budget Breakdown? 7. If this purchase was made via Sole Source, have you Included the approved Sole Source documentation and justification? E] 8. Do all of your vendors have a current W 9 (Taxpayer identification) on file? El 9. Has the Attachment G (found within Agreement with FDEM) or proof of SAM.gov registration been provided for the contractors/consultants with the reimbursement package, Please note: POEM reserves the right to update this checklist throughout the life of the grant to ensure compliance with applicable federal and state rules and regulations. 74 FY 2021 Budget -Miami -Ft. Lauderdale UASI Exhibit #2 twisdickirsn RrgiunxF Project Pracurvisent tstaecy SuL-Cate rY 9n Diseiy se Une Item x DOWlM 1t*M Description P Art * qiy Unit C gxtak Euelget Aaatallon BEMA Planning Personnel Emergency Management 2021-O6A Emergency Management Planner 1 $115,325.00 $115,325.00 BEMA Equipment Equipment Emergency Management 2021-13A Light Towers for Night Field Operations 030E-03-1TPA 20 $11,000.00 5249,000.00 BSO Planning Training Emergency Management 2021-06B 8S0 PTE - CEMP/COOP/COG - National Homeland Security Conference 1 $14,000.00 $14,000.00 850 Equipment Equipment Fire Rescue 2021-05A BMS Microwave Downlink System for Aircraft 06CP-03-MWAY 1 $226,000.00 $226,000.00 B5O Equipment Equipment All Disciplines 2021-058 Y Bomb suit 02PE-01.0SUT 2 $12,500.00 $25,000.00 850 Equipment Equipment fire Rescue 2021-0SC Microwave Downlink System forSUAS 06CP-03-MWAV 5 $13,000.00 $65,000.00 85O Equipment Equipment Law Enforcement 2021-050 3 EO0 Night Vision Goggles 030E-02-T1LA 1 $34,325.00 $34,325.00 Coral Gables Equipment Training Fire Rescue 2021-12A CBRNE Response Small Fireboat and applicable NASBLA Fire Boat twining, NFPA 1405, 1005, NIM5 508, 509 17WC-00-BOAT, 21GN-00-TRNG 1 $173,755.00 $173,755.00 Coral Springs Equipment Equipment Law Enforcement 2021-01A Y Real Time Crime Center Facial Recognition Software 131T-00-FACE 1 $99,293.00 $0.00 Coral Springs Equipment Equipment taw Enforcement 2021 04A Y License Plate Reader System (LPR) (fixed to existing pales) 03OE•01-ALPR, 21GN-00-tNST, 21GN-00-SHIP 6 530,000.00 5180,000.00 Coral Springs Equipment Equipment Law Enforcement 2021-02A Y Portable Bollards for Special Events and Polling Locations 14SW-01-WALL 7 $7,143.00 $50,001.00 Jurisdiction P6ocwementrt Cate Bury Sub-Cetego y IXxi iirre p Lh e item a DsitMad Kam Description Aft.e Etty unit Cost Mai budget Adoration Fort Lauderdale Equipment Equipment Emergency Management 2021-07A Ft, Lauderdale EOC - Enhancement 21GN-00-OCEQ, 06CP-0S-VCON, O6CP-01-PORT, 04M0-03-DMSP, 04HW-01-HNC() 05PM-00-PTCH, 06CC-03-SATP, 06CC-03-SATB, 06CC-04-SADS, 06CC-01-CELL, 14SW-01-PACS, 14C1-00-COOP, 21GN-00-INST, 04H W-01-CABL 1 $79,450.00 $79,450.00 Fort Lauderdale Equipment Training All Disciplines 2021-08A Ft. Lauderdale CERT (Equip $7,300 and Training $7,300) 21GN-00 CCEQ 1 $14,600.00 $14,600.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-138 Ballistic Helmets 01LE-01-HLMT 4 $1,835.00 $7,340.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-05E Twin Port Gas Masks for Bomb Squad 01AR-02-APR 10 $691.00 $6,910.00 Fort Lauderdale Equipment Equipment Fire Rescue 2021-128 TRT Enhancements to include supplied (10) air respirators and a thrawable camera 01AR-01-SAR, 030E-01-CTAC, 21G19-00-SHIP 1 $35,512.00 $35,512.00 Fort Lauderdale Equipment Equipment Emergency Management 2021-iSA Repeater for CERT 06CP-01-REPT 1 $20,000.00 $20,000.00 Fort Lauderdale Equipment Equipment AR Disciplines 2021-01B IT Contingency Operations System (Redundancy IT System to include servers, application licenses and network peripherals) 14C1-01-COOP 1 $42,000.00 $42,000.00 Fort Lauderdale Equipment Equipment law Enforcement 2021-03A Y RTCC Enhancement to include 3 Video displays 04M0-01-DISP, 21GN-00-INST 1 $29,930.00 $29,930.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021.13C Night Vision Goggles for SWAT 030E-02-T11A 6 $12,400,00 $74,400.00 lurisdlctbn Regional Project Procurement Category Sub -Category DisciP#ne tint Item a Detailed item Dtudella* Alt a qty Unit Cost Hari Budget Allocation Fort Lauderdale Equipment Equipment law Enforcement 2021-026 Y CCTV system installed at EOC and RTCC 145W-01-VIDA, 21GN•00-IN57 2 514,100.00 $28,20000 Fort Lauderdale Equipment Equipment Fire Rescue 2021-158 Hazmat Enhancement to include 1 deployable tactical comms kit and 1 throwable camera 06CC 02•DSAD, 030E-01-CTAC 1 $16,174.00 $16,174.00 Hialeah Equipment Equipment Law Enforcement 2021-02C 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.) 145W-01•VIDA 0410W-01-INHW 04MD-03-DISP 210N-00•MAIN, 21GN-00-I1s1ST 35 516,072.00 $562,520.00 Hialeah Training Planning All Disciplines 2021-06C PT&E: HarMat Courses, Homeland Security Conference and updating local COOP Plan 1 $135,614.00 $135,614.00 Hialeah Planning Personnel Law Enforcement 2021-040 Y LPR Analyst Sustainment 1 $62,549.00 $62,549.00 Hialeah Planning Personnel Emergency Management 2021-060 Emergency Management Planner 1 $100,000.00 $100,000.00 Hialeah Equipment Equipment taw Enforcement 2021-04C Y license Plate Reader System (LPR) Fixed on poles 131E-00 SURY 04AP-02-AVIS Q;pE 01-ALPR 18 $22,636.00 $407,448.00 Hollywood Exercise Planning1 Disciplines All fines 2021-01C Y Cybersecurity Exercise and Plan Development $273,497.00 $273,497.00 Hollywood Equipment Equipment Emergency Management 2021-078 EOC Enhancements to include computer 04HW-01-INHW 1 $60,000,00 $60,000.00 Key Biscayne Equipment Equipment Fire Rescue 2021-13D Ballistic Vest and Helmets for Fire 01t.E-01-514LD OILE-OINLMT 1 $23,200.00 $23,200.00 M&A Management and Administratio n All Disciplines 2021-17 M&A M&A 1 $560,500.00 $560,500.00 Miami Equipment Equipment All Disciplines 2021-09A Maintenance/Sustainment/ Repair/Replacement for HSGP purchased Equipment. EM 5138,000; Fire $5,000 21GN-00-MAIN 1 $143,000.00 $143,000.00 )urlediclWn 4CVremint I cteorybCat Dpline teem N Detailed Item Description REIN Ctty uCost FlnaBuetANan Miami Equipment Equipment Emergency Management 2021-07C EOCEnhancements/Maintenance/ 5ustainment 21GN-00-OCEQ 14CI-00-COOP 07sE-o3-ENVs 06CC-05-PRTY 06CC-02-DSAD 21GN-00-INST, 04M0-03-0ISP, 04H W-01-INH W 1 $210,OOIi.Op $2i0,000.00 Miami Equipment Equipment All Disciplines 2021-16A This project wi0 continue services for a Metro -Ethernet line that provides fast network connectivity between the City's network and the E911 backup center. 140-01-COOP 1 $I0,000.00 $20,000.00 Miami Equipment Equipment All Disciplines 2021-15C Satellite Phone 5ustainment 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 1 $30,000.00 $30,000.00 Miami Planning Training All Disciplines 2021-06E P,T & E. This project will support multi -disciplinary projects for the City of Miami under the leadership of MEM. Project scope will involve a full scale exercise, revision of planning documents such as the CEMP/COOPJCOG and trainings that benefit terrorism -related emergency management trainings. Trainings will include ICS, Hazmat 160 and any other specialized courses needed due to staff attrition. Fire $54,894, EM 5171,258 1 $226,152.00 $226,1.52.00 Miami Equipment Equipment Eke Rescue 2021.15D Deployable Repeaters 06CP-01-REPT 6 $21,714.00 $130,284.00 Miami Planning Equipment Alt Disciplines 2021-08B CERT/Miami - Training and equipment 1 $170,000.00 $170,000.00 Jurisdiction Regional mom ProcMiami Category sub -Category Discipline tone kern M Detailed item Iles kpt(OVr AFl It Q4y unit Cost Mud Budget AArxation Organisation Organisation Fire Rescue 2021-02D Y Operational OT for Special Eventsapproved by FEMA, fire $22,000 1 $5,000.00 55,000.00 Miami Equipment Law Enforcement 2021-02E Y Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Miami Police Department the oppartunity to deploy CCTV equipment in the area of soft targets and enhance our ability to deter and investigate terrorist activity.) 14SW-01-VIDA 04HW-01.INHW 04M0-03DI5P 21GN-00-MAIN 1 $313,567.00 $313,567.00 Miami Equipment Equipment Law Enforcement 2021-040 Virtual Reality Counter -Terrorism Training System Project 1 $178,000.00 $17B4O00.00 Miami Equipment Equipment Law Enforcement 2021.10A Armored Response Project - Bearcat 12VE-00-MISS 1 $300,000.00 $300,000.00 Miami Equipment Equipment Law Enforcement 2021-13E Ballistic Vest for SWAT and K9 011E-01-ARMR 25 54,436,00 $110,900.00 Miami Planning Personnel Emergency Management 2021-06F a Emergency Management Coordinator (12 months). This position will assist with the development/revision of citywide emergency management plans such as the CEMP, COG and COOP. 1 $85,000.00 585,000.00 Miami Planning Personnel Emergency Management 2021-06G Emergency Management Planner (12 months). This position will assist with general planning responsibilities related to the implementation of the UASI grant program, 1 $85,000.00 $85,000.00 Miami Planning Personnel Emergency Management 2021-06H Equipment inventory Planner (12 months). This position will be responsible for resource management tracking and planning portion of the EHP process. 1 $60,000.00 $60,000.00 Miami Equipment Equipment Fire Rescue 2021-05f 4-Gas Meters and calibration sensors (69) 07C0-01-OPMG 1 $64,950.00 $64,950,00 lutisdktian Regional Pt0iart Procatemant Cstedury Sub -Category Dlsdpene Line kern a Detailed nem Description Aft Unk Con Find Budget Allocation Miami Equipment Miami Equipment Equipment Equipment Fire Rescue 2021-01D PSAP Go Kits (COOP Project) 14C1-01-COOP 1 $35,000.00 $35,000.00 Fire Rescue 2021-05G THAT Explosion Detection 07ED-01-IMOB, 0772-00-NCBR $18,500.00 592,so0.o0 Miami Equipment Equipment Fire Rescue 2021-12C Tablets for Survey 123 04HW-01-INHW 50 $1,700.00 $85,000.00 Miami Beach Equipment Equipment Law Enforcement 2021-07F Y Target Hardening at Miami Beach Facilities (Fire Stations, Satellite Police Stations, Youth Centers) 145W-01-VIDA, 21GN-00-1NST 1 $264,836.00 $264,836.00 Miami Gardens Equipment Equipment law Enforcement 2021-02G Y Video Wall & Covert Surveillance Technology 0411W-01-INHW, 04MD-01-VCAM, 12TR-02-TEQP, 030E-02-ROVI, 04S W -04-NETW, 045 W-05-SCAD 1 $327,884.00 $327,884.00 Miami -Dade Equipment Equipment Emergency Management 2021-070 WebEOC Municipal Enhancement 04M0-01-CDSS 1 575,000.00 $75,000.00 Miami -Dade Planning Planning Emergenty Management 2021-061 THIRA/5PR for the County 1 $90,000.00 $90,000.00 Miami -Dade Equipment Equipment Emergency Management 2021-02H Y Security Camera/Access Control for MO Elections Department HQ 14SW-OS-VIDA, 21GN-00-INST 1 5150,000.00 S150,000.00 Miami -Dade Miami -Dade Planning Exercise Contractor Contractor Emergency Management Emergency Management 2021.061 2021-14A Whole Community Closed POD Exercise and Training Video 1 1 $161,000.00 $75,515.00 $161,000.00 $75,515.00 Miami -Dade Equipment Equipment Emergency 2021-021 Management Y Access Control at MD Elections Department Building 14SW-01-PACS, 21GN-00-INST 1 $250,000.00 $250,000.00 Miami -Dade 2 Equipment Equipment Law 2021-038 Enforcement Y Forensic Video Covert Streaming Systems 13LE-00-SURV, 04H W •01-INHW, 04M11-03-DI5P, 10GE-00-GENR $134,058.00 $134,053.00 Miami -Dade Equipment Equipment Law 7021-021 Enforcement Y Multi Functional Video Wail and work stations for Fusion Center and RTCC 04HW-01-INHW 131T-DO-INTL 216N-00-OCEQ 216N-00-INST, 04MD-03-DI5P 1 $667,457.00 $667,457.00 Miami -Dade Equipment Equipment Fire Rescue 2021-11A Mobile Solar Power Supply Unit 108C-00-SOLR 1 5107,554.00 $107,554.00 6 nine& ProNa Procurement Catesory Sub Cete`ory Plulpxne tine Rem 1 Petalled Item UOScr et AEI 1 Link Goss nal 5udget Miami -Dade Equipment Equipment e Rescue 2021-05H MCI Ambulance Bus/Mobile Treatment Unit (MTU) 12VE-00-ABU5 1 $583,961.00 $583,961.00 Miami -Dade Training Training Fire Rescue 2021.06K NIMS ICS Position Specific Training 1 $105,000.00 $105,000.00 Miami -Dade Planning Training Fire Rescue 2021-06L Planning, Training and Exercises: UA51 Homeland Security Conference N/A 1 $5,000.00 55,000.00 Miramar Equipment Equipment Fire Rescue 2021-08C Training Mannequins for CERT 04AP-08-SWMS 3 $4,000.00 $12,000.00 Miramar Equipment Equipment Fire Rescue 2021-08D Miramar CERT Equipment 21GN-00-CCEQ 1 $1,293.00 $1,293.00 Miramar Equipment Equipment Fire Rescue 2021-07E WebE0C Fleet Eyes Software 04AP-05-0055, 04AP-02-AVLS 1 $30,000.00 $30,000.00 Miramar Equipment Equipment Fire Rescue 2021.120 Thermal Imaging Cameras 030E-02-TILA S $9,000.00 $45,000.00 Miramar Equipment Equipment Fire Rescue 2021-13F Ballistic Helmets 01LE-01-HLMT 1 $10,000.00 $10,000.00 Miramar Exercise Exercise Emergency Management 2021-01E Y Cybersecurity Election Based Incident Response TTX 1 $100,000.00 $100,000.00 Miramar Planning Contractor Emergency Management 2021-06M THIRA/SPR for the City 1 $50,000.00 550,000.00 Miramar Training Planning Emergency Management 2021-06N PT&E: Homeland Security Conference and ICS courses (Virtual H necessary) 1 $71,000.00 $71,000.00 Miramar Equipment Equipment Fire Rescue 2021-051 Y Personal Radiation Detectors (PRO) 07110-02-PRDA 4 $2,500.00 $10,000.00 Monroe Equipment Equipment Law Enforcement 2021-108 SWAT Personnel Carrier with Corns 12VE-00-MISS 1 $100,000.00 $100,000.00 Monroe Equipment Equipment Law Enforcement 2021-15E APX6000 700/800 Portable Radios 06CP-01-PORT 6 $5,403.00 $32,418.00 Monroe Equipment Exercise Emergency Management 2021-0SJ Radiation Portat Monitor 155C-00-PMON 518,285.00 $18,285.00 ludsdiction Regional Project Procurement Cate 6atY 5ib ` ` o Oisctp5 a tine Item • 'i v Detailed Item Description Alt R tity Unit Cost Final Sedge ANnrsibn Monroe Equipment Equipment Fire Rescue 2021-05K Hazmat Trailer with various hazmat equipment and PPE 12TR-00-TEQP, 01C6-04-ENSM, 01C1-02-ENSM, O1 VT-02-FT W R, OIVT-02-GARM, 01VT-02-G1OV, 012A-04-HEAR, O7CD-01-DPGC, see template for list of AEts 1 $114,133.00 $114,133.00 Palm Beach County Equipment Equipment Emergency Management 2021-07F EOC Technology Upgrades to include 53 microcomputers, 104 laptops, 2 all -in -one computers, 27 desktop computers and 4 printers 1 $156,150.00 $156,150.00 Palm Beach County Equipment Equipment Emergency Management 2021-11B Logistics/Deployable equipment: Fort/shelter (125k) and generator ($84,576) 1 $209,576.00 $209,576.00 = • Equipment Equipment Law Enforcement 2021-13G SWAT Night Vision Goggles 030E-02-TILA 19 $8,600.00 $163,400.00 • Training Planning law Enforcement 2021-04E y Community Business Partners Against Terrorism Program 1 $92,326.00 $92,326.00 P650 Equipment Equipment Law Enforcement 2021-051 Y Bomb suit (40k) and Man Portable Bomb Robot (70k) 02PE-01-BSUT and 02EX-02- RBTI 1 $110,000.00 $110,000.00 Pembroke Pines Equipment Equipment Fire Rescue 2021-13H 66 Body Helmets and Body Armor for Fire/EMS personnel for deployment to hotzones. O1LE-0I-ARMR 011E-Ol-HLMT 66 51,133.00 $74,778.00 Pembroke Pines Equipment Equipment law Enforcement 2021-01F Y Data Analytic$ for RTCC 131T-00-fACE; 04HW01-INHW 1 $214,000,00 $0.00 Pembroke Pines Equipment Equipment Fire Rescue 2021-05M Y 6-Gas Detectors 07CD-01.OPGC 10 $2,300.00 $23,000.00 Pembroke Pines Equipment Equipment Fire Rescue 2021.12E Thermal imaging Cameras 030E-02-TIIA 3 $6,300.00 $18,900.00 Sunrise Equipment Equipment Enforcemem 2021-10C Bear Cat for SWAT 12VE-00-MISS 1 $360,121.00 $360,121.00 8 IuNadittbn RPro taraem° Category Sub-+Csinewy ObtipGre One item it $ [retailed item Description Aft M 4ty Unn Cost Final Budget Allocation Regional Miami Planning Personnel Emergency Management 2021-060 Regional Program Manager, This position assists the Miami and Ft. Lauderdale with regional planning needs (e.g. drafting of investment justifications, coordination of UAWG meetings, development of annual budgets, etc.). Manning 1 $110,000.00 $110,000.00 Regional Miami Planning Personnel Emergency Management 2021-06P Regional Planning, Training and Exercises Coordinator- this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. Planning 1 $75,000.00 $75,000.00 Regional PBSO Fusion Organization Personnel Law Enforcement 2021-03C Y Fusion Center Analysts Organization 5 $57,500.00 $287,500.00 Regional Miami Planning Training Emergency Management 2021-06Q Regional Planning, Training & Exercise to include attendance at grant related meetings 21GN-00-TRNG 1 $20,876.00 $20,B76.00 Regional Miami Organization Equipment Law Enforcement 2021-01G Y Regional Cybersecurity Analysts Project 2 $150,000.00 $300,000.00 Regional PBSO Fusion Planning Personnel law Enforcement 2021.01H Y Metadata Planner 1 543,000.00 $43,000.00 Regional PBSO Fusion Equipment Training Law Enforcement 2021-030 Y Fusion Center Operations to include computer hardware and peripherals, software maintenance, OHS sponsored Training, alert system and TLO program support and office supplies/equipment O4HW-01-INHW 131T-00-INTL 131T-00-ALRT 1 $270,000.00 5270,000.00 Regional Miami Equipment Training Emergency Management 202107G Incident command software system needed for regional info sharing during emergency operations as well as non - emergency situations toprovide a platform for day-to-day regional info sharing and updates. (WebE0C) 04AP-05-CDSS 04AP-03-G155 045W-04-NETW 1 $150,000.00 $150,000.00 Regional Ft. Lauderdale Training Equipment All Disciplines 2021-08E Regional Citizen Corps/CERT Planning, Training Exercise and Equipment 19GN-00-BGPK 06CP-01-PORT 21GN-00-CCEQ 3 $100,000.00 $300,000.00 Regional Project Procurement turimtv Sub -Category Olscianne tine Ittat ft 711 Petalled item Description ARa Unit Cost Final &admit Allocation Regional Ft. Lauderdale Equipment Training All Disciplines 202145F Deployable LTE Radio & Celluar Comm Kit - ROSTF 7 Interoperable Trailer - Regional Project 06CC-02-DSAD, 21GN-00-TRNG 1 $23,150.00 $23,150.00 Regional IDLE Equipment Equipment Law Enforcement 202.1-156 Communications Interoperability System 06CP-01-PORT 1 $8,000.00 $8,000.00 Regional FDLE Equipment Equipment Law Enforcement 2021-15H 7 Satellite Radios 06CC-03-5ATM 1 $6,570.00 $6,570.00 Regional IDLE Equipment Equipment Law Enforcement 2021-096 Maintenance/Sustainment Regional Command Vehicle Wrap 21GN-00-MAIN 1 $5,750.00 $5,750.00 Regional Miami Beach Equipment Equipment Law Enforcement 2021-04E Y Regional LPR Project BIT-DO-INTL 030E-01-ALPR, 21GN-00-CNST 1 $250,000.00 $250,000.00 Regional Miami Equipment Equipment fire 2021-05N Radiation Detection for Hazmat to include: 1 AreaRae Pro Rapid Deployment Kit ROK, cylinder (calibration), FUR Identifinder R200 PRND, annual calibration, FTIR Technology, Autorae controler and cradles 07C5-01-KAVC, 07CD-01 -OPMG, 07RD-02-PROA 07CS-01-KICS 1 $150,000.00 $150,000.00 Regional MO Equipment Equipment Law Enforcement 2021-03E r Regional Maritime Radar Project - Monroe 145W-02-RADR 1 $330,000.00 $330,000.00 Regional MDEM Planning Exercise Emergency Management 2021-11C Logistics/Resource Management Project 1 5116.225.00 5116,225.00 Regional MDPD Equipment Equipment Fire 2021-151 Communications 700MHz Overlay 06CP-01-BASE, 06CP-02-BRD6 1 5436,888.00 $436,888.00 Regional PBSO Training Law Enforcement 2021-01 Y Cyber Response Training 1 $313,293.00 $313,293.00 Total $14,012,500.00 514,011,500 00 i $2,71.2,500 DO 10 )wkdktlon R.Rwn.l Protect hocut.m.nt C tago.y Sun -Category Line noeta ut. U tIt Cori Radial Allocation 2021 UASI Sub -Recipients Broward County Emergency Management (BEMA) Broward Sheriffs Office (BSO) Coral Gables Coral Springs Fort Lauderdale Hialeah Hollywood Key Biscayne Miami Beach Miami Gardens Miami -Dade (Fire, Police and Emergency Management) Miramar Monroe County (Fire, Police and Emergency Management) Palm Beach County Emergency Management Palm Beach County Sheriff's Office (P8S0) Pembroke Pines Sunrise Regional — Projects shared across the entire region that includes members listed above as well as: Florida Department of Law Enforcement (FDLE) • • • • • • MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2021 "Jurisdiction" Agreement Number. R0521 FAIN Number. EMW-2021-SS-00056-S01 CFDA 4: 97.067 This Agreement is entered into thisday of , 2022, 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 $14,012,500 dollars through the Urban Area Security Initiative (UASI) Grant Program 2021; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2021; and WHEREAS, as the USDHS requires that the urban areas selected for funding take a regional metropolitan area approach to the development and implementation of the UASI Grant Program 2021 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2021 Urban Area has been defined Miami and Ft. Lauderdale collectively and anticipates sub -granting a portion of the UASI funds in accordance with the grant requirements; and WHEREAS, the City Commission, by Resolution No. , adopted on 2022 , has authorized the City Manager to enter into this Agreement with each participating agency on behalf of the City of Miami; and WHEREAS, the Sponsoring Agency wishes to work with the participating agencies through the Urban Area Working Group process to enhance Miami and its surrounding jurisdictions ability to respond to a terrorist threat or act. NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follow: 1. PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2021 which was made available by the U.S. Department of Homeland Security and the State of Florida Division of Emergency Management (FDEM), B. This Agreement serves as the Scope of Work between the Participating Agency and the Sponsoring Agency. II. SCOPE A. The provisions of this Agreement apply to UASI Grant Program 2021 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. UASt Grant Program 2021: The UASI Grant Program 2021 reflects the intent of Congress and the Administration to enhance and quantify the preparedness of the nation to combat terrcrism and continues to address the unique equipment, training, planning, organization and exercise needs of large high threat urban areas, and program activities must involve coordination by the identified core city, core county/Counties, and the respective State Administrative Agency. Funding for the UASI Grant Program 2021 was appropriated by U.S. Congress and is authorized by Public Law 108-11, the Emergency Wartime Supplemental Appropriations Act, 2003. The funding will aid in building an enhanced and sustainable capacity to plan, prevent, protect, mitigate, respond to, and recover from threats or acts of terrorism for the selected urban areas. D. National Incident Management System (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 NHS 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 wilt 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 2021 requirements as stipulated in 'Exhibit #1". E. Participating as a member of the Urban Area Working Group to include coordinating with and assisting the City of Miami in conducting a comprehensive Urban Area Assessment, which in turn will guide development of an Urban Area Stakeholder Preparedness Review. F. Ensuring the participation of the following critical players In the assessment and Stakeholder Preparedness Review development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, 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 es 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 2021, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies, special 4 events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by 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 2021, as identified in "Exhibit 2", is the sole responsibility of the receiving agency. This includes, where applicable, maintenance, replacement, training an 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 2021 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these documents are related to the receipt or use of such assistance. The grantee will also give the sponsoring agency or the Comptroller Generar, 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. AU 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, 2023, unless otherwise extended, by a written amendment duly approved and executed prior to June 30, 2023, unless otherwise extended, at which time the parties may agree to renew the association. Renewal will be based on evaluation of the Sponsoring Agency's ability to conform 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. SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: BY: BY: Todd B. Hannon City Clerk Arthur Noriega City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: BY: BY: Jffl&-_ 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 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATII IIG DEPARTMENT: Fire -Rescue DEPT. CONTACT PERSON: Maria T. Martinez EXT. 1672 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: "State of Florida Division of Emergency Management" IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? 0 YES X NO TOTAL CONTRACT AMOUNT: S FUNDING INVOLVED? 0 YES X NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT PROFESSIONAL SERVICES AGREEMENT X GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT ❑ PUBLIC WORKS AGREEMENT 0 MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY PURPOSE OF ITEM (BRIEF SUMMARY): To establish the Urban Area Security Memorandum of Agreement ("MOAN"). COMMISSION APPROVAL DATE: 2/24/2022 FILE ID: 11336 Initiative ("UASI") FY 2021 (Sc ENACTMENT NO.: R-22-0078 IF THIS DOES NOT REQUIRE COMMYIISSION APPROVAL, PLEASE EXPLAIN: ROUTING INPOIRMATION..,. Date PLEASE PRINT AND SIGN PRINT: Ty McGann, AFC APPROVAL BY DEPARTMENTAL DIRECTOR 2/28/22 �yyCQ SIGNATURE: _I l � PRINT: ANN — MARIE SHARPE SUBMITTED TO RISK MANAGEMENT Quevedo, °; ''''s"°'"''m SIGNATURE: Terry -0W.""0.260 _"l PRINT:. VICTORIA MENDEZ SUBMITTED TO CITY ATTORNEY 3/14/22 SIGNATURE: Ti4SF MID 22-50K PRINT: APPROVAL BY ASSISTANT CITY MANAGER SIGNATURE: ART I 'O A RECEIVED BY CITY MANAGERAI/ SPRINT: i SIGNATUI . PRINT: 1) ONE ORIGINAL TO CITY CLERK, SIGNATURE: 2) ONE COPY TO CITY ATTORNEY'S OFFICE, PRINT: SIGNATURE: 3) REMAINING ORIGINAL(S) TO,ORIGINATING DEPARTMENT PRINT' SIGNATURE: PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER rjr'ef q. fiq] GO n111 11111 , Date: Q1/10/2022 AGENDA ITEM5UMMARY FORM File ID: #11336 Commission Meeting Date: P2/24/2012 Requesting Department Department of Fire - Rescue Sponsored By: District impacted: Ali Type: Resolujion Subject: gstablIsh Special Revenue - Urba_rtArea Security IpitiatIve Grant Pronrent Purpose of Item; Resolution to establish a Special Revenue Fund titled: "Urban Area Security Initiative ("UASI") Grant Program FY 2021", appropriating funds in the amount of $14,012,500,00 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 ("MOA's) 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 ("DEM"), has sub -granted the Urban Area Security Initiative ("UASI") Grant Program FY 2021 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 ("MOA's) 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, Mlami-Dade County (Fire, Police and Emergency Management), Monroe County (Fire, Pollee and Emergency Management), Pafm Beach County Emergency Management, Palm Beach County Sheriff's Office, the Village of Key Biscayne, and regional projects shared across the entire region that include the members listed above as well as Florida Department of Law Enforcement, setting forth the parties' responsibilities In connection with the development and support of the UASI Program FY 2021, which Is administered by the City of Miami Department of Flre- Rescue. Bud iet Impact Analysis item Is Related.to Revenue Item Is an Expenditure Item Is NOT funded by Bonds Total Fiscal Impact: Total Fiscal Impact: $14,012.500.00 $tart Uo 9acital Cost: $14.012,500,00 Special Revenue Account Nos . 11100L189000.443100O.000.00000 Department of Fire -Rescue Department of Fire -Rescue Department of Fire -Rescue Office of Management and Budget Office of Management and Budget Leglslative Division City Manager's Offlce Office of the City Attorney Office of the City Attorney Office of the City Attorney City Commission Reviewed By Ty McGann Johnny Duran Eloy Garcia Pedro Laoret Made Gouln Valentin J Alvarez Arthur tdortega V Thomas M. Resler Barnaby L Min Victoria Windex Maricarmen Lopez Fire Department Review Fire Budget Review Flre Chief Review Budget Analyst Review Budget Review Legislative Division Review City Manager Review ACA Revlew Deputy City Attorney Revlew Approved Form and Correctness Meeting Completed Completed Completed Completed Completed Completed Completed Completed Completed - Completed Completed 01/10/2022 11;24 AM 01110/2022 11:27 AM 02/02/2022 10;64 AM 02/03/20221;28 PM 0210312022 8:24 PM 02/03/2022 3;48 PM 02/04/2022 8:24 AM 02/10120226:10 PM 02/10/2022 8:17 PM 02/14/2022 8:10 PM 02/24/202219;00 AM City of Miami Legislation Resolution Enactment Number R-22-0078 City Hall 3500 Pan American Drive Miami, FL 33133 www, miarnlgov.com File Number: 11336 Final Action Date:2/24/2022 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENTS, ESTABLISHING A NEW SPECIAL REVENUE PROJECT TITLED 'URBAN AREA SECURITY INITIATIVE ('UASI') GRANT PROGRAM FISCAL YEAR 2021" AND APPROPRIATING FUNDS FOR THE OPERATION OF THE SAME IN THE AMOUNT OF $14,012,500.00 CONSISTING OF A GRANT FROM THE UNITED STATES DEPARTMENT OF HOMELAND SECURITY DIRECTLY TO THE STATE OF FLORIDA'S DIVISION OF EMERGENCY MANAGEMENT ("GRANT AWARD"); AUTHORIZING THE CITY MANAGER TO ACCEPT THE GRANT AWARD AND TO EXECUTE THE FEDERALLY -FUNDED SUBGRANTAGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER NECESSARY DOCUMENTS, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, IN ORDER TO IMPLEMENT THE ACCEPTANCE OF AND COMPLIANCE WITH THE GRANT AWARD; AUTHORIZING THE CITY MANAGER TO EXTEND THE FISCAL YEAR 2021 UASI GRANT PROGRAM, AS NECESSARY; AUTHORIZING THE EXPENDITURE OF FUNDS TO VARIOUS GOVERNMENTAL AGENCIES DESIGNATED FOR HOMELAND SECURITY EXPENSE$ 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 or FIRE -RESCUE, CONTINGENT UPON FUNDING OF THE PROJECT BEING SECURED. WHEREAS, the United Slates 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'ry, has sub -granted an Urban Area Security Initiative ("UASI") Grant Program for Fiscal Year ("FY") 2021 to the City of Miami ("City") in the amount of $14,012,600.00 ("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 2021., the attached Memoranda of Agreements (°MOAs") with the contiguous partners of the City, including Broward County Emergency Management, Broward County Sheriffs Office, the Clty 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 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 2021 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 2021 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 further 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 2021 UASI Grant Program, as necessary. Section 6. The City Manager is authorized' to execute MOAs, in substantially attached form, with the Contiguous Partners of the City for the purpose of setting forth the parties' responsibilities in connection with the development and support of the FY 2021 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 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 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 Clty Commission. APPROVED AS TO FORM AND CORRECTNESS: 2/14/2022 ATTEST: Todd B. Hannon City Clerk APPROVED AS TO FORM AND CORRECTNESS Victoria Mendez City Attorney TMF MID 22-50K For Contract No. R0521 THE CITY OF MIAMI, a municipal Corporation of the State of Florida By: Arthur Norie:a City Manager APPROVED AS TO INSURANCE REQUIREMENTS By: Ann -Marie Sharpe, erector Department of Ris Management Counterparts and Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement {whether by facsimile, PDF or other email transmission), which signature shall be binding an 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. FUND TITLE: RESOURCES: Urban Area Security initiative ("UASI") Grant Program FY 2021 Department of Homeland Security ('tDHS1 directly to the State of Florida Division of Emergency Management ("FDEM") $14,012,500.00 APPROPRIATIONS: $14,012,500.00