Loading...
HomeMy WebLinkAbout24198AGREEMENT INFORMATION AGREEMENT NUMBER 24198 NAME/TYPE OF AGREEMENT STATE OF FLORIDA, DIVISION OF EMERGENCY MANAGEMENT DESCRIPTION MODIFICATION #3 TO SUBGRANT /EXTEND UASI GRANT AGREEMENT FY 2019/FILE ID: 6765/R-19-0509/MATTER ID: 22- 2513/#43 EFFECTIVE DATE ATTESTED BY NICOLE EWAN ATTESTED DATE 10/24/2022 DATE RECEIVED FROM ISSUING DEPT. 12/15/2022 NOTE CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Fire -Rescue DEPT. CONTACT PERSON: Maria T. Martinez EXT. 1672 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: "State of Florida Division of Emergency Management" IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES X NO TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? El YES X NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT PROFESSIONAL SERVICES AGREEMENT X GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT El LICENSE AGREEMENT ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY PURPOSE OF ITEM (BRIEF SUMMARY): Modification #3 extending UASI Grant Agreement FY 2019 until March 31.2023. COMMISSION APPROVAL DATE: 12/12/2019 FILE ID: 6765 ENACTMENT NO.: R-19-0509 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: " ROUTING INFORMATION Date PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR 9/27/22 PRINT: Ty McGann, AFC j SIGNATURE: _/ tc,e____ SUBMITTED TO RISK MANAGEMENT PRINT: ANN — MARIE SIlI' 'e by Gomez, .Gomez Frank SIGNATURZ rank dare:29 7 13:7 3:29 -04'00' SUBMITTED TO CITY ATTORNEY 10/14/2022 PRIN • 'VIC ORIA M EZ SIG °_—`"C-. -2513 APPROVAL BY ASSISTANT CITY MANAGER PRINT: SIGNATURE: RECEIVED BY CITY MANAGER PRINT: ART N G- t: EGA SIGNATU' ' : 4/ 1) ONE ORIGINAL TO CITY CLERK; 2) ONE COPY TO_CITY ATTORIVEY'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 MODIFICATION #3 TO SUBGRANT AGREEMENT BETWEEN THE DIVISION OF EMERGENCY MANAGEMENT AND CITY OF MIAMI FIRE RESCUE This Modification is made and entered into by and between the State of Florida, Division of Emergency Management ("the Division"), and the City of Miami Fire Rescue ("Recipient"), to modify Contract Number R0075, which began on March 12, 2020 ("the Agreement"). WHEREAS, the Division and the Recipient have entered into the Agreement, pursuant to which the Division has provided a subgrant to Recipient under the Urban Area Security Initiative program of $6,650,000.00. WHEREAS, the Agreement will expire on October 31, 2022; and, WHEREAS, the Division and the Recipient desire to extend the terms of the Agreement; and WHEREAS, the Division and the Recipient desire to modify the Agreement; and, WHEREFORE, in consideration of the mutual promises of the parties contained herein, the parties agree as follows: 1. Paragraph 8 of the Agreement is hereby amended to read as follows: This Agreement shall begin upon execution by both parties and shall end on March 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. §200.77, the term "period of agreement" refers to the time during which the Sub -Recipient "may incur new obligations to carry out the work authorized under" this Agreement. In accordance with 2 C.F.R. §200.309, the Sub -Recipient may receive reimbursement under this Agreement only for "allowable costs incurred during the period of performance." In accordance with section 215.971(1)(d), Florida Statutes, the Sub -Recipient may expend funds authorized by this Agreement "only for allowable costs resulting from obligations incurred during" the period of agreement. 2. All provisions not in conflict with this. Modification remain in full force and effect and are to be performed at the level specified in the Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Modification as of the dates set out below. RECIPIENT: CITY OF MI FIRE RESCUE By: Name and Title: Arti- o— [ bri 90..1 CI'tL1 M 12.r /g)-- Date: DIVISION OF EMERGENCY MANAGEMENT By: see +.h) Name and Title: Kevin Guthrie, Director Date: tt 1 aslaaaa- IN WITNESS WHEREOF, the parties hereto have executed this Modification as of the dates set out below. RECIPIENT: CITY OF MIAMITI E SCUE By: Name and Title: Ptal-tU-c- C. MOXIC94-r" Date: /L) DIVISION OF EMERGENCY MANAGEMENT • Digitally signed by Linda McWhorter DN dc=org, dc=fleoc, ou=DEM Users Linda McWhorter ou=Preparedness, cn=Linda McWhorter, ,• • emaiI=Unda.McWhorter@em.myflorida.com By: Date: 2022.11.22 14:11:53 -0500' Au: Name and Titre: Kevin Guthrie, Director Date: See e-signature above THE CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: By. By: Todd Hannon ft/ City ' lerk APPROVED AS TO FORM AND CORRECTNESS By: Art r Norie:a City Manager APPROVED AS TO INSURANCE REQUIREMENTS Gomez Digitally signed by Gomez, Frank By: Date: 2022.09.27 Frank 13:13:54-04'00' Victoria Mendez — Ann -Marie Sharpe, Director City Attorney Department of Risk Management TMF MID 22-2513 Signature Page for Modification #3 to Subgrant Agreement Between the State of Florida Division of Emergency Management and the City of Miami Contract No. R0075 Counterparts and Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT Ron DeSantis Governor March 18, 2020 Robert Hevia City of Miami 444 SW 2nd Avenue, 10th Floor Miami, Florida 32804 Certified Mail -Return Receipt Requested RE: FY19 UASI City of Miami Agreement Number R0075 Dear Chief Hevia: Jared Moskowitz Director Enclosed is the fully executed agreement between City of Miami and the Florida Division of Emergency Management, executed on March 12, 2020. Under Section (3) (c), Contact, of this agreement you have been identified as the recipient's representative responsible for the administration of this agreement. It is your responsibility to thoroughly read, understand and oversee the compliance of all the conditions within this agreement. If you have any questions about this agreement, please contact Kizzy K. Caban at 850-815-4348 or email kzzy.cabanc em.myflorida.com. Linda McWhorter Preparedness Bureau Chief LM/kc Enclosures DIVISION HEADQUARTERS Tel: 850-413-9969 • Fax: 850-488-1016 2555 Shumard Oak Boulevard www.FloridaDisaster.orq Tallahassee, FL 32399-2100 STATE LOGISTICS RESPONSE CENTER 2702 Directors Row Orlando, FL 32809-5631 Contract Number: R0075 FEDERALLY -FUNDED SUBAWARD AND GRANT AGREEMENT 2 C.F.R. §200.92 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. §200.74, '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. §200,93, "Sub -Recipient' means °a non -Federal entity that receives a subaward from a pass -through entity to carry out part of a Federal program." As defined by 2 C.F.R. §200.36, "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. §200.92, "subaward" means "an award provided by a pass -through entity to a Sub - Recipient for the Sub -Recipient to carry out part ofa Federal award received by the pass -through entity." The following information is provided pursuant to 2 C.F.R. §200.331(a)(1): 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 (CFDA) Number and Name: Whether the award Is R&D: Indirect cost rate for the Federal award: City of Miami Fire Rescue 072-22077/4 EMW-2019-SS-00049 September 1.2019 9/1/2019 —12/31/2021 $6 660.000.00 $15,346,603.76 $6,850,000.00 See Article 1, Agreement Artioies: Dept. of Homeland Security FL Division of Emergency Management. 2555 Shumard Oak Boulevard Tallahassee. Florida 32311 97.067 Homeland Security Program NO (N/A) 29.26 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 Miami 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 thesegrant funds from the Federal government, and the Division has the authority to subgrant these funds to the Sub -Recipient upon the terms and conditions outlined below; 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) LAWS, RULES.REGULATiONS AND POLICIES a. The Sub -Recipient's performance under this Agreement is subject to 2 C.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: i. A provision specifying a scope of work that clearly establishes the tasks that the Sub -Recipient is required to perform. 11. 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 each deliverable. iii. 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 unobligated funds which has been advanced or paid must be refunded to the Division, vi. 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. c. In addition to the foregoing, the Sub -Recipient and the Division shalt be governed by all applicable State and Federal laws, rules and regulations, including those identified in Attachment D. 2 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 all deliverables for which the Sub -Recipient requests payment. b. The Division's Grant Manager for this Agreement is: Kizzy.K. Caban 2555 Shumard Oak Boulevard Tallahassee, Florida 32399 Telephone: (850) 815-4348 Email: Kizzv.Cabanaem.mvflorlda.com c. The name and address of the Representative of the Sub -Recipient responsible for the administration of this Agreement is: Chief Robert Hevia 444 SW 2nd Avenue, 10th Floor Miami, Florida 33130 Telephone: (305) 569-5402 Fax: (305) 569-4070 Email: RobHeviaCa)_miami.aov 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. 3 (4) TERMS AND CONDITIONS This Agreement contains all the terms and conditions agreed upon by the parties. (6) EXECUTION This Agreement may be executed in any number of counterparts, any one of which may be taken as an original. (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 on September 1, 2019 and end on December 31, 2021 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.E.R. §200.77, the term "period of agreement' refers to the time during which the Sub -Recipient "may incur new obligations to carry out the work authorized under" this Agreement. In accordance with 2 C.F.R. §200.309, the Sub -Recipient may receive reimbursement under this Agreement only for "allowable costs incurred during the period of performance." In accordance with section 215.971(1)(d), Florida Statutes, the Sub -Recipient may expend funds authorized by this Agreement "only for allowable costs resulting from obligations incurred during" the period of agreement. (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 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 $6,650.000.00. d. As required by 2 G.F.R. §200.415(a), any request for payment under this Agreement must include a certification, signed by an yfficial who is authorized to feaaily 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. f 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)." 4 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: i. The required minimum acceptable level of service to be performed; and, 11. 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 goal", which Is defined in 2 C.F.R. §200.76 as °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. §200.301, that the Division and the Sub -Recipient "relate financial data to performance accomplishments 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 as 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, family -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 all related activities, including Federal awards; and, 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 accordance with 2 G.F.R. §200.474. As required by the Reference Guide for State Expenditures, reimbursement for travel must be in accordance with section 112.061, 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 ($6 for breakfast, $11 for lunch, and $19 for dinner), then the Sub -Recipient must provide documentation that: i. The costs 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, ii. Participation of the individual in the travel is necessary to the Federal award. i. The Division's grant manager, as required by section 216.971(2)(c), Florida Statutes, shall reconcile and verify all funds received against ail funds expended during the grant agreement period 5 and produce a final reconciliation report. The final report must identify any funds paid in excess of the expenditures incurred by the Sub -Recipient. j. As defined by 2 C,F.R. §200.53, the term "improper payment" means or includes: I. Any payment that should not have been made or that was made in an incorrect amount (including overpayments and underpayments) under statutory, contractual, administrative, or other legally applicable requirements; and, 11. 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. (10)RECORDS a. As required by 2 C.F.R. §200.336, 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 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. 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 2 C.F.R. §200.331(a)(5), 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. §200.333, 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 consultants paid from funds under this Agreement, for a period of flye (5) years from the date of submission of the final expenditure report. The following are the only exceptions to the five (5) year requirement: i. if any litigation, claim, or audit is started before the expiration of the 5-year period, then the records must be retained until alllitigation, claims, or audit findings involving the records have been resolved and final action taken, li. When the Division or the Sub -Recipient is notified in writing by the Federal awarding agency, cognizant agency for audit, oversight agency for audit, cognizant agency for indirect costs, or pass -through entity to extend the retention period. Ili. Records for real property and equipment acquired with Federal funds must 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. 6 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 eamed. 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 plans, 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. §200.334, the Federal awarding agency must request transfer of certain records to its 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. §200.335, 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, the Sub -Recipient shah take reasonable measures to safeguard protected personally Identifiable information and other information the Federal awarding agency or the Division designates as sensitive or the Sub -Recipient considers sensitive consistent with applicable Federal, state, local, and tribal laws regarding privacy and obligations of confidentiality. g. Florida's Government in the Sunshine Law (Section 286.011, Florida Statutes) provides the citizens of Florida with a right of access 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 of the Sub -Recipient's governing board or the meetings of any subcommittee making recommendations to the governing board may be subject to open government requirements. These meetings shall be publicly noticed, open to the public, and the minutes of ail the meetings shall be public records, available to the public in accordance with Chapter 119, Florida Statutes. 7 h. Florida's Public Records Law provides a right of access to the records of the state and local governments as well as to private entities acting on their behalf. Unless specifically exempted from disclosure by the Legislature, all materials 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. The Sub -Recipient shall maintain ail records for the Sub -Recipient 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 THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (850) 815-4156, Records@em.myflorida.com, or 2555 Shumard Oak Boulevard, Tallahassee, FL 32399. (11)AUPITS a. The Sub -Recipient shall comply with the audit requirements contained in 2 C.F.R. Part 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. §200.49, GAAP 'has the meaning specified in accounting standards issued by the Government -Accounting Standards Board (GASB) and the Financial Accounting Standards. Board (FASB)." c. When conducting an audit of the Sub -Recipient's performance under this Agreement, the Division shall use Generally Accepted Government Auditing Standards ("GAGAS"). As defined by 2 C.F.R. §200.50, GAGAS, "also known as the Yellow Book, means generally accepted government auditing standards issued by the Comptroller General of the United States, which are applicable to financial audits." d. if an audit shows that all or any portion of the funds disbursed were not spent in accordance with the conditions of this Agreement, the Sub -Recipient shall be held liable for reimbursement to the Division of all funds not spent in accordance with these applicable regulations and Agreement provisions within thirty days after the Division has notified the Sub -Recipient of such non-compliance. e. The Sub -Recipient shall have all audits completed by an independent auditor, which is defined in section 215.97(2)(i), Florida Statutes, as "an independent certified public accountant licensed under chapter 473." The independent auditor shall state that the audit complied with the applicable 8 provisions noted above. The audit must be received by the Division no later than nine months from the end of the Sub -Recipient's fiscal year, 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 Division at the folowing address: DEMSingle_Audit@em.myflorida,com Qg Office of the Inspector General 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 g. The Sub -Recipient shall send the Single Audit reporting package and Form SF -SAC to the Federal Audit Clearinghouse by submission online at: http:l/harvester.census.gov/facicoilectlddeindex.html h. The Sub -Recipient shall send any management letter issued by the auditor to the Division at the following address: D EM Si n g Ie_Audit@em. myflo rid a. com QR Office of the Inspector General 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 (12)REPORTS a. Consistent with 2 C.F.R, §200.328, the Sub -Recipient shall provide the Division with quarterly reports and a close-out report. These reports shall include the current status and progress by the Sub -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 30 days after the end of each quarter of the program year and shall be sent each quarter until submission of the administrative close-out report. The ending dates for each quarter of the program year are March 31, June 30, September 30 and December 31. c. The close-out report is due 60 days after termination of this Agreement or 30 days after completion of the activities contained in this Agreement, whichever first occurs. d. If all required reports and copies are not sent to the Division or are not completed in a manner 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. "Acceptable to the Division" means that the work product was completed in accordance with the Budget and Scope of Work. e. The Sub -Recipient shall provide additional program updates or information that may be required by the Division. f. The Sub -Recipient shall provide additional reports and information identified in Attachment B. 9 (13)MONITORING, a. The Sub -Recipient shall monitor Its performance under this Agreement, as well as that of its subcontractors and/or consultants who are paid from funds provided under this Agreement, to ensure that time schedules are being met, the Schedule of Deliverables and Scope of Work are being accomplished within the specified time periods, and other performance 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 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)LiABILITY 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 shall 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), Florida 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 suits 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. (15)DEFAULi. If any of the following events occur ("Events of Default"), all 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 (16); 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 - Recipient fails to keep or perform any of the obligations, terms or covenants in this Agreement or any 10 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 clays 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)REMEQIES. Wan 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, either concurrently or consecutively: a. Terminate this Agreement, provided that the Sub -Recipient is given at least thirty days prior written notice of the termination. The notice shall be effective when placed in the United States, first class mail, postage prepaid, by registered or certified mail -return receipt requested, to the address in paragraph (3) herein; b. Begin an appropriate legal or equitable action to enforce performance of this Agreement; c. Withhold or suspend payment of 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: 1. Request additional information from the Sub -Recipient to determine the reasons for or the extent of non-compliance or lack of performance, ii. Issue a written warning to advise that more serious measures may be taken If the situation is not corrected, iii. 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. 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. (17)TERMINATION. a. The Division may terminate this Agreement for cause after thirty days written notice. Cause can include misuse of funds, fraud, lack of compliance with applicable rules, laws and regulations, 11 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 119, Florida Statutes, as amended. b. 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. c. 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. d. In the event that this Agreement is terminated, the Sub -Recipient will not incur new obligations for the terminated portionof 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 Division because of any breach of Agreement by the Sub -Recipient. The Division may, to the extent authorized by law, withhold payments to the Sub -Recipient for the purpose of set-off until the exact amount of damages due the Division from the Sub -Recipient is determined. (18)PROCUREMENT a. The Sub -Recipient shall ensure that any procurement involving funds authorized by the Agreement complies with all applicable federal and state Jaws and regulations, to include 2 C.F.R. §§200.318 through 200.326 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(i), 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 shall °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 shall document, in its quarterly report to the Division, the progress of any and all subcontractors performing work under this Agreement. d. Except for procurements by micro -purchases pursuant to 2 C.F.R. §200.320(a) or procurements by small purchase procedures pursuant to 2 C.F.R. §200.320(b), 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 solicitation (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. §200.324, the Division will review the solicitation for compliance with the procurement standards outlined in 2 C.F.R. §§20O318 through 200.326 as well as Appendix II to 2 G.F.R. Part 200. Consistent with 2 C.F.R. §200.318(k), the Division will 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 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 12 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)1business 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, ii. Refuse to reimburse the Sub -Recipient for any costs associated with that solicitation. e. Except for procurements by micro -purchases pursuant to 2 G.F.R. §200.320(a) or procurements by small purchase procedures pursuant to 2 C.F.R. §200.320(b), if the Sub -Recipient chooses to subcontract any of the work required under this Agreement, then the Sub-Recipientshall 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 three (3) business days. Consistent with 2 G.F.R. §200.324, the Division will review the unexecuted contract for compliance with the procurement standards outlined in 2 C.F.R. §§200.318 through 200.326 as well as Appendix!! to 2 C.F.R. Part 200. Consistent with 2 C.F.R. §200.318(k), the Division will not substitute its judgment for that of the Sub -Recipient. Whae the Sub -Recipient does not need the approval of the Division in order to execute a subcontract, this review may allow the Division to identify 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 Paws, 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 executes a subcontract after receiving a communication from the Division that the subcontract is non -compliant, then the Division may: i. Terminate this Agreement in accordance with the provisions outlined in paragraph (17) above; and, 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 (i) 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 (ili) the subcontractor shall 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 and required by law. effected - g. As required by 2 C.F.R. §200.318(c)(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 G.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: 13 business; companies; contracts; equivalent; i. Place unreasonable requirements on firms in order for them to qualify to do ii. Require unnecessary experience or excessive bonding; III 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 vii. Specify a brand name product instead of describing the performance, specifications, or other relevant requirements that pertain to the commodity or service solicled 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 specifications, requirements, statement of work, invitation to bid, or request for proposals. 1. "[Ejxcept in those cases where applicable Federal statutes expressly mandate or encourage" otherwise, the Sub -Recipient, as required by 2 C.F.R. §200.319(b), shall not use a geographic preference when procuring commodities or services under this Agreement. j. The Sub -Recipient shall conduct any procurement Involving Invitations to bid (Le. sealed bids) in accordance with 2 C.F.R. §200.320(c) as well as section 287.057(1)(a), Florida Statutes. k. The Sub -Recipient shall conduct any procurement involving requests for proposals (Le. competitive proposals) in accordance with 2 C.F.R. §200.320(d) as well as section 287.057(1)(b), Florida Statutes, I. For each subcontract, the Sub -Recipient shall provide a written statement to the Division as to whether that subcontractor is a minority business enterprise, as defined in Section 288.703, Florida Statutes. Additionally, the Sub -Recipient shall comply with the requirements of 2 C.F.R. §200.321 ("Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms"). (19)ATTACHMENTS a. All attachments to this Agreement are incorporated as if set out fully, b. In the event of any inconsistencies or confiict between the language of this Agreement and the attachments, the language of the attachments shall control, but only to the extent of the conflict or inconsistency. c. This Agreement has the following attachments: I. Exhibit 1 - Funding Sources ii. Attachment A — Program Budget iii. Attachment B — Scope of Work iv. Attachment C — Deliverables and Performance v. Attachment D — Program Statutes and Regulations vi. Attachment E — Justification of Advance Payment 14 vii. Attachment F —Warranties and Representations viii. Attachment G — Certification Regarding Debarment Ix. Attachment H — Statement of Assurances x. Attachment I — Mandatory Contract Provisions xi. Attachment J — Monitoring Guidelines xii, Attachment K — EHP Guidelines xili. 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, all obligations on the part of the Division to make any further payment of funds shall terminate, and the Sub -Recipient shall submit its closeout report within thirty days of receiving notice from the Division. b. Invoices shall be submitted at least quarterly and shall include the supporting documentation for 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. All requests for advance payments will be reviewed and considered an 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. (21)REPAYMENTS 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 Tallahassee FL 32399-2100 b. In accordance with Section 215.34(2), Florida Statutes, if a check or other draft is returned to the Division for collection, 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. (22)MANDATED 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 15 requirements of this Agreement. All 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 clays written notice to the Sub -Recipient, cause the termination of this Agreement and the release of the Division from all its obligations to the Sub -Recipient. b. This Agreement shall be construed under the laws of the State of Florida, and venue for any actions arising out of this Agreement shall be in the Circuit Court of Leon County. If any provision of this Agreement is In conflict with any applicable statute or rule, or is unenforceable, then the provision shall be null and void to the extent of the conflict, 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 101-336, 42 U.S.C. Section 12101 et sea,), 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 convicted vendor fist following a conviction for a public entity crime or on the discriminatory vendor list may not submita bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a publicentity, and may not transact business with any public entity In 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 departmentor agency; ii. Have not, within a five-year period preceding this proposal been convicted of or had a civil judgment rendered against them for fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false, statements, or receiving stolen property; iii. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any offenses enumerated in paragraph (22) f. ii. 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. 16 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 G) for each intended subcontractor which Sub - Recipient plans to fund under this Agreement. The form must be received by the Division before the Sub -Recipient enters Into a contract with any subcontractor. 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 or 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 obligation to pay the contract amount. k. The State of Florida will not intentionally awardpublicly-funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) [Section 274A(e) of the immigration and Nationality Act ("INA")]. 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 contained in Section 274A(e) of the INA shall be grounds for unilateral cancellation ofthis Agreement by the Division. I. 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 completion of the improvements or as further required by law. m. The Division may, at its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287.135(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-OBBYING PROHIBITION a. 2 C.F.R. §200.450 prohibits reimbursement for costs associated with certain lobbying activities. b. Section 216.347, 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 judicial 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: 17 1. 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. il. 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." ill. The Sub -Recipient shall require that this certification be included in the award documents for all subawards (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all Sub -Recipients shall 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 fire 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. (24)QOPYRIGHT, PATENT AND TRADEMARK 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-Reclpient shall 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 copyrightable material are produced, the Sub -Recipient shall notify the Division. Any copyrights accruing under or in . connection with the performance under this Agreement are transferred by the Sub -Recipient to the State of Florida. c. Within thirty days of execution of this Agreement, the Sub -Recipient shall 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 all rights and entitlements to any pre-existing intellectual property which is disclosed. Failure to disclose will indicate that no such property 18 exists. The Division shall then, under Paragraph (24) b., have the right to all patents and copyrights which accrue during performance of the Agreement. d. If the Sub -Recipient qualifies as a state university under Florida law, then, pursuant to section 1004.23, Florida Statutes, any Invention conceived exclusively by the employees of the Sub - 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, undivided interest in and to such joint inventions. The Division shall retain a perpetual, irrevocable, fully- pald, 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)LEGI5,L AUTHORIZATION The Sub -Recipient certifies that it has the legal authority to receive the funds underthis 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 EMPLOYMENT a. in accordance with 41 C.F.R. §60-1,4(b), the Sub -Recipient hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as follows: 1. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and 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. ii. 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 19 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 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 all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and wilt 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. vii. 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 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. viii. The contractor will 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 will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. ,b. The Sub -Recipient further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or local government, the above equal 20 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. c. The Sub -Recipient agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will fumish 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 administering agency in the discharge of the agency's primary responsibility for securing compliance. d. The Sub -Recipient further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24,1965, 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 sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive order. In addition, the Sub -Recipient agrees that if it falls 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 program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such Sub -Recipient; and refer the case to the Department of Justice for appropriate legal proceedings. (27)COPELAND ANTI -KICKBACK ACT The Sub -Recipient hereby agrees that, unless exempt under Federal law, it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, the following clause: i. 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. ii. 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. iii. .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.F.R. § 5.12. (28)CONTRACT 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 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 21 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)CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROL ACT If the 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 all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671 q) 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)SUSPENSION 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 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F,R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). ii. The contractor must comply with 2 C.F.R. pt. 180, subpart 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, 111. 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 transactions. (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 $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person'or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non - Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 22 (32) CONTRACTING WITH SMALL AND MINORITY BUSINESSES, WOMEN'S BUSINESS gNTERPRi$ES,_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.F.R. §200.321, the Sub -Recipient shall take the following affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible: i. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; ii. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; Ili. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; iv. Establishing delivery schedules, where the reauirement permits, which encourage participation by small and minority businesses, and women's business enterprises; v. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and vi. Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs i. through v. of this subparagraph. b. The requirement outlined in subparagraph a. above, sometimes referred to as °socioeconomic contracting;' does not impose an obligation to set aside either the solicitation or award of a contract to these types of firms. Rather, the requirement only Imposes an obligation to carry out ar document, the six affirmative steps identified above. c. The "socioeconomic contracting" requirement outlines the affirmative steps that the Sub -Recipient must take; the requirements do not preclude the Sub -Recipient 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"). 33. ASSURANCES, The Sub -Recipient shall comply with any Statement of Assurances incorporated as Attachment H. 23 IN WITNESS WHEREOF, the parties hereto have executed this Agreement. SUB-REC T: CITY OF MIA I RE RESCUE By. 4` U (;/� G°" "d Name and Title: Emilio T. Gem alez, City Manager Date: FID# 59-6000375 STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT By: J� .� �d�'r iee Name and Jared Moskowitz, Director Date: /Z./7 e" ' 24 //.° ATTEST: Todd B. Hannon City Clerk SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida Emilio T. Gonzalez, Ph. City Manager APPROVED AS TO FORM AND APPROVED AS , o' INSURANCE CORRECTNESS Victoria endez City Atto ey 25 REQUIREME nn-Mari Sharp: , Director Departmt of Ri- c4 Management EXHIBIT — 1 THE FOLLOWING FEDERAL RESOURCES ARE AWARDED TO THE SUB -RECIPIENT UNDER THIS AGREEMENT: NOTE: If the resources awarded to the Sub -Recipient are from more than one Federal program, provide the same information shown below for each Federal program and show total Federal resources awarded. Federal Program Federal Agency: U.S. Department of Homeland Security, Federal Emergency Management Catalog of Federal Domestic Assistance title and number: 97.067 Award amount: $6,650,000.00 THE FOLLOWING COMPLIANCE REQUIREMENTS APPLY TO THE FEDERAL RESOURCES AWARDED UNDER THIS AGREEMENT: NOTE: If the resources awarded to the Sub -Recipient represent more than one Federal program, list applicable compliance requirements for each Federal program in the same manner as shown below. Federal Program: List applicable compliance requirements as follows: 1. First applicable compliance requirement (e.g., what activities/services/purposes the federal resources must be used for): 2. Second applicable compliance requirement (e.g., eligibility requirements for Sub -Recipients of the resources: 3. Etc. NOTE: Instead of listing the specific compliance requirements as shown above, the State awarding agency may elect to use language that requires the Sub -Recipient to comply with the requirements of applicable provisions of specific laws, rules, regulations, etc. For example, for Federal Program 1, fhe language may state that the Sub -Recipient must comply with specific laws, rules, or regulations that pertain to how the awarded resources must be used or how eligibility determinations are to be made. The State awarding agency, if practical, may want to attach a copy of the specific taw, rule, or regulation referred to. 26 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 FEMA's preparedness grant programs. The intended audience of this tool is emergency managers, first responders, and other homeland security professionals. The list consists of 21 equipment categories divided into sub -categories, tertiary categories, and then individual equipment items. The AEL can be found at http://www.fema.qoviauthorized-equipment-list. At the discretion of the Sub -recipient, funds allocated to Management and Administration costs (as described in the "Proposed Program Budget") may be put towards Programmatic costs instead. However, no more than 5% of each Sub -recipient's total award may be expended on Management and Administration costs. The transf roffunds between the categories listed in the"Prograrn Budget and Scope of Work" is permitted. However, the transfer of funds between Issues is strictly prohibited. FY 2019 - State Homeland Security Grant Program — Urban Area Security Initiative Issue 45 City of Miami Fire Rescue Award Allocation — Issue 45 $7,000,000.00 State Management & Administration withheld 5% $350,000.00 Expendable Award Allocation after 5% reduction $6,650,000.00 LETP-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% requirement. Management and Administration (the dollar amount which corresponds to 5% of the total local agency allocation is shown in the column on the right). $1,750,000.00 $332, 500.00 27 BUDGET DETAIL WORKSHEEET 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. AllowableylannIng Costs ` Quantity Unit CCbst To(aI Cost` Issue# • 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 national initiatives Developing related terrorism and other catastrophic event prevention activities Developing and enhancing plans and protocols Common — Planning (Planning, Training, Exercise) 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) Common — Planning Activities to include Planners and Contractors, Line item 2019-01 1 $1,109,865.34 t 552p,'122.. ► 45 Prevention — intelligence and Info Sharing (LPR Analyst), Line item 2019-04 1 $55,000.00 $55,000.00 45 Prevention — Fusion (Metadata Planner), Line item 2019-08 1 $43,000.00 $43,000.00 45 Materials required to conduct planning activities Travel/per diem related to planning activities Common — Planning (Travel), Line item 2019-01 1 $61,478,00 $61,478,00 45 Overtime and backfili 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 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, review and revision of continuity of operations plans Development, review and revision of the THIRA/SPR continuity of operations plans Activities to achieve planning inclusive of people with limited English prof_iclency TOTAL' PLANNING €XPI=NQtTURES' t -1 Q ° •, {^ 28 `Allowable Training Costs quantity Urtit Cost Total Cost ' Issue # 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 Training Workshops and Conferences Common- Planning (Training Courses), Line item 2019-01 1 $529,700 68 ,318 p� `iu 5 4� Activities to achieve training inclusive of people with disabilities and others with access and functional needs r Full or Part -Time Staff or Contractors/Consultants Common - Operational Coordination (CERT Training), Line item 2019-02 1 $90,000.00 160� �U •00 45 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 interoperabie communications training Activities to achieve training inclusive of people with limited English proficiency Immigration enforcement training TOTAL, TRAJNLNG EXPENDITURES ! � i� ?i.} �� 1�0j `lliY 4 - � i o api �O ry�i44itio al tivr(ea { SGP a nsl :''. ' ,lr', 1 >U , ,1•ya rF ,. N z '_, a Aft 5� " ,A y' ,, , a 3 ,���� :x a �y 6:, .7.1t o .. 1 i , -- $ tT os(r * ;fib; S jf e' Program management Development of whole community partnerships Structures and mechanisms for information sharing between the public and private sector Prevention — Public Information and Warning (Communities and Business Partners Against Terrorism Program), Line item 2019-06 1 $38,000.00 $38,000.00 45 Implementing models, programs, and workforce enhancement initiatives Tools, resources, and activities that facilitate shared situational awareness between the public and private sectors Operational support Prevention — Interdiction and Disruption (Operational OT for special events approved by FEMA, Line item 2019-05 1 $139,337.00 $139,337.00 45 Utilization of standardized resource management concepts Responding to an increase in the threat level under the National Terrorism Advisory System (NTAS), or needs in resulting from a National S ecial Security Event Reimbursement for select operational expenses associated with increased security measures at critical 29 infrastructure sites incurred (up to 50 percent of the allocation) 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) Prevention — Fusion (Fusion Analyst), Line item 2019- 08 5 $54,000.00 $270,000.00 45 . .i w�� ad4 �at tFi. Mi S V kt 41 rJ-i*O } a.c � � a (� ", 15 xt ' ALZOlt :Ntt A714NA ,4EXaaP����_E_�'NEOUryRES}j ,j;'T. 1/.6^ic •J: ., 1Y,.: Y�, j,:.. wi Ll.. .. ✓.-y F —0 1.5i1 v' < 5i; -.4 4, 7 IY ^ R 4, .�ny__0", 4ie r t4g ;- 4, T 'i,to * C1 -4$44/ $3T 0a - t�i�! 1 •{ ‘ E " ' t ,. AUowable`Exercise.Costs Quantity = Unit Cost Total Cost . M E Issue # Design, Develop, Conduct and Evaluate an Exercise Exercise Planning Workshop - Grant funds may be used to plan and conduct an Exercise Planning Workshop to include costs related to planning, meeting space and other meeting costs, facilitation costs, materials and supplies, travel and exercise plan development. Full or Part -Time Staff or Contractors/Consultants - Full or part-time staff may be hired to support exercise -related activities. Payment of salaries and fringe benefits must be in accordance with the policies of the state or local unit(s) of government and have the approval of the state or the awarding agency, whichever is applicable. The services of contractors/consultants may also be procured to support the design, development, conduct and evaluation of CBRNE exercises. The applicant's formal written procurement policy or the Federal Acquisition Regulations (FAR) must be followed. Overtime and backfill costs — Overtime and backfill costs, including expenses for part-time and .volunteer emergency response personnel participating in FEMA exercises Implementation of HSEEP Activities to achieve exercises inclusive of people with disabilities and others with access and functional needs Travel - Travel costs (i.e., airfare, mileage, per diem, hotel, etc.) are allowable as expenses by employees who are on travel status for official business related to the planning and conduct of the exercise project(s). Supplies - Supplies are items that are expended or consumed during the course of the planning and conduct of the exercise project(s) (e.g., copying paper, gloves, tape, non -sterile masks, and disposable protective equipment). Inte~operable communications exercises Activities to achieve planning inclusive of people with limited English proficiency TOTAL'EXERCIS EXPENDITURES AO] 04 30 qieHy�'�x'� ` s%, . ;:1.',}j` } :' Saw �b �� W- Ii�lrsr�y I io `iQii«$ <t[J� t rijy� �e�t • � .}r' 10 ae ,�r�3t 1Cr, • O � Vre �C' - 0 0 I I �7"' i �3 I c'' ' { " = , " � e tV. - r 8 ,- •�J"A7 'lt` Itoo a a a's .. } er: �.o :t{ r ii . ee � #-ivr 3`-t ti,hx. S. vt AID 4$1 61_A"ry 2 0 `v . -1 r .lx }�.rl :. �` 'O1 0 At ` _ t 4 �t 0 C S. [4 °l•�' ' - o e 1i .4 is ,4 _ r �{J�yt'{Y� - to Orti it } ` v�r i' i r y�4 ,: e.. �� W i ' k t}b; ,F r ' 1 ftg ill e� 4R.•+"' _ zr ..,. : gI ••� < - d' `£iG ,��i tj'fi+• } k..t '` Y>.,. Y�.V]<A �; �'s+`^ r • A. tse tt OS ' �5�9� Y 3 r •,, rf<ha �..` - y. 5 x. • x��tty - R$ ' �ti �� �' c r Jr �� tr.i�ffy'5 }S sr 'F {;'�fC2'' `.. 1 F4 s a• s} }ri} 1 `Ci t Y 3•- �{'! ; n;�<f �'i"§ xii a-77.i:.:3... !. �A502, n& 4W-'p'='t, '•`t, •< �± ,\raiA (7 Personal protective equipment Prevention - Interdiction and Disruption (Bomb Disposal Unit - Underwater Ops Equipment), AEL #01 WA-01-SCBA 01WA-06-BCMO 03WA-01-DCMP 01WA-06-FINS 01WA-03- SUTW 01WA-06-MASK 01WA-03-GLOV 01WA-03-BOOT, Line item 2019-05 1 $40,000.00 $40,000.00 45 Response CBRNE - Environmental Health and Safety (PPE), AEL#01AR-01-SCBA, 01SP-01-ENSE, 06CP-03-PRAC 01SP-02-FTWR, 07CD-01-DPMG,I9MH-00-CONT, Line item 2019-16 1 $218,787.00 $218,787.00 45 Response CBRNE - On Scene Security, Protection and LE - (Ballistic Protection); AEL #01 LE-01-SHLD, 01 LE-01-HLMT; Line Item 2019-19 9 $3,202.77 $28,825.00 45 Explosive device mitigation and remedlation equipment Response CBRNE - On Scene Security, Protection and LE - (Bomb Suits); AEL #02PE-01-BSUT; Line item 2019-19 3 $38,500.00 $115,500.00 45 CBRNE operational search and Fescue-equiprnent _ _ , u '$16,000.00 Common - Public Information and Warning (Electronic Message Boards), AEL# 030E-03-SiGN, Line item 2019.03 i 2 $32,000.00 c 45 Prevention - Interdiction and Disruption (Bomb Robot), AEL #03OE-07-RQBT, Line item 2019-05 1 i i $60,040.00 $60,000.00 45 Prevention - interdiction and Disruption (Surveillance Platform), AEL #030E-07-ROVL, Line Item 2019-05 1 $78,890.00 $78,890.00 45 Prevention - Screening, Search and Detection (Underwater ROV), AEL #03'WA-01-UWMD, Line Item 2019-07 2 $35,000.00 $70,000.00 --, 45 Prevention - Screening, Search and Detection (LPR). AEL #03OE-01-ALPR, 12TR-00-TEQP, 131T-00-INTL, 04HW-01- iNHW, Line Item 2019-07 1 $193,000.00 $193,000.00 45 Mitigation -Threats and Hazard Identification (UAV Detection), AEL #03OE-07-UPGD, Line Item 2019-12 1 $20,848,00 $20,848.00 45 Response CBRNE - Environmental Response/Health and Safety (intrinsically Safe Hydraulic Tools), AEL #03SR-02- TPEL, 10BC-00-BATT, 10BC-00-SOLR, 21GN-00-SHIP, Line item 2019-16 1 $96,220.00 $96,220,00 45 Response CBRNE - Mass Search and Rescue Operations (TRT Transition to Type 1); AEL #03SR-02-THPY, 030E-05- ROPH, 03SR-02-TPEL, 03SR-02-TR1G, 09ME-05-LITR, 06CP- 03-ICOM; 01AR-03-PAPA, 03SR-01-TLPN, 08D2.01-LITR, LOPE-00-GFCI, LOGE-00-GENR, 03SR-03-SCAM , 03SR-01- ABAG, 03SR-01-COMP, 03SR-01-TLPN, 01AR-01-SCBC; Line item 2019-18 1 $107,372.00 $107,372.00 45 Response CBRNE - Mass Search and Rescue Operations (Thermal Imaging Cameras), AEL #03OE-02-TILA, Line item 2019-18 9 $5,860.11 $52,741.00 45 31 r Response CBRNE - On Scene Security, Protection and LE - (SWAT Videoscope); AEL #03SR-03-SCAM; Line item 2019- 19 2 $9,058.50 $18,117.00 45 Response CBRNE - Public Health, Healthcare and EMS (Stop the Bleed Kits); AEL #030E-03-KTFA, 090E-01-MCIK; Line item 2019-20 1 $36,656,00 $36,656.00 45 Response CBRNE - Situational Assessment (Unmanned Aviation S stems , AEL #030E-07-SUAS Line item 2019-21 4 $18,832.50 575,330.00 45 Infortttation techrplogy Common - Planning (Training Simulators), AEL #04AP-08- SIMS, Line Item 2019-01 1 $27,311.00 $27,311.00 45 Common - Operational Coordination (ICS Software), AEL #04AP-01-CADS, 04AP-01-GISS, 04AP-05-CDSS, 04SW-01- NETW, Line Item 2019-02 1 $149,245,00 $149,245,00 45 Prevention - Intelligence and Info Sharing (Real Time Crime Center), AEL#04HW-01-INHW, 04MD-03-DISP,21GN-00- OCEQ, Line item 2019-04 1 $113,549.00 $113,549.00 45 Response CBRNE - Situational Assessment (Damage Assessment Tablets), AEL #04HW-01-MOBL, Line item 2019-21 5 $2,000.00 $10,000.00 45 Gybersecurity enhancement equipment;. ..: Protection - Cybersecurity (Cybersecurity), AEL #05NP-00- IDPS, 05HS-00-FRNS, 04HW-01-INHW, Line item 2019-13 1 $82,509.00 $82,509,00 45 Interoperable comrnunications equipment Response CBRNE - Operational Communications (Interoperable Communications and accessories), AEL #06CP-01-PORT, 04HW-01-NNW, 10BC-00-BATT, 06CP-03- PRAC, 06CP-01-MOBL, 06CP-01-TOWR, 06CP-01-BAMP, Line item 2019-22 1 $89,200.00 $89,200.00 45 Response CBRNE - Operational Communications __(Bridging), AEL #06CP-02•BRDG, Line item 2019-22 1 $264,905.00 $264,905.00 45 Response-CBRNE - Operational Communications (Satellite Phones); AEL #06CC-03-SATP, 06CC-03-SATB; Line item 2019-22 1 $47,955.00 $47,955.00 45 etecfron Equipment Protection - Screening, Search, Detection (Chemical Detectors), AEL #07CD-01-DPFP, Line Item 2019-11 10 $20,000.00 $200,000.00 45 Mitigation - Threats and Hazard Identification (First Defender), AEL #07CD-02-DLSP, Line item 2019-12 1 $59,500.00 $59,500.00 45 Pecontantination Equipment• Medical supplies _ Power equipment (generators, batteries, powgr;cefis) CBRNE Reference Materials ... - 32 CBRNE (rscident'Resporlse Veh1d•ep .:' Response CBRNE - Critical Transportation (Response Vehicles), AEL #12VE-00-MISS, 12TR-00-MOVR ,10GE-00- GENR,I2TR-00-TEQP, Line item 2019-15 1 $245,000.00 $245,000.00 45 Response - CBRNE - Logistics and Supply Chain Management (Communication Emergency Response Support Trailer); AEL #12TR-00-TEQP,_Line item 2019-17 1 $24,000.00 $24,000.00 45 Terrorism nciderit Prevention Equipment ' Response Communications - Operational Communications (Alert System), AEL #13IT-00-ALRT, Line item 2019-22 1 $52,000.00 $52,000.00 45 Rhyslcal;Securlty Enharicertient Equipment Common - Public Information and Warning (LRAD), AEL# 14SW-01-LRHW, Line item 2019-03 1 $30,200.00 $30,200.00 45 Protection - Access Control and Identity Verification (Access Control), AEL #14SW-01-PACS, 14SW-01-VIDA, 21GN-00-INST 04HW-01-INHW 21GN-00-CNST, Line item 2019-09 1 ' 107 047.00 $107,047.00 45 Protection - Physical Protective Measures (CCTV), AEL #14SW-01-VIDA, 04HW-01-INHW, 04MD-03-DISP, 21GN-00- INST, 12TR-00-TEQP, 030E-01-ALPR, 21GN-00-MAIN, Line item 2019-10 1 $312,302.00 $312,302.00 45 Recover? - Infrastructure Systems (Backup Ethernet E911), AEL#14C1-01-COOP, Line item 2019.23 1 $15,000.00 515,000.00 45 n inspection and Screening Systems Ariihial and Plants ,. .. CBRIiPrevention and ResppnsQ:watercraft CBRNE Aviation qujpfient GBRNE Logistical Support. Equipment Common - Operational Coordination (Regional AHIMT Project), AEL #19MH-00-CONT, I9SS-00-SHEL, 21GN-00- OCEQ, 04HW-01-INHW, Line item 2019-02 1 $55,000.00 $55,000.00 45 Response CBRNE - Environmental Response/Health Safety (intrinsically Safe Fans), AEL #19GN-00-FANE, Line item 2019-16 4 $4,570.00 $18,280.00 45 Interventlott Equipment (e,g, tacttcal-entry clirtie scene processing) .... Prevention - Screening, Search, Detection (External Blometric Readers), AEL #2OCS-01-AFIS, Line Item 2019-07 1 $3,200.00 $3,200,00 45 Critical emergency supplies 33 Other authorized a uipnienf costs.(incf ideiapy construction or renovation costs rn this•category; Written approval must be provided by FEMA prior to.1he;use of any funds for construction, or renovation) Common — Operational Coordination (EOC Enhancements and Sustainment), AEL #21GN-00-OCEQ, 21GN-00-MAIN, 21GN-00-INST,O4HW-01-INHW, 04MD-03-DISP,04HW-01- HHCD, 04AP-05-CDSS, 05PM-00-PTCH,O6CP-05-VCOM, 06CC-03-SATB, 06CC-03-SATP, 06CC-02-DSAD, 06CC-05- PRTY, 07SE-03-ENVS, 14Ct-00-COOP, Line item 2019-02 1 $201,397.00 $201,397.00 45 Common —Operational Coordination (Regional CERT Project), AEL #21GN-00-CCEQ, 19GN-00-BGPK, 09ME-01- BAGM, O6CP-01-PORT, Line Item 2019-02 1 $97,800.00 -{3`1) 8Q-O 45 Prevention — Fusion (Fusion Operations), AEL #21 GN-00- OCEQ, O4HW-01-INHW, 131T-00-INTL,13IT-00-ALRT, Line item 2019-08 1 $240,000.00 $240,000.00 45 Mitigation — Long Term Vulnerability Reduction (Maintenance and Sustainment), AEL #21GN-00-MAIN, Line item 2019-14 1 $291,433.00 $291,433.00 45 l 7 .. $ , � 1 ,n i y Y n.� t• e r r t ' .f'f F T �..�sk �,h, ,._. «�,.s JAB -,fir • •-, auto �� ENT ' irks , : �K EX E f}I a p , qal 4 F ,{ t.,.. , e, ! ..e �4 � .. t Y s t + r k 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 t 4�, Personnel 5 $61,900.00 $309,500.00 45 Development of operating plans for information collection and processing necessary to respond to DHS/FEMA data calls Overtime and backfill costs — Overtime expenses are defined as the result of personnel who worked 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 Equivalent (FTEs) employees. Travel expenses 1 $5,000.00 $5,000.00 45 Meeting -related expenses 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/Equipment 1 $10,000.00 $10,000.00 45 The following are allowable only within the agreement period: Recurring fees/charges associated with certain equipment, such as cell phones, faxes. Leasing and/or renting of space for newly hired personnel to administer programs within the grant program. 34 FedEx 1 $1,000.00 $1,000,00 45 Storage Rental 1 $7,000.00 $7,000.00 45 "A ,, y7sr i ` ss . t 7iJ r?. tJt , 4.4i � tkikti.. 3e s'm +i �v N s,:, F' Mo i pit f i _ tl-s �_ nMr. W'=:T `14.10 i` 46'4 niQ , r J:', .�j...j j \ . ', 1 ` Y ,�i... '-', _;Y* ,P^•,t ,§,y_� .',Fr"; Jb r� }l i TOTAL AWARD EXPENDITURES $6,650,000.00 ail.'.i:'ui.'T'-LJJ ATTACHMENT B SCOPE OF WORK Sub -Recipients must comply with all the requirements in 2 C.F.R. Part200 (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards). Funding Is provided to perform eligible activities asidentified in the Domestic Homeland Security —Federal Emergency Management Agency National Preparedness Directorate Fiscal Year 2019 Homeland Security Grant Program (HSGP), consistent with the Department of Homeland Security State Strategy. Eligible activities are outlined in the Scope of Work for each category below: I. Issue and Project Description — Issue 45 - 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 Administrative Agency, will retain five (5) percent of the total UASI amount allocated to Florida for M&A purposes. These funds will provide the SAA with the means to manage and administer the UASI grant. The proper management and administration of these funds ensures that each projects listed will be fulfilled, or partially fulfilled, more efficiently while remaining in compliance with the DHS Federal Fiscal Year 2019 Homeland Security Grant Program Guidance II. Categories and Eligible Activities FY 2019 allowable costs are divided into the following categories for this agreement: Planning, Organizational, Exercise, Training, Equipment and Management and Administration. Each category's allowable costs have been listed in the "Budget Detail Worksheet" above. A. Allowable Planning Related Costs HSGP funds may be used for a range of emergency preparedness and management planning activities such as those associated with the development, review, and revision of the THIRA, SPR, continuity of operations plans, and other planning activities that support the Goal and placing an emphasis on updating and maintaining a current EOP that conforms to the guidelines outlined in CPG 101 v 2.0. • Developing hazard/threat-specific annexes that Incorporate the range of prevention, protection, response, andrecovery activities; • Developing and Implementing homeland security support programs and adopting DHS/FEMA national initiatives; • Developing related terrorism and other catastrophic event prevention activities; • Developing and enhancing plans and protocols; • Developing or conducting assessments; • Hiring of full -or part-time staff or contract/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 activities; - • Travel/per diem related to planning activities; • Overtime and backfiil costs (in accordance with operational Cost Guidance); • Issuance of WHTI-compliant Tribal identification card; • Activities to achieve planning inclusive of people with disabilities; • Coordination with Citizen Corps Councils for public information/education and development of volunteer programs; • Update governance structures and processes and plans for emergency communications; and • Activities to achieve planning inclusive of people with limited English proficiency. B. Allowable Organization Related Costs (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; 36 Structures and mechanisms 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; and • Paying salaries and benefits for personnel to serve as qualified Intelligence Analysts. Per the Personnel Reimbursement for Intelligence Cooperation and Enhancement (PRICE) of Homeland Security Act, Pub, L. No. 110-412, § 2, codified in relevant part, as amended, at 6 U.S.C. § 609(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 as an intelligence analyst, staff and/or contractor personnel must meet at least one of the following criteria:_ • Complete training to ensure baseline proficiency in intelligence analysis and production within six months of being hired; and/or, • Previously served as an Intelligence analyst for a minimum of two years either in a federal intelligence agency, the military, or state and/or local law enforcement intelligence unit. Intelligence Analyst Activities Allowable Costs (HSGP and UASI) All fusion center analytical personnel must demonstrate qualifications that meet or exceed competencies identifled 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 and must be made available to the recipient's respective FEMA HQ Program Analyst upon request. 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 50 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 also include a three- year staffing history for the requesting entity. Law Enforcement Terrorism Prevention (LETP) Activities Allowable Costs (HSGP and UASI) 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 (HiDTAs), Regional Information Sharing Systems (RISS) Centers, criminal intelligence units, and real-time crime analysis centers; • implementation and maintenance of the Nationwide SARiInitiative, including training for front line personnel on identifying and reporting suspicious activities; and s implementation of the "lf You See Something, Say Something" campaign to raise public awareness of indicators of terrorism and terrorism -related crime and associated efforts to Increase the sharing of Information with public and private sector partners, Including nonprofit organizations. 37 • Note: DHS requires that all public and private sector partners wanting to implement and/or expand the DHS If You See Something, Say Something Y' campaign using grant funds work directly with the DHS Office of Partnership and Engagement (OPE) to ensure all public awareness materials (e.g., videos, posters, tri-folds, 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; and • Building and sustaining preventive radiological and nuclear detection capabilities, including those developed through the Securing the Cities initiative. Organizational activities under HSGP and UAS1 include: Operational Overtime Costs. in support of efforts to enhance capabilities for detecting, deterring, disrupting, and preventing acts of terrorism and other catastrophic events, operational overtime costs are allowable for increased protective security measures at critical infrastructure sites or other high -risk locations and to enhance public safety during mass gatherings and high -profile 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 security measures in the authorized categories cited below: • Backfif 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; • 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 expenses, 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; • National Security Events; • Special Event Assessment Rating (SEAR) Level 1 through 4 Events • States of Emergency; • National Critical Infrastructure Prioritization Program (NCIPP); • Directed Transit Patrols; and • Operational Support to a Federal Agency. Operational Overtime 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 clearly explain how the request meets the criteria of one or more of the categories listed in the table above. Requests must address the threat environment as it relates to the event or activity requiring operational overtime support and explain how the overtime activity is responsive to the threat. • Post -event operational overtime requests will only 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. 38 • 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-rlsk urban area. • FEMA will consult and coordinate with appropriate DHS components as necessary to verify information used to support operational overtime requests. Personnel Costs (HSGP and UASI) Personnel hiring, overtime, and backfill expenses are permitted under this grant to perform allowable HSGP 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 interoperability coordinators (SWIC). Sub -Recipients should refer to Information Bulletin No. 421, Clarification on the Personnel Reimbursement for Intelligence Cooperation and Enhancement of Homeland Security Act of 2008 (Public Law 110-412 — the PRICE Act), Aug. 22, 2017. 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. The following definitions apply to personnel costs: • Hiring. State and local entities may use grant funding to cover the salary of newly hired personnel who are exclusively undertaking allowable DHS/FEMA grant activities as specified 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 Full 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. • Backfill-Related Overtime. Also called "Overtime as Backfill," 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 DHS/FEMA-approved activities outside their core responsibilities. Neither overtime nor backflll 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. OPSG funds may be used for domestic travel and per diem, including costs associated with the deployment/redeployment of personnel to border areas and for travel associated with law enforcement entities assisting other local jurisdictions in law enforcement activities (travel costs must be in accordance with applicable travel regulations). Organization (OPSG) Operational Overtime Costs. OPSG funds should be used for operational overtime costs associated with law enforcement activities in support of border law enforcement agencies for increased border security enhancement. Overtime pay is for enhanced patrol for certified public safety officers, along with 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. 39 • The OPSG overtime hourly rate of pay will be no more than the approved overtime rate per local law and policy and must be in accordance with applicable State and Federal regulations. • Exempt salaried employees may not be reimbursed for overtime unless the non-federal entity's policy specifically allows for overtime reimbursement for these employees. • The non-federal entity may not utilize OPSG funding to pay for an employee's overtime hours or pay that exceeds 18 hours worked in any 24-hour period. Personnel Costs (OPSG): Up to 50 percent of an OPSG award may be used to pay for all personnel costs (only to the extent that such expenses are for the allowable activities within the scope of the grant). At the requestof a recipient or Sub -Recipient, the FEMA Administrator (or designee) may waive the 50 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 formai 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 (OBP). As with all 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-federalresources occurred for reasons other than the receipt or expected receipt of federal funds. Temporary or Term Appointments • Sub -Recipients may utilize temporary or term appointments to augment the law enforcement presence on the borders. However, applying funds toward hiring full-time or permanent sworn public safety officers is unallowable. • OPSG-funded temporary or term appointments may not exceed the approved period of performance. • For OPSG purposes, temporary appointments are non -status appointments for less than one year. • OPSG funding for temporary or term appointments may pay for salary only. Benefits are not allowable expenses for term or temporary employees. • OPSG remains a non -hiring program. Appropriate uses of temporary or term appointments Include: • To carry out specific enforcement operations work for ongoing OPSG-funded patrols throughout the Sector Area of Operation; • To staff operations of limited duration; such as OPSG-enhanced enforcement patrols targeting specific locations or criminal activity; and, • To fill OPSG positions in activities undergoing transition or personnel shortages and local backfill policies (medical/military deployments). • OPSG term and temporary appointments must have all necessary certifications and training to enforce state and local laws. OPSG funds will not be used to train or certify term or temporary appointments except as otherwise stated hi the OPSG section of this manual and the HSGP i4OFO. • Sub -Recipients must follow their own applicable policies and procedures regarding temporary or term appointments. Unallowable Costs (OPSG) OPSG unallowable costs include costs associated with staffing and general IT computing equipment and hardware, such as personal computers, faxes, copy machines, modems, etc. OPSG is not intended as a hiring program. Therefore, applying funds toward hiring full-time or permanent sworn public safety officers is unallowable. OPSG funding shall not be used to supplant inherent routine patrols and law enforcement operations or activities not directly related to providing enhanced coordination between local 40 and federal law enforcement agencies. Finally, construction and/or renovation costs are prohibited under OPSG. C. Allowable Exercise Related Costs Exercises conducted with grant funding should be managed and conducted consistent with HSEEP. HSEEP guidance for exercise design, development, conduct, evaluation, and improvement planning is located at f'riIpslAvww.fetna.govfexeroise, • Design, Develop, Conduct, and Evaluate an Exercise • Exercise Planning Workshop • Full- or part-time staff or contractors/consultants • Overtime and backfili costs, including expenses for part-time and volunteer emergency • Response personnelparticipating in. DHS/FEMA exercise • Implementation of HSEEP • Activities to achieve exercises inclusive of people with disabilities • Travel • Supplies associated with allowable approved exercises • Interoperable communications exercises Additional Exercise Information Sub -Recipients that decide to use HSGP funds to conduct an exercise(s) are encouraged to complete a progressive exercise series. 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 organizations 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 limited 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 Aree 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 exercisesat 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 all confirmed or planned special events in the Multi- year TEP. • Role of Non -Governmental Entities in Exercises. Non -governmental participation in all 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 -governmental entities, defined as the private sector and private non-profit, faith -based, community, participation in exercises should be 41 coordinated with the local Citizen Corps Council(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 successfully 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 must provide the Division with all receipts that document the costs incurred by the Sub -Recipient in order to attend the exercise. • in order the receive payment for successfully conducting an authorized exercise, the Sub - Recipient must provide the Division with an ExPLAN, AAR/IP, IPC/MPC/FPC 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 copy of the page(s) from the Exercise Plan which identifies the participant agencies and a printed page(s) 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 Date: Exercise Schedule: Estimated Number of Participants that will be fed: Estimated Cost for food/water: Description of the Exercise: D. Allowable Training Related Costs (SHGP and UASI) Allowable training -related costs under HSGP include the establishment, support, conduct, and attendance of training specifically identified under the HSGP and UASI programs and/or in conjunction with emergency preparedness training by other Federal agencies (e.g., 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 formal 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 (ADDLE) model of instructional design. • Overtime and backffli for emergency preparedness and response personnel attending OHS/FEMA-sponsored and approved training classes • 0vertime 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 • Full- or part-time staff or contractors/consultants • Travel • Supplies associated with allowable approved training that are expended or consumed during the course of the planning and conduct of the exercise project(s) • Instructor certification/re-certification • Coordination with Citizen Corps Councils in conducting training exercises 42 • Interoperable communications training Additional Training information Per DHS/FEMA Grant Programs Directorate Policy FP 207-008-064-9, Review and Approval Requirements for Training Courses Funded Through Preparedness Grants, issued on September 9, 2013, states, territories, Tribal entities and urban areas are no longer required to request approval from FEMA for personnel to attend non-DHS FEMA training as long as the training, is coordinated with and approved by the state, territory, Tribal or Urban Area Training Point of Contact (TPOC) and falls within the FEMA mission scope and the jurisdiction's Emergency Qperations Plan (EOP). The only exception to this policy is for Countering Violent Extremism courses. DNS/FEMA will conduct periodic reviews of all state, territory, and Urban Area training funded by DHS/FEMA. These reviews may include requests for ail course materials and physical observation of, or participation in, the funded training. If these reviews determine that courses are outside the scope of this guidance, Sub -Recipients will be asked to repay grant funds expended in support of those efforts. For further information on developing courses using the instructional design methodology and tools that can facilitate the process, SAAs and TPOCs are encouraged to review the .NTED Responder Training Development Center (RTDC) website. DI4S/FEMA Provided Training. These trainings include programs or courses developed for and delivered by institutions and organizations funded by DHS/FEMA. This includes the Center for Domestic Preparedness (CDP), the Emergency Management Institute (EMI), and the National Training and Education Division's (NTED) training partner programs including, the Continuing Training Grants, the National Domestic Preparedness Consortium (NDPC) and the Rural Domestic Preparedness Consortium (RDPC). Approved State and Federal Sponsored Course Catalogue. This catalogue lists state and Federal sponsored courses that fall within the DHS/FEMA mission scope, and have been approved through the FEMA course review and approval process. An updated version of this catalog can be accessed at: www.firstrespondertrainin.gov. Training Not Provided by DHS/FEMA. These trainings include courses that are either state sponsored or Federal sponsored (non-DHS/FEMA), coordinated and approved by the SAA or their designated TPOC, and fall within the DHS/FEMA mission scope to prepare state, local, Tribal, and territorial personnel to prevent, protect against, mitigate, respond to, and recover from acts of terrorism or catastrophic events. • State Sponsored Courses. These courses are developed for and/or delivered by institutions or organizations other than Federal entities or FEMA and are sponsored by the SAA or their designated TPOC. • Joint Training and Exercises with the Public and Private Sectors. These courses are sponsored and coordinated by private sector entities to enhance public -private partnerships for training personnel to prevent, protect against, mitigate, respond to, and recover from acts of terrorism or catastrophic events. Overtime pay for first responders and emergency managers who participate in public -private training and exercises is allowable. In addition, States, territories, Tribes, and Urban Areas are encouraged to incorporate the private sector in govemment-sponsored training and exercises. Additional information on both DHS/FEMA provided training and other federal and state training can be found at: www.flrstresoondertrainino.aov. Training Information Reporting System ("Web -Forms"). Web -Forms is an electronic form/data management system built to assist the SAA and its designated State, territory and Tribal Training Point of Contact (TPOC). Reporting training activities through Web -Forms is not required under FY 2019 HSGP, however, the system remains available and can be accessed through the FEMA Toolkit located at http://www,firstresponder#rairiiric.gov/admin In order to support grantees in their own tracking of training. FDEM State Training Office Conditions: For the purposes of this Agreement, any training course listed on the DHS approved course catalog qualifies as an authorized course. The Sub -Recipient can successfully complete an authorized course either by attending or conducting that course. 43 + In order to receive payment for successfully attending an authorized training course, the Sub - Recipient must provide the Division with a certificate of course completion; additionally, the Sub -Recipient must provide the Division with all receipts that document the costs incurred by the Sub -Recipient In order to attend the course. • In order the receive payment for successfully conducting an authorized course, the Sub - Recipient must provide the Division with the course materials and a roster sign -in sheet; 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 course." • For courses that are non-DHS approved training, Sub -Recipient must request approval to conduct training through the use of the Non-TED Form and provide a copy, along with email, showing approval granted for conduct. • For the conduct of training workshops, Sub -Recipient must provide a copy of the course materials and sign -In sheets. o 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 -Recipient receives advance written approval from the State Training Officer for the number of participants, then the Division will reduce the amount authorized for reimbursement on a pro-rata basis for any training with less than 15 participants. • The Sub -Recipient must include with the reimbursement package a separate copy of the page(s) from the State (and County or Regional) MYTEP reflecting the training. E. Allowable Equipment Related Costs (SHGP and UASI) The 21 allowable prevention, protection, mitigation, response, and recovery equipment categories for HSGP are listed on the Authorized Equipment List (AEL). The AEL. is available at tteAtmiw.fema.gov/authorized-eouioment-iist. Some equipment items require 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 regulatory and/or DHS/FEMA- adopted standards to be eligible for purchase using these funds. in addition, recipients will be responsible for obtaining and maintaining ail necessary certifications and licenses for the requested equipment. 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 aim 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 shall 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 at 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's 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 all incidents within its regional response 44 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). • Equipment Marking. Because equipment purchased with OPSG funding is intended to be used to support OPSG activities, it must be appropriately marked to ensure Its ready identification and primary use for that purpose. When practicable, any equipment purchased with OPSG funding shall be prominently marked as follows: "Purchased with DWS funds for Operation Stonegarden Use" • Fuel 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 cars and other mission -specific vehicles whose primary use is to increase operational activities/patrols on or near a border nexus in support of approved border security operations. A detailed justification must be submitted to the respective FEMA HQ Program Analyst prior to purchase. • Medical Emergency Countermeasures: Allowable purchases under OPSG include narcotic antagonist pharmaceuticals, detection and identification equipment, safe storage and transportation, personnel protective equipment, and initial equipment training, as will be reflected in the AEL and explained in 1B 438. F. Unallowable Costs (HSGP, UASI and OPSG) • Per FEMA policy, the purchase of weapons and weapons accessories, including ammunition, is not allowed with HSGP funds. • Grant funds may not be used for the purchase of equipment not approved by DHS/FEMA. Grant funds must comply with iB 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-relatedcosts 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. Disposition When original or replacement equipment.acquired under a Federal award is no longer needed for the original project or program or for other activities currently or previously supported by a Federal awarding agency, except as otherwise provided in Federal statutes, regulations, or Federal awarding agency disposition instructions, the Sub -Recipient 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: 2565 Shumard Oak Blvd., Tallahassee, Florida 32399 one year in advance of the expiration of the equipment's posted shelf -life or normal Life expectancy or when it has been expended. The Sub -Recipient shall notify the FDEM immediately if the equipment is destroyed, lost, or stolen. H. 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 IB 426 and IB 438 and include a description of the policies and procedures in place to safeguard individuals' privacy, civil rights, and civil liberties of the jurisdiction that will purchase, take title to or otherwise use the SUAS equipment. 45 1. SAFECOM Emergency communications systems and equipment must meet applicable SAFECOM Guidance. Sub -Recipients must be coordinated with the SWIC and the State lnteroperability Governing Body (SiGB) to ensure interoperabillty and Tong -term compatibility. J. CBYERSECURITY Sub -Recipients must use HSGP funds for cybersecurity projects that support 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 terrorism. K. Law Enforcement Readiness (SHSP, UASI, and OPSG) OPSG grant funds may be used to increase operational, material, and technological readiness of SLTT law enforcement agencies. The Delegation of Immigration Authority, Section 287(g) of the Immigration and Nationality Act (1NA) program allows a state or local law enforcement entity to enter into a partnership with ICE, under a joint Memorandum of Agreement (MOA), to receive delegated authority for immigration enforcement within their jurisdictions SHSP, UASI, or OPSG grant funds may be requested and may be approved on a case -by -case basis for immigration enforcement training in support of the border security mission, Requests for training will be evaluated on a case -by -case basis and can only be used for certification in the section 287(g) program provided by DHS/ICE. SHSP, UASI, 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 reimbursed for section 287(g) related operational activities with approval from FEMA on a case -by -case basis. For OPSG, Sub -Recipients must be authorized by USBP Headquarters and Sectors, and operational activities must be coordinated through a USBP Sector. L. Maintenance and Sustainment (SHSP, UASI, and OPSG) The use of DHS/FEMA preparedness grant fundsfor 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 awards, unless otherwise noted. Except for maintenance plans 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. In 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. M. Management and Administration (M&A) (HSGP & UASI) Management and administration (M&A) activities are those directly relating to the management and administration of HSGP funds, such as financial management and monitoring. Sub -Recipients awarded M&A costs under this agreement can retain a maximum of up to 5% of their total agreement award amount for M&A costs. M&A activities includes: • Hiring of full-time or part-time staff or contractors/consultants: • To assist with the management of the respective grant program. • To assist with application requirements. • To assist with the compliancy with reporting and data collection requirements. 46 Management and Administration (M&A) (OPSG) Management and administration (M&A) activities 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. This funding must be deducted in an equal percentage from each Sub -Recipient. Sub -Recipients and friendiy forces may retainfunding 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-Reclpients under OPSG. In other words, friendly forces are entities 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. N. Procurement All 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, • any local procurement policy. 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, The Division shall pre -approve all scopes of work for projects funded under this agreement. Additionally, the Sub-Reciplent shall not execute a piggy -back contract unless the Division has approved the Scope of Work contained in the original contract that forms the basis for the piggy -back 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 shall provide copies of solicitation documents including responses and justification of vendor selection. Contracts may include: State Term Contract: A State Terrn 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 forcommodities or contractual services available on a state termcontract 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 all 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-1.045, Florida Administrative Code. General Services Administration Schedules: The General Services Administration (GSA) is an independent agency of the United States Government. States, tribes, and local governments, and any Instrumentality thereof (such as local education agencies or institutions of higher education) may participate in the GSA Cooperative Purchasing Program. ). Refer to the appropriate GSA Schedule for additional requirements. O. Piggy -Backing The practice of procurement by one agency using the agreement of another agency is called piggybacking. The ability to piggyback onto an existing contract is not unlimited. The existing contract must contain language or other legal authority authorizing third parties to make purchases from the 47 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 of 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 215.871, Florida Statutes Statutory changes enacted by the Legislature impose additional requirements on grant and Sub -Recipient agreements funded with Federal or State financial assistance. In pertinent part, Section 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. • A provision dividing the agreement into quantifiable units of deliverables that must be received and accepted in writing by the agency before payment. Each deliverable must be directly related to the Scope of Work and specify the required minimum level of service to be performed and the criteria for evaluating the successful completion of each deliverable. • A provision specifying the financial consequences that apply if the Recipient or Sub - Recipient fails to perform the minimum level of service required by the agreement. The provision can be excluded from the agreement only 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 funds only for allowable costs resulting from obligations incurred during the specified agreement period. • A provision specifying that any balance of unobligated funds which has been advanced or paid must be refunded to the state agency. • A provision specifying that any funds paid in excess of the amount to which the Recipient or Sub -Recipient Is 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. P. 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. Q. Reporting Requirements 1. Quarterly Programmatic Reporting: The Quarterly Programmatic Report is due within thirty (30) days after the end of the reporting periods (March 31, June 30, September 30 and December 31) for the life of this contract • If a report(s) is delinquent, future financial reimbursements will be withheld until the Sub -Recipients reporting is current. • If a report goes two (2) consecutive quarters without Sub -Recipient reflecting any activity andfor no expenditures wilt likely result in termination of the agreement. 48: Programmatic Reporting Schedule Reporting Period Report due to FDEM no later than January 1 through March 31 April 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 (BSIR): After the end of each reporting period, for the life of the contract unless directed otherwise, the SAA, will complete the Biannual Strategic Implementation Report in the Grants Reporting Tool (CRT) https://www.reporting.odp.dhs.gov. The reporting periods are January 1-June 30 and July 1-December 31. Data entry is scheduled for December 1 and June 1 respectively. Future awards and reimbursement may be withheld if these reports are delinquent. 3. Reimbursement Requests: A request for reimbursement may be sent to your grant manager for review and approval at any time during the contract period. Reimbursements must be requested within ninety (90) calendar days of expenditure of funds, and quarterly at a minimum. Failure to submit request for reimbursement within ninety (90) calendar days of expenditure shall result in denial of reimbursement. The Sub -Recipient should include the category's corresponding line item number in the "Detail of Claims" form. This number can be found in the "Proposed Program Budget". A line item number is to be included for every dollar amount listed in the "Detail of Claims" form. 4. Close-out Programmatic Reporting: The Close-out Report is due to the Florida Division of Emergency Management no later than sixty (60) calendar days after the agreement is either completed or the agreement has expired. R. Programmatic Point of Contact Contractual Point of Contact Programmatic Point of Contact Kizzy K. Caban FDEM 2555 Shumard Oak Blvd. Tallahassee, FL 32399-2100 (850) 815-4348 Kizzy.Caban @em.myflorida.com Amy Garmon FDEM 2555 Shumard Oak Blvd. Tallahassee, FL 32399-2100 (850) 815-4352 Amy.Garmon@em.myfiorida.com S. Contractual Responsibilities • The FDEM shall determine eligibility of projects and approve changes in Scope of Work. • The FDEM shall administer the financial processes. T. Failure to Comply e Failure to comply with any of the provisions outlined above shall result in disallowance of reimbursement for expenditures. ATTACHMENT C DELIVERABLES AND PERFORMANCE State Homeland Security Program (HSGP): HSGP supports the implementation of risk driven, capabilities -based State Homeland Security Strategies to address capability targets set in Urban Area, State, and regional Threat and Hazard Identification and Risk Assessments (THIRAs). The capability levels are assessed in the State Preparedness Report (SPR) and inform planning, organization, equipment, training, and exercise needs to prevent, protect against, mitigate, respond to, and recover from acts of terrorism and other catastrophic events. Planning Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost of successfully completing Planning activities consistent with the guidelines contained in the Comprehensive Planning Guide CPG 101 v.2. For additional information, please see htto://www.fema.aov/odf/about/divisions/nod/CPG 1Qt V2.pdf 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 Goal (NPG) and place an emphasis on updating and maintaining a current Emergency Operations Plan (EOP) are eligible. The Sub -Recipient can successfully complete a planning activity either by creating or updating such plan(s). Organization Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual eligible costs for Personnel, Intelligence Analysts, Overtime and Operational Overtime. Exercise Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost of successfully completing an exercise which meets the Department of Homeland Security Homeland Security Exercise and Evaluation Program (HSEEP) standards and is listed in A) the State of Florida Multi -Year Training & Exercise Plan (MYTEP), and B) County or Regional TEP for the region in which the Sub -Recipient is geographically located. Information related to TEPs and HSEEP compliance can be found online at https://www.110.dhs.gov/hseep. For the purposes of this Agreement, any exercise which is compliant with HSEEP standards and contained in the State of Florida MYTEP qualifies as an authorized exercise, The Sub -Recipient can successfully complete an authorized exercise either by attending or conducting that exercise. Training Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost of successfully completing a training course listed on the Department of Homeland Security (DHS) approved course catalog. For non-DHS approved courses the Sub -Recipient shall obtain advance FDEM approval using the Non-TED form by contacting their grant manager. The DHS course catalog is available online at: http://training.fema.aov/. For the purposes of this Agreement, any training course listed on the DHS approved course catalog qualifies as an authorized course. The Sub -Recipient can successfully complete an authorized course either by attending or conducting that course. Equipment Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost of purchasing an item identified in the approved project funding template and budget of this agreement and listed on the DHS Authorized Equipment List (AEL). For the purposes of this Agreement, any item listed on the AEL qualifies as an authorized item. The 21 allowable prevention, protection, mitigation, response, and recovery equipment categories and equipment standards for HSGP are listed on the web -based version of the Authorized Equipment List (AEL) on the Lessons Learned Information System at htto://beta.fema oov/authorized-equipment-list. In addition, agencies will be responsible for obtaining and maintaining all necessary certifications and licenses for the requested equipment. Management Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost for Management and Administration (MBA) 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 B of this agreement. 50 ATTACHMENT D Program Statutes and Regulations 1) Age Discrimination Act of 1975 42 U.S.C. § 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 5) Chapter 252, Florida Statutes 6) Title VI of the Civil Rights Act of 1964 42 U.S.G. § 2000 et seq. 7) Title VIII of the Civil Rights Acts of 1968 42 U.S.C, § 3601 et seq. 8) Copyright notice 17 U.S.C. §§ 401 or 402 9) Assurances, Administrative Requirements and Cost Principles 2 C.F.R. Part 200 10) Debarment and Suspension Executive Orders 12549 and 12689 11) Drug Free Workplace Act of 1988 41 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 1974 49 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. § 1352 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.G. § 794 24) USA Patriot Act of 2001 18 U.S.C. § 175-172c 25) Whistleblower Protection Act 10 U.S.C. § 2409, 41 US.C. § 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 51 ATTACHMENT E JUSTIFICATION OF ADVANCE PAYMENT SUI3-RECIPIENT: 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 funds are needed to pay staff, award benefits to clients, duplicate forms and purchase 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. ESTIMATED EXPENSES BUDGET CA.TEGORYILINE ITEMS (list applicable line items) 20_ 20Anticipated Expenditures for First Three Months of Contract For example ADMINISTRATIVE COSTS (Include Secondary Administration,) Mgr example PROGRAM EXPENSES TOTAL EXPENSES LINE ITEN.[ JUSTIFICATION (For each line item, provide a detailed justification explaining the need for the cash advance. The justification must include supporting documentation that clearly shows the advance will be expended within the first ninety (90) days of the contract term. Support documentation should Include quotes for purchases, delivery timelines, salary and expenseprojections, 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, 2555 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 ONA CASE BY CASE BASIS* 52 ATTACHMENT F WARRANTIES AND REPRESENTATIONS Financial Management The Sub -Recipient's financial management system must comply with 2 C.F.R. §200.302. Procurements 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. §§200.317 through 200.326). Business 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 through Friday (except on Holidays) from 8am to 5pm Licensing and Permifting All subcontractors or employees hired by the Sub -Recipient shall have all current licenses and permits required for all of the particular work for which they are hired by the Sub -Recipient. 53 ATTACHMENT G Subcontractor Covered Transactions (1) The prospective subcontractor of the Sub -Recipient, , certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency, (2) Where the Sub -Recipient's subcontractor is unable to certify to the above statement, the prospective subcontractor shall attach an explanation to this form. SUB -CONTRACTOR By: Signature Sub -Recipient's Name Name and Title FDEM Contract Number Street Address DHS Grant Award Number City, State, Zip Date 54 ATTACHMENT H Statement of Assurances All 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. Ali Sub -Recipients must comply with any such requirements set forth in the program NOFO. All Sub -Recipients who receive awards made under programs that prohibit supplanting by law must ensure that Federal funds do not replace (supplant). funds that have been budgeted for the same purpose through non -Federal sources. All Sub -Recipients must 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. 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 25, 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 DHS. 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 -Recipient 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 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's Environmental Planning and Historic Preservation (EHP) review process. This review does not address all federal, 55 state, and local requirements. Acceptance of federal funding requires recipient to comply with all federal, state, and local laws. Failure to obtain all appropriate federal, state, and local environmental permits and clearances may jeopardize federal funding. if ground disturbing activities occur during construction, applicant will monitor ground disturbance, and if any potential archeological resources are discovered, applicant will immediately cease work in that area and notify the pass -through entity, if applicable, and DHSJFEMA. 56 ATTACHMENT I Mandatory Contract Provisions Provisions: Any contract or subcontract funded by this Agreement must contain the applicable provisions outlined in Appendix I1 to 2 C,F.R, Part 200. It is the responsibility of the sub -recipient to include the required provisions. The Division provides the following list of sample provisions that may be required: 57 OMB Guidance (1)) Davis -Flacon Ara. au enmmTIdladi (40 tl.S.C. 3141-9140). Whenrogulrsd by Agora! program legislation. all prime convtruntlnn Dontroofs in oxduk4s of 32.000 awardd91 by non-1Poihwal entities must inciudo a provision for compli- ance with tho Dav1B.Aucoai Act (40 U.S.C. 31414144, and 3146-3140) a& supplemented by Department of Labor regulations (20 CFR Part 8, "Labor Staind rdo ?moist/YOB Appn- crtbio to Controotr, Cavorino Federally P5 naxmol and Assisted Construction"). Ta ac- cordance with tho statut,8, cont acts s must bra required to pay wages txe laborerti and. me- odrannlco at x rata not less than ilia prevailing wares tpuicifist in a ward determination made by oho Eooratary. of Loner. In addition. mentraotors must leis rtaquired to pay wages not hiss than anco a week. TAo .non-Fadolaal antaiy -Mast iliac t a nol)Y of trio current pro- vctiltatg wagni dotsrminatnan lasuodt by the De- partmamt of Labor an each aolloitatiog. Tbo tiomiston. to awards a contanot or subcontract mast ba dmndltionod Upon. the acenigniico of oleo o determination. Tho non-irodarat en- tity must r000&t all suspactadl or reported violations to Ma Podoral awarding agonc+s. The contrasts moat alieo include a provision tar compliance with the ckspdsland "Anti- liio thank" Aa li (40 U.W.'i8148). on sauppple- metltedl by Mpurf moat of Labor roguIatlons (29 CFR Part a, "Contractors and Stth- oont3acttarat oia P¢W10 Building or Pubktc Work Finrurcod no Whale or in Part by Loans or Gnats (tom Sim United BMW"). Tho Ant providwo Udat oath contaactor or anb- roolplont worst be prohibited fans lath oing, by any mates, any 'aroma employed In the Otnntruciion, daxnpla42an, or repair of public/ work. to giro up any part of the ooiuponsa- taon to whack ho or sun 10 ottiorwisa entitled. Tiro soli-60deral 4ntlty nnvid report all sos- IR3otesi or reported violations to oho 3'odoral awarding agony. tt0IL0am 08Sanity Standar Act. (4.O.700i-97). Whom app11cab o, all contracts awardod by tho non. b'odorat -earthy in exds of 1100,000 that In- volvO the trmnploymvnt of niuehanica or labor- ers mob include, d provtstnn for compliance with 40 UAW. 3MO and 3701, as aupplon anted ley Depax4dnnt of Labor regulations (39 OFR Part 8), tindor 40 11.11.0.-3702 of the Act, oath contractor must be roe 1rrtl to conflate the wagos of away inacbanto and IaboL r on Me twirl of a atamlard work weak of 40 hours. Work in exams of true standlarit work wink is permiosiblCom- p/mooted at aal nolo ofed that the not !cos than worker oanmtl a half thee- the basin rate of pay ihr all boom ferarkoil to osdxwa of 40 boors in ChB work wook. The i`eriilirsmanta of 40 U.S.C. 3001 aro applicable.- to -oonslatiotimi work and provide, Mat no laborer or nxuahanac must 1do re - mired to Work in surround -logs or deader working conditions which are unxnnitttry. h arardoua or i1.'urgot'onn. nee r6ouarGoianis do not apply to the parratasas of auppnoo or Pi. 2001, App. N 09abwlaln or artlulos ordinarily available on oho open market, or contrasts for transpor- tation or tralllniismon of lntelligoaeo. (i) R£gbin. to Ipvtinttonu hiaele Under a ConUnot or Agroatnont. If the Federal award moats aha definition of "funding agrsarnont" under S4 CPU ¢401.2 (a) and the .r0aipieltt or aubreoipient wlsl aa9 to enter into a contract with a small business firm or nonprofit onio- atr.ation Malang the oubotilaidoa of par- ties, assignment or parforrnanc of export - mortal, dovelopnwntal. or rrooarrh work under that "funding a;t:vuautinio" oleo Main- ont or subramp14ut must comply with the re- quirt/mists ti d c/o by No pre t t401. eas ts toanno and Sina1i 13usinem Fian19 Under (Iovtxrn- mont Omuta, Contracts and Cooperative Agreements," and any implementing ragnhs. trona lsstroel by the awairdiig agony; (0).Cloan.Air Act (4213.L.0.' 401-y419i .).mad tho d renal Water Pollution Coeitroi Act (23 U.S.A 1251-110?), as amaandecl—Coalracts and a0bgranta of amounts 1n mimeo of 3150.000 must contain a provision that regarlma oho non -Fedora! award to agree to comply with all applicable standards, motors or r shies. tinrp nomad il'suant to oche Moan Air. Act (42 U.S.C. 740-1571q) and ilea Federal Ulster Pollution Control Aet :as alnonde4 (20 U.S.C. 1241-1287). Vialationa mustbeinported to- the Federal awarding Vale& and the Fogional °Nino of the Environmental Protection .Agency (EPA). {If) Mandatory standards and 171o1101es no - luting to enemy offloioncy which are con- tained In oho state energy conservation plan tesoodl in compiianeo with the Murray Policy anti; (`Ansorvation Aot (42 U.S.C. 6'20f).. (1) debarment and $usponaann (1lxacu.tW : firdarn 12810 and 12689)—A contract award (zoo 2 CPR 100.220) mutt not bo made to par - low 1lsted on the govorrian antwida ixiriauttdd Parties List Systom in the System, fbr Award bl000tt-meat (SAM), in accordance with thud OUR guideline at 2 CPR 180 that imploonont Po ativa ordoro 12549 (8 OFR Part 108E Cmnp., p, 2)2) and 12069 (3 CPR Part. 1989 Clomp.. tr. 238), "I)d3lxtsaauan6 and. Suspension." `.flat )oludedt. Portico Licit Systom in SAM contains the winos of parties��dd�p,ebaired, xus- pondad, or othorwiais excludedagfenoloa wwei anparties- daalared lnalbeiblo underaiat- utory or regulatory authority other than Ex. mace Order 12010. (J) Byrd Anti-Lubbyia>g Anxmdtnnt (dl U.B.C. 1352)--€'oaitractors that apply ear bud for an award of 4 90.009 or more must Ilia Lim required won. Bach tier tort/hod to fire tier above that .it will not and Tian not nand loodorul. appropriator/ Minds to gay ap,y Do�parstm or organfzatiatt for iniloonolnit or at- temptinr to influence an °Moor or amployoa of a ,v agency, a 1ni'4nhor of Conisr08s, officer or employee of Conoroa„ or an ornplo,dio of a rrdotnbd=_r of Congress in commotion with ob- taining afly I dioral contract. =ant or any' 195 Pt. 200, App. III other award covored by 81 I1.8.Q 1ar,2. Bach tier must also dlsotose any lobbying with non-Fod€r.*i Rinds that talon plat* in cor- naetlan with obtaining any Adam, award. Snob disclosures arts Rewarded from tier to tier up to the son-PodaraI award. (X) See §2110.an Pixie -moment of roeuvared materials. APPENDIX I1I tYi PART 230--Ilinwni i` (V&A) Cot3rs ItatiffilicATION AND A&a lCIDNMl;2Rf', AND ItATII DRTILIiM1NA- TION b OR Itra riir 3UAt8 err Hhaw a EDUCATION (Ili s) A, Osmium This apttondix pravidc+s criteria far idonii. I!rtng and competing indtroet (or indirect (F'&AO ratan at fl!IDc1 (institutions). Indirect (MA) oasts aro thaw that are incurroat far common or joint abjaoti ms and thoreforo cannot bo ilia/WPM readily and apeatftoaily with a aartivaiir spomxnarad projant. an tn- struotdonal activtt,j. nr any other iimt1tt- ttoilai activity. See subsaraton 8.1. Defini- tion of facilities and Athnb aatsatlon, for a, discussion ar the components of inairt (F&A) distal. I. Major Functions o%aa Iailitunan Rama to Matt notion, organtacd monarch. other aponsored activities and other itaatttn- Monal a olavities ns defined In this section: a. Namur -nap moans the tainting and training Rativtt4ns of an tn=Citation. Except Pm rassarch training as provided is sub. contain b. this tern( includes all toaohing and Maiming activities, wbather Ishoy are offered for audits toward a dogma or eartifkntta or on a non-credit hasia. and 'thanes' thry era offered through regular academic depart - mods ee separate threstanar, suet as a sum - mar reboot *$Vinton or an oxtewton division. Also ennaldarod part of tills. major iunatton aro departmental roseanrch, and. where agreed to, untvarsity roaoarch. (1) AJrounarrai Oirinc gW8 acid training means a pectf o Instructional or twining activity es- sabuBhed tat grant, contract; or coomuntava agreement;. Por purposes 8f the emit lirin- cnpdaea, this activity may ba oonsidorod a major f'anaticn coon though an basidtut1on's accountant treat/nut may Include it to the Mutilation function, (3) Departmental rnreorait nntna resoiarch, davoIogmaat and scholarly activities that aro not organized roaaarcb and. con- ssquentig, aye nopa n taly budpa teul and m000untoti for. Departmental rraoarch, for igrrposos of this dnonuwnt. la not caesium rod as a major fir Lotion, but our a part of te in - striation fbaction of tho institution. b. Or ra tfaad r soarelm means all roaonra.4t and dowalopmont activation aI an tmtitatton that aro separately budgeted and atountq. tor. it int:ludas: 2 CFR Ch. It (1-.1--14 Edition) (I) Bµvasorecd rematch mama all romarell and dovelopmont aotIvittea that are upon - oared by Faiiorai and nan-Pe4aral agencies and osmanirattons. Thla term uxdudea na-tIvi- bias Involving tha training of individuals In roseari h tochnitluas (conniumly called re- match training) whore such aotivitlos utilise the same facilities as other rneaarchh and do- vaiaptnoot sotivitlea and whore snob activi- ties aro not Inolnded In th& fastruet-!on tm4. tion. {2) ffntvsrattg raanan:h means all resaearch and dovdalimant activities that aro ampa- rgtNy budgeted and amounted for by the in. stttuh, on nador an internal app1Joation of In- statattanal finds. University rosciamb. fur pponre sea of this 'document. must ho oom- bined with sponsored roccarob under tho fanOWtan of organnied monarch. a.. Other sponsored acttafUen means pnsarain and limpets financed by Federal and non - Fedora!, agonies and organixattons wrath In- volve. the perform/Awe of work other than m- struction and organized roseaarch_ Examples of mob programs and proloota aro health sarvica projects and community oorvino pra- gramn; IIawevor. when any of Mona aoti IMI are ttndettakon by the inaitttutdon without outatdo support,. May may bo olaaatlaaad as other instltattional aotivitum . d, Miff fna ttuataaa'I acflvtitaa mans, all an- tivitdas of an tastitutian oxcart for imbue, Eon. dolxdtmontatl rmaaaruh, organlwld ro- aaarab. and other sponsored activities, as do - Snail in this section; Indirect (F&A) coatao- initfas identified In this Appendix epaia� tc�fmi and lisvdiret (&A)aoaisand spooaiized u as facilities decanted in §2d0.9s2 Spaolalized sonars faellitias of Eva Part. Examplaa of attar institutional aet11ruloa taoleaio operation of reslitui a hails. dining httJla, hospitals and rdinfas, abaiont anions. Intercollegiate athletics, baokatarea. faculty hmrtalitC, student apartmonta. iluoat houses, lantana, t astoi:i. publics mammas, and other similar analllav r entnrprlaea. This definition also includes any other oatagarlo s of activi- tiaaa, costs of whirl t aro "ueailawablo" to t odoral a awards, anima otbetvrian lntdteatott in an award. Criteria Or Distrthunon a. Ilan paled: A bane period Isar distribu- tion of indirect (MA) coatis is tars 'period during witch the coatis are Mewed. '1bn bases period normatfy should sofa nrdo with the fi ord Boar aatabliabod by the lnatttnblon, but In any avant the bane period shout* bo IIo sofa ited as to avoid lamguttlas in the dis- tribution -of costa. b, Need far mast group/rms. Tim avorsil ob- jection of tho indirect (F&A) coat allocation groom is io dlatributo tho indirect (F&h) costa daonrlbed in Section 11. itlontipuitfen and a agnmont: of indirect (MA) costa, to .198 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 (HSGP) 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 is the review of records associated with the purchase and disposition of property, projects and contracts. Programmatic monitoring is the observation of equipment purchased, protocols and other associated records. Various levels of financial and programmatic review may be accomplished during this process. Monitoring Selection and Scheduling: 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 will be examined 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 monitoring/information 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 between FDEM and the applicant via -e-mail and telephone. On -site monitoring are actual visits to the Sub -Recipient agencies by Division representatives who examines records, procedures and equipment. Desk monitoring is an on -going process. Sub -Recipients will be required to participate in desk top monitoring as determined by FDEM. This contact will provide an opportunity to identify the need for technical assistance (TA) and/or a site visit if FDEM determines that a Sub -Recipient is having difficulty completing their project. 60 As difficulties/deficiencies are identified, the respective 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 will be conducted by FDEM or designated personnel. On -site monitoring visits will be scheduled in advance with the Sub -Recipient agency POC designated in the grant agreement. FDEM will also conduct coordinated financial and grant file monitoring. Subject matter experts from other agencies within the region or state may be called upon to assist in the form of a peer review as needed, On -Site Monitoring Protocol 0n-site monitoring visits will begin with those grantees that are currently spending or have completed spending for that federal fiscal year (FFY). Site visits may be combined 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, time 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 -Site Monitoring 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 wilt be identified. All 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 tour/visual/spot inspection of equipment will be conducted. Each item selected for review should be visually inspected whenever possible. Bigger items (computers, response vehicles, etc.) should have an asset decal (information/serial number) placed in a prominent location on 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). 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 be discussed at this time, such as missing quarterly reports, payment voucher/reimbursement, equipment, questions, etc. Post Monitoring Visit FDEM personnel will review the On -site monitoring worksheets and backup documentation as a team and discuss the events of the On -site monitoring. Within Forty -Five (45) calendar days of the site visit, a post monitoring letter will be generated and sent to the grantee explaining any issues and corrective actions required or commendations. Should no 61 issues or findings be identified, a post monitoring 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. 62 ATTACHMENT K EHP GUIDELINES ENVIRONMENTAL PLANNING & HISTORIC PRESERVATION (EHP) COMPLIANCE GUIDELINES The following types of projects are to be submitted to FEMA for compliance review under Federal environmental planning and historic preservation (EHP) laws and requirements prior to initiation of the project: • New Construction, Installation and Renovation, including but not limited to: a Emergency Operation Centers o Security Guard facilities o Equipment buildings (such as those accompanying communication towers) o Waterside Structures (such as dock houses, piers, etc.) • Placing a repeater and/or other equipment on an existing tower • Renovation of and modification to buildings and structures that are 50 years old or older • Any other construction or renovation efforts that change or expand the footprint of a facility or structure including security enhancements to improve perimeter security • Physical Security Enhancements, including but not limited to: o Lighting o Fencing o Closed-circuit television (CCTV) systems o Motion detection systems o Barriers, doors, gates and related security enhancements In addition, the erection of communications towers that are included in a jurisdiction's interoperable communications plan is allowed, subject to all applicablelaws, regulations, and licensing provisions. Communication tower projects must be submitted to FEMA for EHP review. EHP DETERMINATION PROCESS Submit the Final Screening Memo to the SAA for review prior to funds being expended. 11. The SAA will review and notify the Sub -Recipient of its decision. The grantee should incorporate sufficient time and resources into the project planning process to accommodate EHP requirements. APPROVAL PROCESS TO FEMA 1. Prepare a formal written Scope of Work with details outlined in the attached EHP Compliance Requirements, page 2. 11. The Final Screening Memo should be attached to all project information sent to the Grant Programs Directorate (GPD) for an EHP regulatory compliance review. 111. Complete the attached National Environmental Policy Act (NEPA) Compliance checklist IV. Prepare maps indicating the location(s) of proposed project (Guidance provided) V. Take photographs of the location(s) of proposed project (Guidance provided) VI. Forward all documents to the SAA. All documents are then forwarded to GPD electronically via the Centralized Scheduling and Information Desk (CSID) at askcsid@dhs.gov. VII. CSID will send an email confirming receipt of the project description. VIII, FEMA Program Analyst sends notification to SAA when review is complete. SAA notifies Sub - Recipient of FEMA's final decision. IX. THE PROJECT MAY BEGIN ONCE FINAL FEMA APPROVAL IS RECEIVED. Grantee should incorporate sufficient time and resources into the project planning process to accommodate EHP requirements. Grantees must receive written approval from FEMA prior to the use of grant funds for project Implementation. 63 PLANNING ATTACHMENT L REIMBURSEMENT CHECKLIST 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 -Recipient, an agenda and signup sheet with meeting date must be Included). ❑ 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 check Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement ❑ 6. Has Attachment G (found within Agreement with FDEM) been completed for this contractor/consultant 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 $25,000) State Contract (page showing contract #, price list) Competitive bid results (e.g. Quotewire, bid tabulation page) Consultants/Contractors (Note: t is applies to contractors also billed under Oraani'zation) TRAINING Li 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 backfiil, 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 backfiil, has a clear delineation/cross reference been provided showing who was backfilling who? El 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? 64 7. Has 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. Canceled check 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 Form 5 of Reporting Forms or Pumhassinng 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) EXE f. 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: After -action report Sign -in sheets Agenda Rosters 3. 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? For backfill, has a clear delineation/cross reference been provided showing who was backfilling who? ❑ 4. Have the names on the sign -in sheets been cross-referenced with the names of the individuals for whom exercise reimbursement costs are being sought? 5. Have any expenditures occurred on supplies (e.g„ copying paper, gloves, tape, etc) in support of the exercise? If so, receipts and proof of payment must be included. Canceled check Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement E 6. Has any expenditures occurred on rental of space/locations for exercises- planning and conduct, exercise signs, badges, etc.? If -so, receipts and proof of payment must be included. Canceled check 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 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) 65 iu 1. Have all invoices been included? 2. Has an AEL # been identified for each purchase? 3. If service/warranty expenses are listed, are they only for the performance period of the grant? 4. Has proof of payment been Included? Canceled check 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? 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/CONFERENCES ❑ 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 2. If travel is a conference has the conference agenda been included? 3. Has proof of payment to traveler been included? Canceled check Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement Copy of paycheck if reimbursed through payroll MATCHING FUNDS D 1. Contributions are from Non -Federal funding sources identified? 2. Contributions are from cash or in -kind contributions which may include training investments. 3. Contributions are not from salary, overtime or other operational costs unrelated to training. SALARY POSMONS 1. Has a signed tirnesheet by employee and supervisor been included? 2. Has proof for time worked by theemployee been included? Is time period summary included? 66 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 training and experience standards? ORGANIZATION 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? For backfill, has a clear delineation/cross reference been provided showing who was backfilling who? FOR ALL REIMBURSEMENTS - THE FINAL CHECK ❑ 1. Have all relevant forms been completed and included with each request for reimbursement? 2. Have the costs incurred been charged to the appropriate POETE category? 3. Does the total on all Forms submitted match? 4. Has Reimbursement Form been signed by the Grant Manager and Financial Officer? 5. Has the reimbursement package been entered into Sub -Recipients records/spreadsheet? ❑ 6. 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? ❑ 8. Do all of your vendors have a current W-9 (Tax Payer identification) on file? Please note: FDEM reserves the right to update this checklist throughout the life of the grant to ensure cornpiiance with applicable federal and state rules and regulations. 67 Exhibit #2 FY 2019 Budget -Miami -Ft. Lauderdale UASI t`,1.1,P.illil I, I : 41I,111 I 411P1Illail 1!. II Ylti ii , NalM34 k.iht +sq 1. ll'i 'lin di!! ili AUL I' iiitlaii f :11, ll Illiiirlintir dirlibil ill J „6 al.' ..1.10""I kiiiillilfillif i 6. i 1,4111 11' If li 1141,Ltiqe 0111PIINEri qiilitti Logistics and Plan 'I 61 WaliT,1111 iti. Resource Update ffii 1., IP 'fill Ritil tih;,Zi, --4' I, ithtillij No k r ,,,,,'..h Iiii 7` IMM.0.717 ,i, '`".','"gr BEMA Planning Training Emergency Management 2019-01A N County Management $79,580.00 BEMA Planning Personnel Emergency Management 2019-01B N Senior EM Planner No $66,720.00 BSO Planning Training Emergency Management 2019-01C BSO PTE - CEMP/COOP/COG - National Homeland Security Conference (P- $5000 T - $20,624) No $35,624.00 BSO Equipment Equipment Law Enforcement 2019-22A N COW Enhancements & Sustainment: UASI Purchased Communications on Wheels Trailer. 06CP-01-MOBL 06CP-01-TOWR 06CP-01-BAMP Yes $26,000.00 BSO Equipment Equipment All Disciplines 2019-07A Y Underwater ROV {Police $35.000 Fire $35,000): for search and detection underwater 03WA-01-UWMD $70,000.00 1330 Equipment Equipment Law Enforcement 2019-02A N EOC Enhancements & 5ustainment sat phones at EOC 06CC-03-SATB Yes $13,000.00 Coral Gables Equipment Equipment Fire Rescue 2019-21A N Small Unmanned Aircraft 030E-07-SUAS No $41,000.00 Coral Gables Equipment Equipment Fire Rescue 2019-19A N MCI Ballistic Protection for Emergency Medical Services Responders 01LE-01-SHLD 011E-01-HLIVIT No $28.825.00 7 qtff i I,. 11111 Ili til il Mill, I Ix= 1111MR 11°' I" li 41: smo 1 iiiii nigiu „. t I. 1,,1 I IiiiilliirTilipilli ry Mt .iiiiiiiiMilif ' ne -rtrilNit I iligtalitri. i , the 1,4111110. IT ri--.- MI 0 , i. , , Reim-17y 'mill 11111 LONA tliq!iVifilirlii4111,1.,1' tt thi' lit Pilliwi I 1 J. 1 6* „,,,, . eltilt 1 i Vi"„::„",31i Coral Springs Equipment Equipment Law Enforcement 2019-04A Y Crime Center Project ($53,549 for software, $20,000 for computer hardware, $20,000 for monitors, brackets, tvs, miscellaneous, $20,000 for furniture) 04HW-001-INHW No ,o, $113,549.00 Coral Springs Equipment Equipment Law Enforcement 2019-16D N SWAT Tactical Gas Masks with Communication capability OIAR-01-SCBA No $18,787.00 Fort Lauderdale Equipment Equipment Emergency Management 2019-026 N Ft. Lauderdale EOC - Technology Capabilities 21GN-00-CCEQ, 21GN-00-0CEO, 216N-00-MAIN, 06CP-05-VCOM, 04MD-03-01SP, 04HW-01-HHCD 05PM-00-PTCH, 06CC-03-SATP $88,397.00 Fort Lauderdale Equipment Equipment Alt Disciplines 2019-03A Long Range Emergency Broadcast Equipment 145W-01-LRHW Yes 530,200.00 Fort Lauderdale Equipment Equipment All Disciplines 2019-17A Communication Emergency Response Support Trailer 12TR-00-TEQP $24,000.00 Hialeah Equipment Equipment Fire Rescue 2019-16A N Intrinsically Safe Exhaust Fan for ventilation of confined spaces or enclosed areas with contaminated atmospheres 19GN-00-FANE $18,280.00 Hialeah Equipment Equipment Fire Rescue 2019-16B Intrinsically Safe Electric Power Hydraulic Tools for HazMat Team and Special Operations Unit (3 power cutter ($34,185), 3 power spreader ($33,585), 3 power ram($26,385), 3 outlet battery charger ($555), 6 28V battery (51110) and freight) 03SR-02-TPEL, NBC 00-BATT, 10BC-00- SOLR, 216N-00- SHIP No $96,220.00 Hialeah Training Planning Fire Rescue 2019-01D N PT&E: HazMat 160 and XVRF Fire Simulation Training, and Hazardous Toxicology Class No $75,445.00 Hialeah Equipment Equipment Fire Rescue 2019-16C N SCBA - Self Contained Breathing Apparatus Sustainment OIAR-01-503A No $120,000.00 Hialeah Planning Personnel Law Enforcement 2019-0413 Y LPR Analyst Sustainment No $55,000.00 2 ' 11: .11.6 ''-'1111111111.0611 if Iiiiiikeilini ,,1.11114 ' . l',' li N't!'4j1:0°,04; 131i1 4: ' , , II -- 71-11 , .,1 40111101W. 1111111110f:it If- illf lib iatiiiik MI 1 4 1 li 0 ilill - 4 -41'.111'4111111 IINIIIi111114 11•101 1111. ( 4041, ,, 41 L1111 i 1 ,t, 111111;14,' 1114111114111.111' 4 ---' i '11I1 'di 1P111111prig , ,_, 1,! him 110,1, 4 f„11 ,±4 • 1 Ft ofiviiii 4 14,4 1 14 444114;4111111.1 0,4 Alt.., I„i L S ,9 -1 d 4 , , ' ' ;NEN i 11.14. - ,all ; 1,1 f 11, 01 ,,, 011 11.14111 I 1'n -6iiil, '1 ' "1'-'111i,111 I • tygOulbt ,:tAjiiipliii: Hialeah P arming Personnel Emergency Management 2019-01E Emergency Management Planner No .4=1,119C9S1141k $75,000.00 Hialeah Equipment Equipment Law Enforcement 2019-10C Y Law Enforcement Surveillance (CCTV and LPRs) (The project will allow the Hialeah Police Department the opportunity to deploy CCTV/LPR 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-IN5T 12TR-00-Tar 030E-01-ALPR Yes $72,775.00 Hollywood Equipment Equipment All Disciplines 2019-21B I0ronewth Thermal Imaging 030E-07-SUAS No $34,330.00 Hollywood - Equipment Planning All Disciplines 2019-02C CERT Uniforms 21GN-00-CCEQ No $7,800.00 Hollywood Equipment Equipment Law Enforcement 2019-076 Y External Biometric Readers (40) 20CS-01-AFIS No $3,200.00 Hollywood Equipment Equipment Law Enforcement 2019-05A Y Robot: to increase safety and effective response to critical incidents by providing for the remote manipulation of suspicious items 030E-07-ROBT No $60,000.00 Hollywood Equipment Equipment Law Enforcement 2019-13A Y Solid State Drive to allow file encryption on police computers 05NP-00-IDPS No $19000.00 , Hollywood Equipment Equipment Law Enforcement 2019-21C N Tablets for detectives who report to the EOC and conduct Damage Assessments pre/post critical incidents 04HW-01-MOBL No $10,000.00 Key Biscayne Equipment Equipment Fire Rescue 2019-22B N Maintenance & Sustainment of UASI purchased Equipment - Satellite Phone replacement 06CC-03-SATP No $17,955.00 M&A Management and Administration All Disciplines 2019-24 M&A M&A No $332,500.00 Miami Equipment Equipment All Disciplines 2019-14A N Maintenance/Sustainment/ Repair/Replacement for HSGP Purchased Equipment. Police $176,465.33; Fire $94,079.48; EM $12,960.55, HazMat $7927.40. 216N-00-MAIN NO $291,433.00 3 $ Hiyi liFiV„ 'I hill! ill /11.7 • , ril II all9 , tlinit . Ili LAIL,. - .iii oug Ill 11 .Rfil hkorii ; 0 A h ir, ht 11: V011111111 , :Eli_ Al ' tilqiiii I I 41 111,1[ ,4 I f, 1101011 1111114 ,, tg F - iiiig11111 lii ' r, ii' 10171 ' rl ,,4 IL '111:11111!ringicifitti l liiPt NirRiliti 1 "9;T 1r ,m, ii - ' i IN 7 0 p: Eir 'WI ,un' Miami Equipment Equipment Emergency Management 2019-02D N EOC Enhancements/Niaintenancej Sustainment 21GN-00-0CEQ 14C1-00-COOP 07SE-03-ENVS 06CC-05-PRTY 06CC-02-0SAD 21GN-00-1NST Yes $100,000.00 Miami Equipment Equipment All Disciplines 2019-23A N Ethernet Secured @ Fire College for Redundant Communications for Miami's First Responders (18 months). This project will continue services for a Metro -Ethernet line that provides fast network connectivity between the City's network and the E911 backup center. 14C1-01-COOP No $15,000.00 Miami Equipment Equipment Ail Disciplines 2019-22C N Satellite Phone Sustainment Citywide (12 months). This project will sustain the satellite phones that are installed throughout Gty Departments including police and fire stations which allow ail first responders to communicate when primary communication services are down. Includes Key Biscayne 06CC-03-SATB No $30,000.00 4 b 11, iill,milliiiiiii, 1 1.01 iiiMi IF Awl , ort tio $vinl II , It , ,,ii ith It vp,i, t II Al I Oft llivi4 1 )} ilciEll If ANN 111111 I , q 01 1 1 Iiii4 ' 1 tili' i 111 'I 1 Jtillill' i ,)tilIP 1. Ple' Ili 11 fill A Ma ,Iii., I iil glitiil I! ,,,Itiliolir: Of *I IMINR014111011,, ,,,Dc 01111. • , r>ti 111,AtIgilgil.m1 ,,, , ' 1,), the and - due pi to 11 , il 11.011 cilliii .4, , ilAilitilill".114,,,,, oill cit iii . mi,i „limp. Iv m .41114:1 Miami Planning Training All Disciplines 2019-01F N P,T & E. This project will support multi -disciplinary projects for 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 train-ngsthat benefit terrorism related emergency management trainings. Trainings will include ICS, Hazmat 160 and any other specialized courses needed staff attrition. Police $30,972.33; Fire $88062.33, EM $70,959.34 No $189,994.00 Miami Training Equipment All Disciplines 2019-02E CERT/Miami 196N-00-13GPK 7_1CR-00-MEDI 06CP-01-PORT 216N-00-CCEQ No $30,000.00 Miami Organization Organization Alt Disciplines 2019-058 Y Operational OT for Special Events approved by FEMA; Fire $18,906.52 and EM $7,909.28 No $26,816.00 Miami Equipment Equipment Law Enforcement 2019-10A Y Law Enforcement Surveillance (CCTV) Illie Closed Circuit TV project will allow the Miami Police Department the opportunity to deploy CCTV- equipment n the area of soft targets and enhance our ability to deter and investigate terrorist activity.) 14SW-01-VIDA 04HW-01-1NHW 04MD-03-DISP 216N-00-MAIN Yes $169,527.00 Miami Planning Personnel Emergency Management 2019-01G Emergency Management Planner (12 months). This position will assist with the developmentfrevision of citywide emergency management plans such as the CEMP, COG and COOP. $55,000.00 5 04l!!iillilli , Wall!, Dij&Itli II 1 li II I SEITOt Fth Ilibiiii. I i i il 11111' II —rill U. . 410 ',If qi ..! IT . i P . till 11 * . '-' i. ! i Ihi0 if ': ' 1 qi ' Illakihri Ai " - '. ` 1 . . 1 IA 3111. '1. • . I; —111,;,;111„1;0,11 liii 1!. 4 ti eltIO0'.*4 . xlitiliiitilligii01,1.[Mintairaiiiiii 1111}1 I) A' 4Ciimiliih ill ii ijitil wciom i ; EHP, Miami tanning ersonnel mergency anagement 019-01H Emergency Management Planner (12 months). This position will assist with general planning responsibilities related to the implementation of the UASI grant program. No $75,000.00 Miami Planning Personnel Emergency Management 2019-011 N Equipment Inventory Planner (12 months). This position will be responsible for resource management tracking and planning portion of the EHP process. No $50,000.00 Miami Beach Equipment Equipment Alt Disciplines 2019-18A N Technical Rescue Team Transition to Type 1 Team to include: saw, chain diamond segmented, stanley concrete chainsaw, tripod, cutter, air gun 40 chisel kit, hammer demolition electric, stretcher system, half backboard, stretcher, camera telescoping with color monitor and accessories, air compressor, breathing apparatus....etc... 03SR-02-THPY 030E-05-ROPH 03SR-02-TPEL 03SR 02-TRIG 09ME-05- LITR 06CP-03-ICOIVI 01AR-03-PAPA O3SR-01-TLPN 0802-01-LITR TOPE 00-GFCI 10GE-00- GENR 03SR-03- SCAM 035R-01- ABAG 03SR-01- COMP 03SR-01- TLPN O1AR-01- SCBC No $107,372.00 Miami Gardens Training Training Law Enforcement 2019-01J PT&E: Active Shooter Response Training: Course Number TX-010- RESP;TX-002-RESP;MO-010- RESP;NY-008-RESP;NY-010-RESP No $132,338.00 Miami -Dade Planning Contractor Emergency Management 2019-01K Whole Community Preparedness Planning No $49,502.00 Miami -Dade Planning Contractor Emergency Management 2019-011 N Evacuation Clearance Time Estimate No $273,024.00 Miami -Dade Organization Planning Law Enforcement 20194)5C Fusion Center Special Events Support (Operational Overtime) $112,521.00 6 1 A i ililliMillbilifiblh '1 lit r . 4'.1 1 01 Itqt 0 'ileli ii. t li 1 ii4; ' si xi 1,11 , iiiii 1; di lirr' IN Iii 1. lignir III' 11 ribli2"Mr. 1 I ' L. 4- Ei141116,41011 Equipment ' I. "I kit m111011 ' ' I i Ali ,j1, Law Enforcement 1 t , Iii 0 [ .ii,,: 2019-05D Ali e - Pil„ I 1H'i IR ki0110111thilli ii i iii1114111191iiiiiit , q Bomb Operations Tanks, Compensator, computer, suits, Jii Dtia qiNiiLli1610tiltliiika Disposal 8 SCUBA mask, kad' ter° Equipment 8 regulator, gloves, it ,. 414 Des'criPti n Unit Underwater (16 Scuba Buoyancy of each (Dive fins, wet boots) ii li DI!,) 1 11- 3tr,- 1. 44'141000i 01WA-01-SCBA 01WA-06-BCMO 031/VA-01-DCMP 01WA-06-FINS 01WA-03-SUTW 01WA-06-MASK 01WA-03-GLOV 01WA-03-BOOT I WO fis 11[11!f!! i,, ,„ $ No 1 mrti. 'I,' :„',',:,,iologi,,10 ,, A 11 i„iiir $40,000.00 Mlami-Dade Equipment Miami -Dade Equipment Equipment Law Enforcement 2019-15A Y MDPD SRT Lenco Medcat 12VE-00-MISS No $160,000.00 Miami -Dade Equipment Equipment Fire Rescue 2019-22D N P25 Portable and Mobile Radios, Batteries and Accessories 06CP-01-PORT 04HW-01-INHW 10BC-00-BATT 06CP-03-PRAC 06CP-01-MOBL No $10,000.00 Miami-Clade Equipment Equipment Fire Rescue 2019-11A N AP4C Chemical Detector 07CD-01-DPFP No $200000.00 Miami -Dade Equipment Equipment Fire Rescue 2019-09A Y Security Camera/Access Control for MDFR Fire Stations 145W-01-VIDA 14SW-01-PACS 21GN-004NST 04HW-01-INHW 21GN-00-CNST Yes 5107,047.00 Miami -Dade Planning Training Fire Rescue 2019-01M N Planning, Training and Exercises: UASI Homeland Security Conference N/A No $5,478.00 Miami -Dade Planning Training Law Enforcement 2019-01N N Planning, Training and Exercises: UASI Homeland Security Conference (MOM) N/A No $10,000.00 Miramar Equipment Equipment Fire Rescue 2019-03B N Mobile Electronic Message Boards 030E-03-SIGN No $32,000.00 Miramar Equipment Equipment Fire Rescue 2019-010 N Simulation Trainers (training manikins) 04AP-Og-SIMS No $8,666.00 Miramar04AP-01-CA Equipment Equipment Fire Rescue 2019-02F N WebEOC Fleet Eyes Software 04AP-05-CDSS, DS $30,000.00 Miramar Equipment Equipment Law Enforcement 2019-07C Y License Plate Reader System (LPR) 12TR-00-TEQP 030E-01-ALPR $43,000.00 Miramar Equipment Equipment Emergency Management 2019-01P N Simulation Trainer Fire Extinguisher System for CERT 04AP-08-SIMS No $18,645.00 Monroe Equipment Equipment All Disciplines 2019-22E N APX6000 700/800 Portable Radios O6CP-01-MOBL No $53,200.00 7 li 111141Eirl Id Apr Iii iiiitilii Ocon 14111a, ''' "''Ipi, , ,111:17,'''. ' ' ' ,ip.4 til ii 111 ill meg iiri A iii INT idol m a 41'1 HIV 1„ Ill is ' li 1.1 mildie,„ at - ipi,, ii „ 1 miko, li r''' 1Z. 9 Viodi.i1111 liaRt" tai ( r i liNilin11111011001Alillikg i *al 11 i: Ilirit .0 tl'IP 111 iiiiilli i1,. 01 gt, . 11,44101 i i Monroe Training Training All Disciplines 2019-01Q. Incident N Training Training Command System / Position Specifics No $53,200.00 Palm Beach County Equipment Equipment Emergency Management 2019-02G IT N Infrastructure and Upgrades for EOC 04AP-05-CDSS, 04HW-01-1NHW 216N-00-0CECt No Soo) PBSO Equipment Equipment Law Enforcement 2019-10B y PBIA CCTV Build -Out 14SW-01-VIDA 04HW-01-INHW 04MD-03-DISP 216N-00-MAIN Yes $70,000.00 PBS° Equipment Equipment Law Enforcement 2019-19B Y SWAT Handheld Videoscope System 03SR-03-SCAM No $18,117.00 PBSO Planning Planning Law Enforcement 2019-06A Y Community Business Partners Against Terrorism Program No $38,600m PBSO EquipmentLaw Equipment Enforcement 2019-128 N UAV Detection Location System 030E-07-UPGD No $20,848.00 Pembroke Pines Equipment Equipment Law Enforcement 2019-05E Portable Elevated Surveillance Platform 030E-07-ROVL Yes $78,890.00 Pembroke Pines Equipment Equipment Fire Rescue 2019-188 N Thermal Imaging Cameras 030E-02-TILA No $52,741.00 Sunrise Equipment Equipment Law Enforcement 2019-22F N Compact Rapid Deployable (CRD) For Public Safety Communications 06CP-02-BRDG Yes $114,905.00 Sunrise Equipment Equipment Fire Rescue 2019-20A N Active Shooter/Stop the Bleed 090E-01-MCIK 030E-03-KTFA No $36,656.00 Regional Nliami Planning Personnel Emergency Management 2019-01R N Regional Program Manager - This position assists the Miami and Ft. Lauderdale area with regional planning needs (e.g. drafting of investment justifications, coordination of UAWG meetings, development of annual budgets, etc.). Planning $90,000.00 8 ').',A '111'ilrr" bowl:mood- tiff' 7 11 i .mnd i , a ,,, , ii lei 00 i i ' Nap ' '51111511 iiiifil 11101-Fri 'fiQfPli ; ,ctigill, 01;91 „, . ,,,I1H,1,..4 : ifill, ii..14 mot !hit 'IN- ' f ill I 1 LI 4...ifl Hf '11.q'lq 4,61.4.,14ii;lirilw ''' Iii i Rilli frinilleillrii .,,,, :40 .-01 boil 9,10,Pdrii igthp.mollig PI) ta hiut ,1,11,114h. riFfiiidilliTrOhtt i l' .4: kt. •t4.1' .. 0101411111i, t III ; ,eK lh,z)illitf' , '''' 1 ' ' r'"Q. ?II; . hoAtiwb;,,11, iii ..o._ t1P,T !I Regional Miami Planning Personnel Emergency Management 2019-015 N Regional Planning, Training and Exercises Coordinator- this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. Planning No ,,,ATI $72,501.00 Regional PESO Fusion Organization Personnel Law Enforcement 2019-08A Y Fusion Center Analysts Organization P4o $270,000.00 Regional PBSO Fusion Planning Personnel Law Enforcement 2019-08B Y Metadata Planner Planning No $43,000.00 Regional PBSO Fusion Equipment Training Law Enforcement 2019-08C Y Fusion Center Operations to include computer hardware and peripherals, software maintenance, DI-15 sponsored Training, alert system and TLO program support and office supplies/equipment 041-1W-01-INHW 131T-00-INTL 131T-00-ALRT No $240,000.00 Regional Miami Equipment Training Emergency Management 2019-02H N Incident command software system needed for regional info sharing during emergency operations as well as non - emergency situations to provide a platform for day-to-day regional info sharing and updates. (WebEOC) 04AP-05-CDSS 04AP-03-GISS 04SW-04-NETW No $119,245.00 Regional Miami Equipment Equipment Emergency Management 2019-226 N Emergency Notification System 13IT-00-ALRT No $52,000.00 Regional Miami Planning Training All Disciplines 2019-01T N Regional Planning, Training & Exercise to Include Travel and Position Specific ICS Classes 21GN-00-TRNG No $107,812.00 Regional MDPD Equipment Training AR Disciplines 2019-13B Regional Cyber Security Network Intrusion Response Enhancement (includes Advanced Network incident Response Training) 04HW-01-INHW 05HS-00-FRNS $63,509.00 Regional PBC Equipment Equipment Fire Rescue 2019-12A N First Defender RMX 07CD-02-DLSP $59,500.00 9 — fi' l' Ili ' lili Iiiitill!illi 'Ill 1" 1 IV i16.4_,IF, •01 ' lir ,. 'I ,41r^ 1119 Yr" , .0),11;, tu i . n lig,,,',"':,`T,,,',„,,,,,I1,1 ll Mk. ,-"•-•1; ofiir ; .`,! th 'Iii-ii, ill,- itild ', ' 4' 1,Palsviri•,- ;11,,, ,01 if i ill'iliillidlli --i -1,11 th„ I { ,, .• !ti, j.A.RE ? i ',II 1 --41/ iiiikith 1 IN JO ,Itli . .1! 141 1,,I,.., 1144 VITirliFil 4jr,h 1 • INI,,i' 0 0 :11 laiii Fr Attie -c"-d i ' r '>t , i iiiiiiiiltIE il r it Pa lirli i 1 "4. 1;14, qiig0 . iji,Eil ,:.;-;,', . ...,, .---i-, WPAlilt4W14 Regional Ft_ Lauderdale, Miami -Dade, Monroe and Palm Beach Training Equipment Ali Disciplines 2019-021 N Regional Citizen Corps/CERT Planning, Training Exercise and Equipment 19GN-00-BGPK 21CR-00-MEDI 06CP-01-PORT 21GN-00-CCEQ No $150,000.00 Regional AHIMT Equipment Equipment All Disciplines 2019-021 N All Hazards IMT Operational Coordination Project to include tablets with cases and a pelicon case with wheels for transport, uniforms and an inflatable shelter 04HVV-01-INHVV, 19MH-00-CONT, 19SS-00-SHEL , 21GN-00-0CEQ 555,000.00 Regional AHIMT Equipment Equipment Alt Disciplines 2019-15B N AHIMT Critical Transportation - Truck and mobile generator w/trailer 12TR-00-MOVR 10GE-00-GENR 12TR-00-TECIP $85,000.00 Regional MDPD Equipment Equipment All Disciplines 2019-07D Y Region 7 ALPR Project 131T-00-INTL,030E- 01-ALPR No $150,000.00 Regional MDFR Equipment Equipment Fire Rescue 2019-22H N 1ST Network Interoperability, Communications and Situational Awareness Upgrade; . 06CP-02-BRDG Yes $1S0,000.00 Regional MDPD Broward PBSO Equipment Equipment Law Enforcement 2019-19C Y Region 7 Bomb Squad Suits (PBSO $38,500, Broward $ 38,500 MOPD $38,500 02PE-01-BSUT $115,500_00 Regional MDPD Equipment Equipment All Disciplines 2019-16D N Region 7- Forensic Response Team Unit Enhancements (chemical suits, SCBA,scba communications, chemical boots, Portable chemical device, scba cylinders, storage containers) 01SP-01-ENSE 01AR-01-SCBA 06CP-03-PRAC 01SP-02-FTWR 07CD-01-DPMG 01AR-01-SCBA 19MH-00-CONT No $80,000.00 Regional Miami/Broward Health Training Training Fire Rescue 2019 N Critical Care Parmedic/Air Rescue-01U Course $39,291.00 Regional MDPD Training Training Ail Disciplines 2019-01V N ROF Basic Certification Course $20,570.00 PBC Planning Planning Emergency Management 2019-01W N EM Planning Initiatives to Inciude: COOP Workshop ($20k), Shelter Deficit Strategic Plan ($63,482.50), Transportation/Evacuation Plan ($63,482.50) No $146,965.00 Total $6,650,000.00 10 He 1181 jiift rIN{ k :1Roa; N!e jt1 q{kiiil egii Nei, p .tt i:iE I�Ifllllilk 11 �il:l})itlf�Pl}Iii1! TiMMfi 11 1; ti ,4i`i ill 11eI�+ �I� 4�'t r7l' , AGENDA ITEM SUMMARY FORM 4\ tl File ID: #6765 \PR- Date: 11/04/2019 Requesting Department: Department of Fire - Rescue Commission Meeting Date: 12/12/2019 Sponsored By: District Impacted: All Type: Resolution Subject: Establish Special Revenue - Urban Area Security Initiative Purpose of Item: Resolution to establish a Special Revenue Project entitled: "The Urban Area Security Initiative ("UASI") Grant Program FY 2019"; appropriating funds in the amount of $6,650,000.00 received from the U.S. 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, setting forth their responsibilities in connection with the 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 2019 to the City of Miami and its contiguous partners in the amount of $6,650,000.00. 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. Exhibit 1 is to be provided at time of execution and is to be included as part of Exhibit 2 of the item. 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 ("BEMA"), Broward County Sheriffs Office ("BSO"), the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County, Monroe County, Palm Beach County Emergency Management, Palm Beach County Sheriffs Office, the Village of Key Biscayne, and regional projects shared across the entire region, setting forth the parties' responsibilities in connection with the development and support of the UASI Program FY 2019 which is administered by the City of Miami Department of Fire -Rescue. Budget Impact Analysis Item is Related to Revenue Item is an Expenditure Item is NOT funded by Bonds Total Fiscal Impact: $6,650,000.00 Special Revenue Account No: 11100.189000.431000.0000.00000 Department of Fire -Rescue Department of Fire -Rescue Office of Management and Budget Office of Management and Budget City Manager's Office Legislative Division Office of the City Attorney Office of the City Attorney -- -- Office of the City Attorney City Commission Office of the Mayor Office of the City Clerk Office of the City Clerk Reviewed By Johnny Duran Eloy Garcia Pedro Lacret Christopher M Rose Nikolas Pascual Valentin J Alvarez George Wysong Bamaby L. Min - Victoria Mendez Maricarmen Lopez Mayor's Office City Clerk's Office City Clerk's Office Fire Budget Review Completed. 11/04/2019 1:49 PM Fire Chief Review Completed 11/05/2019 6:20 AM Budget Analyst Review Completed 11/05/2019 3:54 PM Budget Review Completed 11/05/2019 6:36 PM City Manager Review Completed 11/06/2019 4:13 PM Legislative Division Review Completed 11/13/2019 10:20 AM ACA Review Completed 11/13/2019 1.1:47 AM _ Deputy City Attorney Review Completed 11/13/2019 6:13 PM Approved Form and Correctness Completed 11/25/2019 7:46 PM Meeting Completed 12/12/2019 9:00 AM Signed by the Mayor Pending Signed and Attested by the City Clerk Pending Rendered Pending City of Miami Legislation Resolution Enactment Number: R-19-0509 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 6765 Final Action Date:12/12/2019 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ESTABLISHING A NEW SPECIAL REVENUE PROJECT, TITLED "URBAN AREA SECURITY INITIATIVE ('UASI') GRANT PROGRAM FISCAL YEAR 2019," AND APPROPRIATING FUNDS FOR THE OPERATION OF SAME IN THE AMOUNT OF $6,650,000.00, CONSISTING OF A GRANT FROM THE UNITED STATES DEPARTMENT OF HOMELAND SECURITY DIRECTLY TO THE STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT; AUTHORIZING THE CITY MANAGER TO ACCEPT SAID GRANT AWARD AND TO EXECUTE THE FEDERALLY -FUNDED SUBGRANT AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, AND ANY AND ALL OTHER NECESSARY DOCUMENTS, ALL IN A FORM ACCEPTABLE TO THE _CITY _ATTORNEY, _IN ORDER TO IMPLEMENT THE -ACCEPTANCE OF SAID GRANT AWARD; AUTHORIZING THE CITY MANAGER TO EXTEND THE FISCAL YEAR 2019 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 AGREEMENT(S), IN SUBSTANTIALLY THE ATTACHED FORM(S), WITH CONTIGUOUS PARTNERS OF THE CITY OF MIAMI ("CITY") SETTING FORTH THE PARTIES' RESPONSIBILITIES IN CONNECTION WITH THE DEVELOPMENT AND SUPPORT OF THE UASI PROJECT ADMINISTERED BY THE CITY'S DEPARTMENT OF FIRE -RESCUE, CONTINGENT UPON FUNDING OF SAID PROJECT BEING SECURED. WHEREAS, the United States Department of Homeland Security ("USDHS") is authorized by the Emergency Wartime Supplemental Appropriations Act of 2003 to provide funds to states for subsequent distribution to selected urban areas to address the unique equipment, training, planning, exercise, and operational needs for large urban areas and to assist states in building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism; and WHEREAS, the USDHS, through the State of Florida Division of Emergency Management ("FDEM"), has sub -granted an Urban Area Security Initiative ("UASI") Grant Program for Fiscal Year ("FY") 2019 to the City of Miami ("City") in the amount of $6,650,000.00; and WHEREAS, the City's Department of Fire Rescue ("Fire") will use said funds 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; and WHEREAS, in accordance with the UASI Grant Program FY 2019 as detailed in the attached Memoranda of Agreements ("MOA"), the City's contiguous partners including Broward County Emergency Management ("BEMA"), Broward County Sheriffs Office ("BSO"), the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County, Monroe County, Palm Beach County Emergency Management, Palm Beach County Sheriff's Office, and the Village of Key Biscayne will provide the necessary guidelines to coordinate the UASI Grant Program FY 2019 and will permit the City to reimburse its partners for their eligible expenditures that are compliant with said Project; 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 2019 RESOURCES: USDHS directly to FDEM $6,650,000.00 APPROPRIATIONS: $6,650,000.00 Section 3. The City Manager is authorized' to accept said grant award and to execute the federally funded sub -grant agreement, in substantially the attached form, and any and all other necessary documents, all in a form acceptable,to the City Attorney, in order to implement the acceptance of and compliance with said grant award. Section 4. The City Manager is further authorized to extend the FY 2019 UASI Grant Program, as necessary. Section 5, The City Manager is authorized' to execute. MOAs, in substantially attached form(s), with the City's contiguous partners including BEMA, BSO, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County, Monroe County, Palm Beach County Emergency Management, Palm Beach County Sheriffs Office, and the Village of Key Biscayne for the purpose of setting forth the parties' responsibilities in connection with the development and support of the FY 2019 UASI Grant Program administered by Fire, an UASI sponsoring agency, contingent upon funding of said project being secured. Section 6. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 APPROVED AS TO FORM AND CORRECTNESS: dez, i y ttor ey 11/25/2019 The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to, those prescribed by applicable City Charter and City Code provisions. 2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, It shall become effective immediately upon override of the veto by the City Commission. FUND TITLE: Urban Area Security Initiative (UASI) Grant Program FY 2019 RESOURCES: Department of Homeland Security ("DHS") directly to the State of Florida Division of Emergency Management ("FDEM") $6,650,000.00 APPROPRIATIONS: $6,650,000.00