Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
24489
AGREEMENT INFORMATION AGREEMENT NUMBER 24489 NAME/TYPE OF AGREEMENT STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT DESCRIPTION SUBAWARD & GRANT AGREEMENT/2022 URBAN AREA SECURITY INITIATIVE/FILE ID: 13250/R-23-0095/MATTER ID: 23-82K/#66 EFFECTIVE DATE ATTESTED BY TODD B. HANNON ATTESTED DATE 3/29/2023 DATE RECEIVED FROM ISSUING DEPT. 6/13/2023 NOTE COPY 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 TIIIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES TOTAL CONTRACT AMOUNT: $ 14,012,500.00 FUNDING INVOLVED? El YES TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT E LICENSE AGREEMENT X El PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT PURCHASE OR SALE AGREEMENT NO X NO OTIIER: (PLEASE ;SPECIFY) PURPOSE OF ITEM (BRIEF SUMMARY): To execute FY 2022 Urban Area Security Initiative ("UASI" l an.dMemorandum of Agreement (MOA's). COMMISSION APPROVAL DATE: 2/23/2023 FILE ID: 13250 ENACTMENT NO.: 23-0095 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: :' Date PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR 2/24/23 PRINT: Ty McGann, AFC SIGNATURE:.) SUBMITTED TO RISK MANAGEMENT Glo1lekN _ MAI.n �� I I 'v .��► Gomez, Frank Firalr.,}, URE: -Date; 2O23.02.24 13,29 SUBMITTED TO CITY ATTORNEY (JCP / 23-82K) 3/20/23 PRINT: V TORIA ENDEZ SI . uan ' APPROVAL BY ASSISTANT CITY MANAGER PRINT: SIGNATURE: 4 RECEIVED BY CITY MANAGER I'� J Il PRINT: ART NO I' ! A SIGNA'I"UR/. 1) ONi ORKGINAL O CITY ,I� I 2) NE COPY -TO CI, Y! ©P ICE - 3) REMAID NG; 7RIGI iAL( _ iO ORIGINATING' DEPARTMENT PRINT: -yr SIGNATURE: PRINT: SIGNATURE: PRINT: SIGNATURE: PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER AGENDA ITEM SUMMARY FORM File ID: #13250 Date: 01/09/2023 Commission Meeting Date: 02/23/2023 Requesting Department: Department of Fire - Rescue Sponsored By: District impacted: All Type: Resolution Subject: Special Revenue Project - USAI Grant Program 2022 - Fire -Rescue Purpose of Item: Resolution to establish a Special Revenue Project entitled "Urban Area Security Initiative ("UASI") Grant Program FY 2022", appropriating funds in the amount of $14,012,500.00 received from the Department of Homeland Security, passed directly through the State of Florida Division of Emergency Management, and authorizing the City Manager to execute Memoranda of Agreements with contiguous partners, outlining their responsibilities in connection with their support of the UASI Project administered by the City of Miami Department of Fire -Rescue. Background of Item: The United States Department of Homeland Security, through the State of Florida, Division of Emergency Management, has sub -granted the Urban Area Security Initiative ("UASI") Grant Program Fiscal Year 2022 to the City of Miami and contiguous partners in the amount of $14,012,500.00. This program targets homeland security funding to "high threat" urban areas in order to prevent, respond to, and recover from threats or acts of terrorism and other disasters of natural or man-made origin. These funds will be used, as stipulated by the grant, for the purchase of specialized equipment, to conduct exercises, training and administrative services, and for the development of the Urban Area Homeland Security Strategy, and other planning activities, needed to ensure a successful program. It is now appropriate to accept said grant award, establish a special revenue project, and appropriate said grant award therein. In addition, the City Commission authorizes the City Manager to execute Memoranda of Agreements with contiguous partners, Broward County Emergency Management, Broward County Sheriff's Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County (Fire, Police and Emergency Management), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sheriff's Office, the Village of Bal Harbour, the Village of Key Biscayne, and regional projects shared across the entire region that include the members listed above as well as Florida Department of Law Enforcement, setting forth the parties' responsibilities in connection with the development and support of the UASI Program FY 2022, which is administered by the City of Miami Department of Fire -Rescue. Budget Impact Analysis Item is Related to Revenue Item is an Expenditure Total Fiscal Impact: $ 14,012,500.00 Special Revenue Account No: 11100.189000.431000.0000.00000 Department of Fire -Rescue Department of Fire -Rescue Department of Fire -Rescue Office of Management and Budget Office of Management and Budget City Manager's Office Legislative Division Office of the City Attorney Office of the City Attorney City Commission Reviewed By Ty McGann Johnny Duran Eloy Garcia Pedro Lacret Marie Gouin Arthur Noriega V Valentin J Alvarez Thomas M. Fossler Victoria Mendez Nicole Ewan Fire Department Review Fire Budget Review Fire Chief Review Budget Analyst Review Budget Review City Manager Review Legislative Division Review ACA Review Approved Form and Correctness Meeting Completed 01/10/2023 7:21 AM Completed 01/10/2023 7:37 AM Completed 01/10/2023 8:00 AM Completed 01/11/2023 3:13 PM Completed 01/11/2023 5:56 PM Completed 01/11/2023 6:57 PM Completed 01/20/2023 12:38 PM Completed 02/09/2023 3:11 PM Completed 02/10/2023 12:07 PM Completed 02/23/2023 9:00 AM City of Miami Legislation Resolution Enactment Number: R-23-0095 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 13250 Final Action Date:212312023 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ESTABLISHING A NEW SPECIAL REVENUE PROJECT TITLED "URBAN AREA SECURITY INITIATIVE ('UASI') GRANT PROGRAM FISCAL YEAR 2022" AND APPROPRIATING FUNDS FOR THE OPERATION OF THE SAME IN THE AMOUNT OF $14,012,500.00 CONSISTING OF A GRANT FROM THE UNITED STATES DEPARTMENT OF HOMELAND SECURITY DIRECTLY TO THE STATE OF FLORIDA'S DIVISION OF EMERGENCY MANAGEMENT ("GRANTAWARD"); AUTHORIZING THE CITY MANAGER TO ACCEPT THE GRANT AWARD AND TO EXECUTE THE FEDERALLY -FUNDED SUBGRANT AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER NECESSARY DOCUMENTS, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, IN ORDER TO IMPLEMENT THE ACCEPTANCE OF AND COMPLIANCE WITH THE GRANT AWARD; AUTHORIZING THE CITY MANAGER TO EXTEND THE FISCAL YEAR 2022 UASI GRANT PROGRAM, AS NECESSARY; AUTHORIZING THE EXPENDITURE OF FUNDS TO VARIOUS GOVERNMENTAL AGENCIES DESIGNATED FOR HOMELAND SECURITY EXPENSES PURSUANT TO THE UASI GRANT GUIDELINES; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE MEMORANDA OF AGREEMENTS, IN SUBSTANTIALLY THE ATTACHED FORM, WITH CONTIGUOUS PARTNERS OF THE CITY OF MIAMI ("CITY") SETTING FORTH THE PARTIES' RESPONSIBILITIES IN CONNECTION WITH THE DEVELOPMENT AND SUPPORT OF THE UASI PROJECT ADMINISTERED BY THE CITY'S DEPARTMENT OF FIRE -RESCUE, CONTINGENT UPON FUNDING OF THE PROJECT BEING SECURED. WHEREAS, the United States Department of Homeland Security ("USDHS") is authorized by the Emergency Wartime Supplemental Appropriations Act of 2003 to provide funds to states for subsequent distribution to selected urban areas to address the unique equipment, training, planning, exercise, and operational needs for large urban areas and to assist states in building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism; and WHEREAS, the USDHS, through the State of Florida's Division of Emergency Management ("FDEM"), has sub -granted an Urban Area Security Initiative ("UASI") Grant Program for Fiscal Year ("FY") 2022 to the City of Miami ("City") in the amount of $14,012,500,00 ("Grant"); and WHEREAS, the City's Department of Fire -Rescue ("Fire") will use the Grant to continue to address the unique equipment, training, planning, exercise, and operational needs of the City and its contiguous partners and to continue building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism ("Project"); and WHEREAS, in accordance with the UASI Grant Program FY 2022, the attached Memoranda of Agreements ("MOAs") with the contiguous partners of the City, including Broward County Emergency Management, Broward County Sheriffs Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County (Fire, Police and Emergency Management), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sheriffs Office, the Village of Bal Harbour, the Village of Key Biscayne, and the Florida Department of Law Enforcement (collectively "Contiguous Partners"), will set forth the parties' responsibilities in connection with the development and support of the FY 2022 UASI Grant Program administered by Fire contingent upon funding of the Project being secured; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The following new Special Revenue Project is established and resources are appropriated as described below: FUND TITLE: UASI Grant Program Fiscal Year 2022 RESOURCES: USDHS directly to FDEM $14,012,500.00 APPROPRIATIONS: $14,012,500.00 Section 3. The City Manager is authorized' to accept the Grant and to execute the federally funded sub -grant agreement, in substantially the attached form, for the Project. Section 4. The City Manager is authorized' to negotiate and execute any and all other necessary documents, all in forms acceptable to the City Attorney, in order to implement the acceptance of and compliance with the Grant. Section 5. The City Manager is further authorized1 to extend the FY 2022 UASI Grant Program, as necessary. Section 6. The City Manager is authorized' to execute MOAs, in substantially the attached form, with the Contiguous Partners of the City for the purpose of setting forth the parties' responsibilities in connection with the development and support of the FY 2022 UAS1 Grant Program administered by Fire, contingent upon funding of the Project being secured. Section 7. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 1 The herein authorization is further subject to compliance with all legal requirements that may be imposed, including but not limited to those prescribed by applicable City Charter and City Code provisions. 2 If the mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. APPROVED AS TO FORM AND CORRECTNESS: ATTEST: Todd B. Hann City Clerk APPROVED AS TO FORM AND CORRECTNESS By: Victoria Mendez City Attorney (JCP / 23-82K - SOP Div of Fimerg Mgmt - UASI & MOA - FY 2022) THE CITY OF MIAMI, a municipal Corporation of the State of Florida By: Arthur Noriega City Manager APPROVED AS TO INSURANCE REQUIREMENTS G o m e2 Digitally signed ,)Dy Gomez, Frank Frankaa023.02.24 13:30:31-05'00' By: Ann -Marie Sharpe, Director Department of Risk Management Agreement Number R0688 PD�RALLY FUNDED SUBAWARD AND GRANT AGREEMENT 2 C.F.R. §200,1 states that a "subaward may be provided through any farm of legal agreement, including an agreement that the pass -through entity considers a contract." As defined by 2 C.,F.R, §200,1, wpass-through entitymeans "a non -Federal entity tlrnt p vides a subaward to a Sub -Recipient to carry out part of a Federal program,' As defined by 2 C.FA. §200.1, "Sub -Recipient' mewls "a non -Federal entity that receives a subawerd from a pass -through entity to carry out part of a Federal award," As defined by 2 0,5,R, §203,1, "Federal award" means "Federal financial assistance that a non-Federaf entity receives directly from a Federal awardingagency or indirectly from a pass -through entity." As defined by 2 C,F,R. §200.1, "subaward" means 'an awardprovided by a pries -through entity to a Sub - Recipient for the Sub -Recipient to carry out part of a Federaf award recelved by the pass -through entity." The following information Is provided pursuant to 2 C.F,R. §200.332: Sub-Reolplent's name: Sub-Reciplenes 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 tothe Sub -Recipient by the pass -through entity to Include this Agreement Tote( 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 e ty: Assistance Listings Number and Title Whether the award is R&D: Indirect cost rate for the Federal award: 1 City of Miami {Fire Rescuel 072220791 fMW-2022-$8-00029-601 0/1/2022 — 08/31/2025 DOE — 12/31/2024 $14,012,500.00 $36,366,676,88 $14412,500.00 See Article 1. Agreement Articles Dept, ef Homeland Seourfty FL, Division of Emergency Merit 2555 Shvrnard Oak Boulevard Tallahassee, Florida 32309 97.067-Hotrieland Semity Grant Program N/A 10,40% THIS AGREEMENT is entered into by the State of Fiery, Division of Emergency Management, with headquarters in Taliahassee, Florida (hereinafter referred to as the Division"), and City of Miami (Fire Miscue), (hereinafter referred to as the "Sub -Recipient"). For the purposes of this Agreement, the Dlvlsion serves as the pass -through entity for a Federal award, and the Sub -Recipient serves as the recipient of a subeward. THIS AGREEMENT IS ENTERED INTO BASED ON THE FOLLOVVING REPRESENTATIONS: A, The Sub -Recipient represents that It is fully qualified and eligible to receive these grant funds to provide the services identified herein; B. The State of Florida received These grant funds frorn the Federal government, and the Division has tiro authority to subgrent these funds to theSub-Reoipierit upon the terms and conditions outlined below, and, C, The Division has statutory ruthorfty to disburse the funds nder this Agreement. 'rHCREFoRE, the alvision and the Sub. edp ant agree to the following; (1) APPL, ON OF STATE ...-jyv TO THIS AGREEMENT F,R, §20O 3O (a) provides: Each state must expend and account fbr the Federal award In accordance with stab taws and procedures for expending and accounting for the states own funds..,o' 'Therefore, section 215.971, Florida Statutes, entitled "Agreements funded with federal or state assistance,' applies to this Areemryrnt. (2) LAWS, RULES, REGULATiON.$ AND POLICIE , a. The Sub -Recipient's performance under this Agreement is subject to 2 G.F.R. Part 200, entitl> "Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards," b. As required by Section 215,971(1), Florida Statutes, this Agreement lr tude I. A provision specifying a scope of work that clearly establishe the tasks that e Sub-Rec€plent required to perform, 11. A provis on dividing the agroove r t into quantifiable units of deliverables that must be r iv d 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 wformod and the Criteria for evaluating the succeesfui completion of each deliverable, ills A provision specifying the financial consequences that apply If the Sub- Recl rri falls to porforr r.the minimum level of sorviut 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. vv A provision specifying that any balance. of unobiigated funds which has been advanced or paid roust be refunded to the Division. vl. A provision specifying that any funds paid in excess of the amount to which the Sub -Recipient is entitled under the terms and conditions of the agreement must be refunded to the Division. o. In addition to the foregoing, the Sub -Recipient and the Division shall be governed by all applicable $tote and Federal Imes, rules and regulations, Including those Identified in Attachment D. Any express reference in this Agreement to a particular statute, rule, or regulation in no way Implies that no other statute, rule, or regulation applies. (8) CONTAQT a. In accordance with section 215.871(2), Florida Statutes, the Division's Grant Manager shalt be responsible for enforcing performance of this Agreement's terms andconditions and shall serve as the Division's liaison with the Sub -Recipient. As part of his/her duties, the Grant Manager for the Diviskvn shall: f, Monitor and document Sub -Recipient performance; and, li. Review and document all deliverables for which the Sub -Recipient requests payment. b. The Division's Grant Manager for this Agreement is: Jan*? Jackson, Grant Manager 2565 $t}tlmard Oak Boulevard Tallahassee. Ftorlde Telephone: 850.89 5-4344 Email: iamiKa.Jacksontecrn,rnytioride.co n c. The name and address of the Representative of the Sub -Recipient responsible for the administration of this Agreement is.: A,est. Fire Chief Adrian Plasencia 444 $W 2nd Avenue 10th Floor Telephone: 306-416-154402 Fax: 305-416.4666 Email; m d. In the event that different representatives or addresses are designated by either party after execution of this Agreement, notice of the name, title and address of the new representative will be provided to the other party. (4) TERMS AND CONDITIONS This Agreement contains ail the terms and conditions agreed upon by the parties. (5) E?EGUTIQN This Agreement may be executed in any number of counterparts, any one of which may be taken as an original. •(6) MODIFICATI94 Either party may request modifioation 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 \VORA, The Sub -Recipient shall perform the work In accordance with the Budget and Scope of Work, Attachments A and B of this Agreement, (B) ERIOD OF AGREEMENT, This Agreement shall begirt upon execution by both parties and will end December 31, 2024 unless terminated eadler 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. poo.i the term ''period of aereement" refers to the time during which the Sub -Recipient *may Incur new obligations to carry out the work authorized under this Agreement, In accordance with 2 C.F.R. §200.1, the Sub -Recipient may receive reimbursement under this Agreement only for "allowable costs Incurred during the period of petformanoe.'' In. accordance with section 215,971(1)0), 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, o. The Division will reimburse the Sub -Recipient only for allowable costs incurred by the Sub-Reolplent in the successful completion of each deliverable, The maximum reimbursement amount for each deliverable is outlined In Attachment A and B of this Agreement C'Budget and Scope of Workl. The maximum reimbursement amount for the entirety of this Agreement is $14,012,600.00. d. As required by 2 C.F.R. §200,416(a), any request for payment under this Agreement must include a certification, i tied b an official w is author ed le all b' Sub- ec le , which reads as follows; "By signing this report, I certify to the best of my knowledge and belief that the report is true, complete, and accurate, and the expenditures, disbursements and cash receipts are for the purposes and objectives set forth In the terms and conditions of the Federal award, I am aware that any false, fictitious, or fraudulent information, or the omission of any material fact, may subject me to criminal, civil or administrative penalties for fraud, -false statements, false claims or otherwise, (U.S. Code Title 18, Section 1001 and Title 31, Sections 3729-3730 and 3801-3812)." e. The Division will review any request for reimbursement by comparing the documentation provided by the Sub-Reolplent against a perfonaance measure, outlined in Attachment B, that clearly delineates; .4 !. The required minimum acceptable level of service to be performed; and, IL 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 fora "performance goal", which is defined in 2 C.F,R, §200.1 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, §2OO. 29, that the Division and the Sub -Recipient "relate financial data to performance pets and objectives of the Federal award." g. if authorized by the Federal Awarding Agency, then the Division will reimburse the Sub -Recipient for overtime expenses in accordance with 2 C.F,R. §20O.43CI ("Compansaticrr—personal services") and 2 C.F.R. §20O.4 1 ("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 (84} 29 U.C.S. §247(e)(2)), then the Division will treat the expense ee a fringe benefit. 2 C.F.R. §200.431(a) defines fringe benefits es 'allowances and servirea 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, $ub-Reciplent»employee agreement, or an established policy of the Sub -Recipient. 2 C,F,R. §206.431(b) provides that the cost of fringe benefits In the form of regular compensation paid to employees during porlods of authorized absences from the job, such as for annual leave, 'family -related leave, sick leave, holidays, court leave, military leave, arlrrainistrative leave, and other similar benefits, are allowable If ail of the following criteria are rnet: i. They are provided under established written lksve policies; ii. The costs are equitably allocated to all related activities, including Federal awards; and, tit. The accounting basis cs,ett or accrual) selected for costing wch 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 C,F.R, §2tXh475. As required by the Reference Guide for State Expenditures, reimbursement for travel must ba 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 ubReciplent in Its regular operations es a result of the Sub -Recipient's written travel policy; and, IL Participation of the indtvl tu*l in the travel, is necessary tote Federal award. 5 I. The Division's grant manager, as required bysection 215.971(2)(c0, Fioricia Statutes, shall reconcile end verify all funds received against ail funds expended during the grant agreement period and produce a final reconciliation report. The final report must Identify any funds paid in excess of the expenditures incurred by the Sub«t"teolpient. j. As defined by 2 C.F.R. §20O.1, the term "improper payment" means or includes: I. Any payment that should not have been mad or that was mode in en incorrect amount (including overpayments and underpayments) under statutory. contractual:, administrative, or other legally applicable requirements; and, if. 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 tack of documentation prevents a reviewer from discerning whether a payment was proper, k,. Any advance payment under this Agreement is subject to section 216.181(18), Florida Statutes, The amount of advanced Binds may not exceed the expected cash needs of Sub - recipient within the first ninety (90) days of the term of this Agreement, If an advance payment Is requested, the budget data on which the request is based, and a justification statement shall be Included with this Agreement as Indicated in Attachment E, Justification of Advance Payment. Attachment E must specify the amount of advance disbursement requested and provide an explanation of the necessity for and proposed use of the funds. (10)R ORp , a. As required by 2 C,F.R. §200,337, the Federal awaiting agency, inspectors General, the Comptroller General of the United States, and the %ivision, 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 aunts, examinations, excerpts, arid transcripts, The right of MCC644.0 aloe Includes timely and reasonable access tote 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 record are retained, b, As required by sections 20,055(6)(c) and 21 G,97(5)(b), Florida Statutes, the Division, the Chief Inspector General of the State of Florida, the Florida Auditor General, or any of their authorized representatives, shall enjoy the right of access to any documents, financial statements, papers, or other regards of the Sub -Recipient which are pertinent to this Agreement, In order to maid audits, examinations, excerpts, and transcripts. The right of access oleo 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 2 C,F.R, §200.33 , the S-IRecipient shall retain sufficient records to show its compliance with the terms of this Agreement. as well as the compliance of ail subcontractors or consultants paid from funds under this Agreement for a period of three (3) years from the date of 6 submission of the final expenditure report. The following are the only exceptions to the three. (3) year requirement Financial records, supporting documents, statistical records, and all other non -Federal entity records pertinent to a Federal award must be retained for a period ofthree years from the date of submission of the final expenditure report or, for Federal awards that are renewed quarterly or annually, from the date of the submission of the quarterly or annual financial report, respectively, as reported to the Federal awarding agency or pass -through entity in the case of a Sub -Recipient. Federal awarding. agencies and pass -through entities must not impose any other record retention requirements upon non - Federal entities, i. if any titration, claim, or audit 1 started before the expiration of the 3-year period, the r -cords must be retained until all litigation, claims, or audit findings Involving the records have been resolved and final action taken. i . When the non -Federal entity Is notified in writing by the Federal evarding agency, cognizant agency for audit, oversight agency for audit, cognizant agency for indirectcosts, of pass -through entity to extend the retention period. Hi, Records for real property and equipment acquired with Federal funds roust: be retained for 3 years after final disposition, iv. When records are transferred to or matntalned by the Federal awarding agency or pas swt reugh entity, the 8-year retention requirement Is not applIcable to the non -Federal entity. v. Records for program income transactions after the period of performance; in some cases, recipients must report programincome after the period of performance. Where there is such a requirement, the retention period for the records pertaining tothe earning of the program income starts from the end of the non -Federal entity's fiscal year in which the program Income is earned. r1. Indirect cost, rate proposals and cost aiiocattons plans, This paragraph applies to the following types of documents and their supporting records: Indirect cost rats computattons or proposals, cost allocation plans, and any similar accounting computations of the rate at which a parttcuiar group of costs is chargeable (such as computer usage chargeback rates or coiposite fringe benefit rates). 1. if subnittsd for negotlatiean. If the propaeei, plan,. or other computation is required to be submitted to the Federal Government (or to the pass -through entity) to form the • basis for negotiation of the rate, then the 3-year retention period for its supporting records starts from the date of such submission, 2, if not submitted for negotiation, 1f the proposal„ plan, or other cornpratatIon is not required to be submitted to the Federal Government for to the pass -through entity) for negotiation purposes, then the 3-year retention period for the proposal, plan, or computation and its supporting records starts from the end of the fiscal year (or other accounting period) covered by the proposal., plans or other computation. d. in accordance with 2 C.F.R. §200.335, the Federal awarding agency meet request transfer of certain records to its custody from the Division or the Sub -Recipient when lt determines that the records possess long-term retention value. However, in order to avoid duplicate recordkeeping, the Federal awarding agency may make arrangements for the non -Federal entity to retain any records that are continuously needed for joint use e. in accordance with 2 C.F.R, §200.336, the Division must always provide or accept paper versions of Agreement information to and from the Sub -Recipient upon request, if paper coplee are submitted, then the Division must not require more than an original and two coptes. When original records are electronic and cannot be altered, there la no need to create and retain paper copies. When original records are paper, electronic versions may be substituted through the use of dupticatlon 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 0,F,R. §200.303(e), the Sub-Reolpient shall take reasonable measures to safeguard protected personally Identifiable information and other information the Federal awarding agency or the Division designates as sensitive or the Sub-RecIplent considers smith/a consistent with applicable Federal, state, local, end 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 governmentat proceedings and mandates three, basic. requirements: (1) meetings of public board e or commissions must be open to the public; (2) reasonable notice of such meetings must be given; and, (5) minutee 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' performanoe of their public duties. If a public agency delegates the performence of its public purpose to e 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 end 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. Thee, 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 op.zn government requirements. These meetings ehall be publicly noticed, open to the public, and the minutes of all the meetings shall be public records, available to the public In accordance with chapter 119, Florida Statutes, h, Florida's Public Records Law provides a right of access to the records °flee state and local governments as well as to private entitles acting on their behalf. Unless specifically exempted 8 from disclosure by the Legislature, all materials made or received by a governmental agency (or a private amity 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 pubic 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 Unction 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. 1, The Sub -Recipient shall maintain all 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 ObJ cttves of the Budget arid Scope of Work ") At cbment A and E3 « and all other applicable laws and regulation& 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) 8 767 , Records@em n yflol lda,com, or 2555 Shumard Oak Boulevard, Tallahassee, FL 32399 1) ITS a, The Serb -Recipient shalt comply with the audit requirements contained In 2 C.F.R. Part 200, Subpart F. Ib, In amounting for the recelpt and expenditure of funds under this Agreement, the Sub -Recipient shall follow Generally Accepted Accounting Principles ("GAAP"). As defined by 2 C;F.R, §200,1, GAAP "has the moaning specified in accounting standards issued by the Government Accounting Standards Board (GASt) and the Flnanofal Accounting Standards Board (FASl3}. 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 t,F.t. §200,1, GAGAS, "also known as the Yellow Bonk, means generally accepted goverment 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, theSub-Reclpient shall be held Habits for reimbursement to the Envision 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, 9 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 provisions noted above. The audit must be received by the Division no later than nine months from the end of the Sub-Reciplent'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 following address: DEMSlogleAudit@emsnyflorkla.com ,QE Office of the Inspector General 2566 Shiamarci 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: htt slfracidescensus. ov h. The Sub -Recipient shall send any management letter issued by the auditor to the Division at the fotlowing address: .m florida.com Office of the Inspector General 2555 Shurnard Oak Boulevard Tallahassee, Florida 32399-2100 (12)n,PORTS a. Consistent with 2 C.F.R. §200.328, the Sub -Recipient shall provide the Division with quarterly reports and a close-out report. These reports shall include the current status and progress by the Sub -Recipient and ail subcontractors in completing the work described In the Scope of Work and the expenditure of funds under this Agreement, In addition to any other information requested by the Division, b.. Quarterly reports are due to the Division no later than thirty (30) days after the end of each quarter of the program year and shall be sent each quarter until submission of the close-out report, The eliding 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 10 completed or may take other action as stated In Paragraph (16) REMEDIES. "Acceptable to the Division" means that the work product was completed In accordance with the Budget and Scope of Work. e. The Sub -Recipient shall provide additional program updates or information that may be required by the Divielon. f. The Sub-Reclplent shall provide additional reports and information identified In Attachment 13. (13)MONITORING. a. Consistent with 2 C.F.R. §2cO.32S 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 pale are being achieved. A review shall be done for each function or activity in Attachment 8 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-Reclplent 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 1s not an employee or agent of the Division but is an Independent contractor. b. As required by section 788.28(18), 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. bathing 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 melee In any matter arising out of any contract. 11 c. As defined in section 200.310 Insurance Coverage; The non -Federal entity must, at a minimum, provide the aqulvalent insurance coverage for real property and equipment acquired or Improved with Federal funds as provided to property owned by the non -Federal entity. Federally -owned property need not be insured unless required by the terms and conditions of the Federal award, (1 )gELVI2 If any of the following events occur revents of Default"), all obligations on the part of the Division to make further payment of funds shall terminate and the Division has the caption to exercise any of Its rmedies set forth In Paragraph (13); 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 mad by the Sub -Recipient in this Agreement ar any previous agreement with the Division is or becomes false or misleading In any respect, or if the Sub - Recipient falls to keep or perform any of the obligations, terms or covenants In this Agreement or any previous agreement with the Division and has not cured them in timely fashion, or is unable or unwilling to meet its obligations under this Agreement; b, Material adverse changes occur in the financial condition of the Sub -Recipient at any time during the term of this Agreement, and the Sub -Recipient falls to cure this adverse change within thirty days from the date written notice is seat by the Divlsiane c. Any reports required by this .Agreement have not been submitted to the Division or have been submitted with in rye t, incomplete, or insufficient infrarmation; or, d. The Sub -Recipient has failed to perform and conpiote on time any of tts obligations under this Agreement~, (18)8EMEDIU. If an Event of Default occurs, then the Division shall, after thirty calendar days written notice to the Sub -Recipient and upon the Sub -Recipients failure to cure within those thirty days, exercise any ono or more ratthe following remedies, either concurrently ar consecutively: a, Terminate this AAgreement, 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 S(at , first class mall, postage prepaid, by registered or certified mall -return receipt requested, to the address in paragraph (3) herein; b. legtn 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 tho Sub-Raelptont 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 12 I. Request additional information from the Sub -Recipient to determine the reasons for or the extent of non-compliance or lack of performance, IL issue a written warning to advise that more serious measures may be taken If the situation is not corrected, Ili. Advise the Sub -Recipient to suspend, discontinue or refrain from incurring casts for any activities in question or iv. Require the Sub -Recipient to reimburse the Division for the amount of costs incurred for any items determined to be ineligible; f. The Division may Administratively close an Agreement, The Division may use the administrative close-out process when a SubRecipiont is not responsive to reasonable efforts to collect required reports needed to complete the standard closeout process. The Division will make three written attempts to collect required reports before Initiating administrative close-out. In arkiition, if art agreement is administratively closed, the Division may decide to impose remedies for noncompliance per 2 C.F.R. § 200.339, consider this information In reviewing future award applications, or apply special conditions to existing or future awards, if the Division needs to administratively close an agreement, this may negatively Impact a Sub -Recipient's ability to obtain future funding. g. Exercise any other rights or remedies which may be available under law, Pursuing any of the above rein dies 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 str of performance by the Sub -Recipient, it will not affect, extend or waive any other right or remedy of the Division, or act the later exercise of the same right or remedy by the Division for any other default by the Sub'Rnclpient. (17)T R(jii i t a. The Division may terminate this Agreement for cause after thirty days (30) written notice. Cause can Include misuse of funds, fraud, lack of compliance with applicable rules, laws and regulations, failure to perform on time, and refusal by the Sub -Recipient to perrnit public access to any document, paver, letter, or other material subject to disclosure under chapter t 9 t?, Florida Statutes, as amended. b. The Division may terminate this Agreement for cause after rejecting an appeal submitted due to noncompliance, nonactivlty, and/or a lack of expenditures for four (4) consecutive quarterly reporting periods. c. The Division may terminate this Agreement for convenience or when it determines, In Re sole discretion, that continuing the Agreement would not produce beneficial results to line with the further expenditure of funds, by providing the Sub.Reolpient with thirty calendar days prior written notice, d. The parties may agree to terminate this Agreement ent for their mutual convenience through a written amendment of this Agreement. The Amendment will state the effective date of the termination and the proceclurea for proper closeout of the Agreement, 13 e. in the event that this Agreement le terminated, theSub-Recipient will not incur new obligations for the terminated portion of the Agreement after the Sub -Recipient has received the notification ofterminatian. The Sub -Recipient wail cancel as many outstanding obligations as possible. Costs incurred after receipt of the termination notice will be disallowed. Tho Sub -Recipient shall not be relieved of liability to the Division because of any breach of Agreement by the Sub-Recipteni. The Division may, to the extent authorized by law, withhold payments to the Sub -Recipient for the purpose of set-off unit! the exact amount of damages due the Division from the Sub -Recipient is determined. (18)EBOCUREMENI a. The Sub -Recipient shalt erasure that any procurement Involving funds authorized by the Agreement complies with all applicable federal and state laws and regulations, to Include 2 C.F.R. §§200.318 through 200.327 as well as Appendix li to 2 C.F,F . Part 200 (entitled "Contract Provisions for Non -Federal Entity Contracts Under Federal Awards"). b, As required by 2 C,F,R. §200.31; 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." o. 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 terns, 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, Lilo progress of any and al subcontractors performing work under this Agreement. d. Except for procurements by micro -purchases pursuant to 2 C.F.R. §200E320(a)(1) or pmcurements by small purchase procedures pursuant to 2 CF.R, §200,320(e)(2), if the Sub -Recipient chooses to subcontract any of the work required under this Agreement, then the Sub•.Rsoipient shalt 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. §200.325, the Division will review the solicitation for compliance with the procurement standards - outlined lit 2 C.F.R. §200.318 through 200.327 as well as Appendix II to 2 C,F,R, Part 200. Consistent with 2 C.F,R. §200.318(k), the Division will not substitute its judgment for that of the Sub-Reolplent, V�1hlle the Sub -Recipient does not need the approval of the Division irr order to publish a competitive solicitation, this revlevir may allow the Division to identify deficiencies in the vendor requirements or in the commodity or service specifications. The Division's review and comments shall not constitute an approval of the solicitation. Regardless of the Division's review, the Sub-Redplent 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 14 seven (7) business day window outlined above. if the Sub-RIpisnt publishes a competitive solicitation after receiving comment 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 C.F.R. §200.320(a)(1) or procurements by smelt purchase procedures pursuant to 2 C,F.R. §200.320(a)(2), If the Sub -Recipient chooses to subcontract any of the work required under this Agreement, then the Sub -Recipient shall forward to the Division a copy of any contemplated contract prior to contract execution. The Division n shall review the unexeouted contract and provide comments, if any, to the Sub -Recipient within seven (7) business days. Consistent with 2 C.F.R. §20D.325, the Division will review the unexeouted contract for compliance with the procurement standards outlined in 2 C.F,R. §200.31$ through 200,327 as well as Appendix if 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. While the Sub -Recipient does not need the approval of the Division in order to axacate a subcontract, this review may allow the Division to identify deficiencies in the terms and conditions of the sub o h-act as well as deficiencies in the procurement process that led to the subcontract. The Division's review and oomments shell not constltute an approval of the subcontract. lerciless of the Division's review, the Sub -Recipient remains bound by ail applicable laws, regulations, and agreement terms. It 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 this t Fvlslon 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, (Il) the subcontractor Is bound by ail applicable state and federal laws and regulations, and (ill) the subcontractor shall hold the Division and Sub -Recipient harmless against sit clouts 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-Feoiplent shalt "maintain written standards of conduct covering conflicts of interest and governing the actions of its ernptoyees engaged in the selection, award and administration of contracts." h. As required by 2 G.F.R. §200.319(b) contractors that develop or draft specifications, :requirements, statements of work, or Invitations for bids or requests for proposals must be excluded from 15 competing for such procurements, The Sub -Recipient or pass-thru entity must disclose to the Division, In writing, any real or potential conflict of interest that may arise during the administration of the federal award, as defined by federal statutes ar regulations, or their own existing policies, within five (5) days of learning of the conflict of interest "Conflict of Interest" la considered as any situation where an employee, officer, or agent, any members of his or her immediate family, or his or her partner has a close personal relationship, business relationship, or professional relationship, with a recipient or Sub -Recipient. L. As required by 2 CIA, §200.31V(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 Place unreasonable requirements on firms in order for them to qualify to do business; ii. Require unnecessary expeeonos or excessive bonding; M. Use noncompetitive pricing practices between firms or between affiliated companies; iv. Execute noncompetitive contracts to consultants that are on retainer contracts; v. Authorize, condone, or ignore organizational conflicts of interest; vi. Specify only a brand name product without allowing vendors to offer an equivalent; vii. Specify a brand name product instead of describing the performance, specifications, or other relevant requirements that pertain to the commodity or service xoticlted by the procurement; viii, E e in any arbitrary action during the procurement process; or, ix. Allow a vendor to Nd 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. j. " kept in those oases where applicable Federal statutes expressly mandate or encourage" otherwise, the Sub -Recipient, as required by 2 C,F,R, §20O.319(a), shalt not use a geographic preference when procuring commodities ar services under this Agreement. k. The Sub -Recipient shall conduct any procurement involving invitations to bid (I.&, sealed bids) in accordance with 2 C.F.i . §2O0,32O(h)(1) as well as section 287.057(1)(a), Florida Statutes, The Sub -Recipient shall conduct any procurement involving requests for proposals (I,e, competitive proposals) in accordance with 2 C.F,R. §2O0.320(b)(2) as welt as section 287.057(1)(b), Florida Statutes. m. For each subcontract, the SubRoc:10ent shall provide information to the !vision as to whether that subcontractor is a minority business enterprise, as defined in Section 2 8.7cr , Ftork!ia 16 Statutes, except for the requirement the subcontractor be domiciled in Florida, on the required Procurement Method Report (Form 6), Additionally, the Sufi -Recipient shall comply with the requirements of 2 C.E.R. §200.321 ("Contracting with small and minority businesses, women business enterprises, and labor surplus area firms"). r+, FEMA has developed helpful resources for Sub -Recipients using federal grant funds for procurements. These resources are generally available at httpsJ/www.feme,govlgrantslprocurement, FEMA periodically updates this resource page so please check beck for the latest information, While not all the provisions discussed in the resources are applicable to this subgrant agreement, the Sub -Recipient may find these resources helpful when drafting Its solicitation and contract for compliance with the Federal procurement standards outlined to 2 C.F.R. 0200,318 through 200.327 as well as Appendix II to 2 C.FaR. Part 200. (19) A a. Ail attachments to this Agreement are incorporated as if set out fully, b. In the event of any inconsistencies or conflict between the language of this Agreement and the attachments, the language of the attachments shall control, but only to the extent of the conflict. or Inconsistency. c. This Agreement has the fallowing attachments. 1, Exhibit 1- Fundiing'Sources li. Exhibit 2 — Certification Regarding Telecommunications end Video Restrictions 111. Exhibit 3 — Certification Regarding Lobbying iv. Attachment A — Program Budget v, Attachment B Scope of Work vi. Attachment G — Deliverables and Performance vil. Attachment D — Program Statutes and Regulations vili. Attachment E —Justification of Advance Payment ix. Attachment F — Warranties and Representations x. Attachment G — Certification Regarding Debarment, Suspension, ineligibility and Voluntary Exclusion xi. Attachment H Statement of Assurances x[i. Attachment I— Mandatory Contract Provisions xlil, Attachment J Financial end Program Monitoring Guidelines xxv. Attachment K .- EHP Guidelines xv. Attachment L * Reimbursement Choekiist ,(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 17 Financial Officer ar 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 casts 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) af this Agreement. c. Any advance payment under this Agreement is subject to 2 C.F.R §2OO.345 and, as apptioable, section 216.181(16), Florida Statutes. Ali requests for advance payments will be reviewed and considered on a case -by. -case basis. All advances are required to be held In an interest -bearing account,. tf an advance payment Is requested, the budget date can 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 en explanation of the necessity for and proposed use of these funds, Nei advance shall be accepted for processing if a reimbursement has been pant prior to the submittal of a request for advanced payment. Atter the Initial advance, if any, payment shall be made en a reimbursement basis as needed. (211REPAYMEisi T 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 b the following address.. Division of Emergency Management Cashier 2555. Shurnard Oak Boulevard Tallahassee FL 32398-2100 b. in accordance with section 215,34(2), Florida Statutes, ifs check car 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 chock or draft, whichever is greater, 22 N ATED i N O 5 a. The validity of this Agreement is subject to the truth and accuracy of ell the information, representations, and materials submitted or provided by the Sufi -Recipient in this Agreement, in any later submission or response to a Division request, or in any submission or response to fu#flll the requirements of this Agreement. Ali of said Information, representations, and materials are incorporated by reference. The Inaccuracy of the submissions ar any material changes shalt, at the option of the Division and with thirty days written notice to the Sub -Recipient, cause the termination of this Agreement and the release of the Division from all its obligations to the Sub -recipient. 18 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 Loon County, If any provision of this Agreement is in conflict with any applicable statute Of 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 an 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 list following a conviction( for a public entity crime or on the discriminatory vendor fist may not submit a bid an a contract to provide any goods or services to a public entity, may not subrnit a bid on a contract with a public entity for the construction or repair of a public btaildieg or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of $26,000.00 for a period of 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: 1. Are not presently debarred, suspended, propo ed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a federal department or agency; II, Have not, within a five-year period preceding this proposal been convicted of or had a chit judgment rendered against them for fraud or a criminal offenso in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under public transecfion 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; ill. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (federal, state or local} with oommission 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. 19 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 subcontractorwhich 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 110, Florida Statutes, which the Sub -Recipient created or received under this Agreement. j. If the Sub-Reclplent is allowed to temporarily invest any advances of funds under this Agreement, any interest Income shall either be returned to the Division or be applied against the Division's obligation to pay the contract amount. k. The State of Florida will not intentionally award publicly funded embeds 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 (MINA")]. The Division shall consider the empioyrnent 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 of this 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. Unless ;preempted by federal law, the Division may, at its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287.135(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 engager) 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 boyoott of Israel. (23)LOI BYINfi PROHlBLTION a. 2 C.F.R. §200.450 prohibits reimbursement for costs associated with certain lobbying activities. b. Section 215.347, 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." 20 c. No funds or other resources received from the Division under this Agreement may be used directly or Indirectly to influence legislation or any other official action by the Florida Legislature or any state agency. d, The Sub -Recipient certifies, by its signature to this Agreement, that to the best of his or her knowledge and belief; I, No Federal appropriated funds have been paid or will be paid, by or en 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, ii. 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." lit. The Sub -Recipient shall require that this certification be included in the award documents for all subawards (Including subcontracts, subgrants, and contract 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 1s a prerequisite for making or entering Into this transaction imposed by Section 1352, Title 31, U.S, Code. Any person who fails to file the required certification shall be subject to a civil penalty of net less than $1 O,O00 and net more than $100,000 for each such failure. v, if this subgrant agreement amount Is $100,000 or more, the Sub -Recipient, and subcontractors, as applicable, shall sign Attachment M — Certification Regarding Lobbying, (24)COPYRIGI-jr PA ENT AND TRAP MAR} EXCEPT AS PROVIDED BELOW, ANY AND ALL PATENT RIGHTS ACCRUING UNDER OR IN CONNECTION W3TH 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 SY THE SUE -RECIPIENT TO THE STATE OF FLORIDA.. a. If the Sub -Recipient has a pre-existing patent or copyright, the Sub -Recipient shall retain all rights and entitlements to that pre-existing patent or copyright unless the Agreement provides otherwise. 21 b. If any discovery or invention Is developed 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 oopyrightabie material are produced, the Sub -Recipient shall notify the Division. Any copyrights aoeruing 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 aft 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 shalt retain all rights and entitlements to any pre-existing Intellectual property whiett is disclosed, Failure to disclose will indicate that no such property exists, The Division shall then, under Paragraph (24) b„ have the right to all patents and copyrights which accrue during performance of the Agreement. d. if the Sub -Recipient quartos 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- paid, nonexclusive license, for Its use and the use of its contractors of any resulting patented, copyrighted or trademarked work products, developed solely by the Sub-Rectptent, under this Agreement, for Florida government purposes. (26)LEGAL AUTHORIZATION The Sub -Recipient certifies that it has the legal authority to receive the funds under this Agreement and that .its governing body has authorized the execution and acceptance of this Agreement. The Sub- Reolplent also certifies that the undersigned person has the authority to legally execute and bind Sub- , Recipient to the terms of this Agreement. (26)E PORTUNITY ..._ P OY 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, es 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 suoh grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as follows: 22 1, The contactor will riot discriminate against any employee ar 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, ar 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 sr other forms of compensation; and selection for training, including apprentloeship. 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. 11, The contractor will, In all soiicitatlons or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive constrleratians for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. Ili, The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances In which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential Job functions discloses the compensation of such other employees or applicants to individuate 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 € omply with all provisions of Executive Order 11248 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 will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of Investigation to ascertain compliance with such rules; regulations, and orders. vii. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, 23 regulations, or orders, this contract may be candled,terminated, or suspended In whole or In part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts In accordance with procedures authorized in Executive Order 11246 of September 24, 1966, and such other sanctions may be imposed and remedies invoked as provided In Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of 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 toosl government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract, o. The Sub -Recipient agrees that it 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 furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency In the discharge of the agency's primary responsibility for securing compliance, dx 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, 1966, with a contractor debarred from, or who has not demonstrated eligibility for, Goverment 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 li, 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 24 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: 1. Contractor, The contractor shall comply with 18 t7.S.C. § 374, 40 U.S.C. § 3146, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. li. Subcontraots. 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 tlsr subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses, Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R, § 6,12, (28)CONTRACT jN U 5 N AF ST l? S 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 roust include a provision for compliance with 40 U.S,C, 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Pert 6). Under 40 U,S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker Is compensated at a rate of not less than one and a hail` tines the basic rate of pay for a.11 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 r.,ondltions 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)gLEAN., : RAtT.AND Tlei„,RERAL WATER .PQLLUTiQ.N.CONTROL ACT If the SubReclplent, with the funds authorized by this Agreement, enters into a contract that exceeds $150,000, then any such contract roust 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) end the Federal Water Pollution Control Act as amended (33 U.S.C, 1251-1367) and will report violations to FEMA and the Regional Office of the Environmental Protection Agency (EPA). (30)SuBfiENS1ON 4ND DEBARMENT 25 If the Sub -Recipient, with the funds authorized by this Agreement, enters into a contract, Than any such contract must include the following provisions: I. Thls 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 G.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C,F.R, § 180.935). li. 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. ill, Thls 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 torn this offer. The bidder or proposer further agrees to Include a provision requiring each compliance In its lower tier covered transactions. (31) YFjD ANTI -LOBBYING AM NQMfENT 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 IJ,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 wilt not and has not used Federal appropriated funds to pay any person or organization -for iMiuencing 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.G. § 1352. Each tier shall also disclose any lobbying with non - Federal funds that takes place In connection with obtaining any Federal award, Such disclosures are forwarded from tier to tier up to the recipient, If the Sub -Recipient enters into a contract with a subcontractor for an award of $100,000 ot'a, the subcontractor shall sign Exhibit 3 — Certification Regarding Lobbying, t32} COWTRACT 1NG 1Jy Tl lSMALLND MINOR f t 1811SE. i SSE$,..'ll yME Ely RPRISES, AND LABORlURPt,US AREA FIRMS a. If the Sub -Recipient, with the funds authorized by this Agreement, seeks to procure goods or services, then, In accordanoewith 2 C.F.R. §200.321, the Sub -Recipient shall take the following affirmative steps to assure that minority businesses, wornen`s business enterprises, and labor surplus area firms are used whenever Possible: 26 #. Placing qualified small and minority businesses and woman's business enterprises on solicitation lists; O. Assuring that smelt and minority businesses, and women'e business enterprises are solicited whenever they are potential sources; lll. 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 requirement permits, which encourage particlpation by small and minority businesses, and women's business enterprises; v. Using the services and assistance, as aoorgpriate, of such organizations as the Sinai' Buslrtess 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 and deournent the six affirmative steps identified above. c. The "socioecanomle contracting" requirement outlines the affirmattve 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 email purchase thresholds so as to utilize strearniined acquisition procedures (e.g, "project splitting") 0$1ASSURANCES The Sub -Recipient shall comply with any Statement of Assurances incorporated as Attachment H. 27 IN WITNESS WHEREOF, the parties hereto have executed this Agreement. SUB -RECIPIENT: CITY OF MIAMI ( ire Rescue) By: Name and Title: Arthur Non6ga, City Manager Date: 3 2 FID# 59-6 00375 If signing electronically: By providing this electronic signature, 1 am attesting that I understand that electronic signatures are legally binding and have the same meaning as handwritten signatures. I am also confirming that internal controls have been maintained, and that policies and procedures were properly followed to ensure the authenticity of the electronic signature. This statement is to certify that 1 confirm that this electronic signature is to be the legally binding equivalent of my handwritten signature and that the data on this form is accurate to the best of my knowledge. STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT Digitally signed by Linda McWhorter Linda McWhorter DN:dc=org,dc=fleoc,ou=DEM_Users,ou=Preparedness,cn=Linda McWhorter, email=Linda.McWhorter@em.myflerida.com By: Date: 2023.05.17 17:29:54-04'00' for: Name and Title: Kevin Guthrie, Director Date: See e-siinature above 28 EXHIBIT —1 Fedora! Programs and Resources Awarded THE FOLLOWING FEDERAL RESOURCES An AWARDED TO THE SUB-RECIP1ENT UNDER THIS AGREEMENT: Federal Program: HO ELAND SECLflJ RANT PROGRAM Federal Agency: U. Federal E e a a went Catalog of Federal Domestic AssIstanoe title and number 97,067, Award amount: 04,012,500,00 THE FOLLOWING COMPLIANCE REQUIREMENTS APPLY TO THE FEDERAL RESOURCES AWARDED UNDER THIS AGREEMENT: Federal Program: HOMELAND SECURITY GRANT PROGRAM List applicable compliance requirements as follows; 1. •Sub -Recipient is to use funding to perform eligible activities as kientified FY 2022 Department of Homeland Security Notioe of Funding Opportunity. 2, Sub -Recipient is subject to all administrative and financial requirements as set forth In this Agreement or MI not be in compliance with the terms of the Agreement. Sub -Recipient must comply with specific Jews, rules, or regulations that pertain to how the awarded resourr,es must be used or how eligibility determinations are to be made. NOTE: 2 C,F,R. Part 200, and section 216.97(5)(a), Florida Statutes, require that the information about Federal Programs and State Projects included in Exhibit 1 be provided to the Sub-Reciplent. 29 EXHIBIT 2 Codification Regarding Telecommunications and Video Restrictions Effective August 13, 2020, ONSIFEMA Sub -Recipients, as well as their contractors and subcontractors, may not use grant funds under the Nonprofit Security Grant Program covered by this Agreement and provided in FY 2022 or previous years to: 1. Procure or obtain, extend or renew a contract to procure or obtain, or enter into a contract to procure or obtain any equipment, system, or service that uses "covered telecommunications equipment or services'" as a substantial or essential component of any system, or as critical technology of any system; or 2. Enter Into, extend or renew contracts with entities that use or provide, as part of its performance of this agreement or any other contractual instrument, any equipment, system, or service that uses "covered telecommunications equipment or services° as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition regarding certain telecommunications and video survstllance services or equipment Is mandated by section 889 of the John S, MoCaln National Defense Authorization Act for Fiscal Year 2019 (FY 2019 NDAA), Pub. L., No, 115-232 (2018), and 2 C.P.R. § 200,216, 200.327, 200A471, AND Appendix fi to 2 C.F.R. Part 200, Sub.Reclplents may use DHS/FEMA grant funding to procure replacement equipment and services impacted by this prohibition, provided the costs are otherwise consistent with the requirements of the FY 2021 Preparedness Grants Manual, applicable appendix to the Manual, and applicable NOP°, DHS/FEMA.will publish additional guidance in a subsequent Information Bulletin or similar notice. Per section 889(f)(2)-(3) of the FY 2019 NIDAA, covered telecommunications equipment or services means: 1. Telecommunications equipment produced by Huawel Technologies Company or ZTE Corporation, (or any subsidiary or affiliate of such entities); 2. For the purpose of public safety, security of Government facilities, physical security surveliiance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); S, Telecommunications or video surveillance services provided by such entities or using such equipment; or 4. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the People's Republic of China. In the event the Sub -Recipient Identifies eavered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance or at any time or by any other source, the Sub -Recipient shall report the information to the SAA: 1, Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily availably Information about mitigation actions undertaken or recommended. 2. Within 10 business days of submitting the aforementioned information: Any further available information about mitigation actions undertaken or recommended. In addition, the Sub -Recipient 30 shall describe the efforts It undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. Sub -Recipient: CITY OF MIAMI (Fire Rescue) By: Arthur PJoriega, City Manager 1[4 Date: 4I [2-; Printed Name and Title If signing electronically: By providing this electronic signature, l am attesting that 1 understand that electronic signatures are legally binding and have the same meaning as handwritten signatures. l am also confirming that internal controls have been maintained, and that policies and procedures were properly followed to ensure the authenticity of the electronic signature. This statement is to certify that l confirm that this electronic signature is to be the legally binding equivalent of my handwritten signature and that i understand that it is my responsibility, on behalf of the organization, to ensure that we adhere to these restrictions. 31 EXHIBIT — 3 CERTIFICATION REGARDING LOBBYING Check the appropriate box: El This Certification Regarding Lobbying is required because the Contract, Grant, Loan, or Cooperative Agreement will exceed $100,000 pursuant to 2 C.F.R. Part 200, Appendix II(1); 31 U.S.C. § 1352; and 44 C.F.R. Part 18. l This Certification is not required because the Contract, Grant, Loan, or Cooperative Agreement will be equal to or less than $100,000, APPENDIX A, 44 C.F.R. PART 18 -» CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," In accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all Sub -Recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who faits to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Sub -Recipient or subcontractor, rITINLi. Newt -t , certifies or affirms the truthfulness and accuracy of each statement of its certification and disc L ure, if any. In addition, the Contractor tinders f nds and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims a d Statemen s, apply to this certification and disclosure, if any. ff Signature'of Sub-F eclpientisubcontractor's Authorized Official Arthur Nnriega, City Manager Name and Title of Sub-Recipientlsubcontrector`s Authorized Official ( Date 32 ATTACHMENT A Program Budget Below is a general budget which outlines eligible categories and their allocation under this award. The Sub-Reclpient 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 fist of approved equipment types allowed under FEIV1A'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.femagoviauthorfzecf-equipment-list. The twofer of fends betv,v,. rt the g1nellaled n the 'Program Budget nd SoopeVVork" is Fortnitted. However, tie transfer of fundo botwest Issues Is strictly prohibited. FY 2022 - State Homeland Security Grant Program — Urban Area Security Initiative Issue #45 CITY OF MIAMI (Fire Roscoe) Award Allocation — Issue 46 State Management & Administration withheld 6°/0 Expendabie Award Allocation after 6% reduction $14,750,000. 0 $737,500.00 $14,012,500.00 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 he 25% requirement. Management and Administration. (the dollar amount which corresponds to 6% of the total local agency allocation is shown in the column on he right). 33 $3,687,500.00 $700,525,00 BUDGET DETAIL WORKSHEET The Sub -Recipient is required to provide a completed budget detail worksheet, to the Division, which accounts for the total award as described in the "Proposed Program Budget". If any changes need to be made to the "Budget Detail Worksheet'', after the execution of this agreement, contact the Grant Manager listed in this agreement via email or letter. Allowable Planning Costs Quanir unit Gast Total Cost Issue # Developing hazard/threat-specific annexes Developing and implementing homeland security support programs and adopting ongoing DHSIFEMA national initiatives Developing related terrorism and other catastrophic event prevention activities Developing and enhancing plans and protocols Developing or conducting assessments I -firing of full- or part-time staff or contract/consultants to assist with planning, engagement, and volunteer management activities Intelligence and Information Sharing — Metadata Planner Line item 2022-02 1 $43,000,00 $43,000.00 45 Combatting Domestic Violent Extremism — Screening, Search, Detection (LPR Analyst); Line item 2022-03 1 $62,000.00 $62,000.00 45 Cross -Cutting — Planning (PTE to Include Planners and Consultants); Line item 2022-06 1 $1,192,477.00 $1,192,477.00 45 Protection — Cybersecurity (Cyber Assessments and Training); Line item 2022-05 1 $230,000.00 $230,000.00 45 Cross Cutting — Operational Coordination (EM Technical Support Specialist); Line item 2022-07 $100,000.00 $100,000.00 45 Materials required to conduct planning, engagement, and volunteer management activities Travel/per diem related to planning, engagement, and volunteer management activities Overtime and backfill costs (in accordance with operational Cost Guidance) Issuance of WHTI-compliant Tribal identification cards 34 Activities to achieve planning inclusive of people with disabilities and others with access and functional needs and limited English proficiency Coordination with Citizen Corps Councils for public information/education and development of volunteer programs Coordination and material support to Citizen Corps Councils and local firehouses for the establishment, training and maintenance of CERTs Update governance structures and processes and plans for emergency communications 1.111111111 Development, and review and revision of continuity of operations plans Development, and review and revision of the THIRANSPR continuity of operations plans Mill Developing or conducting equity assessments to address planning and preparedness disparities for historically underserved communities TOTAL PLANNING EXPENDITURES $1,627,477.00 45 Allowable Organizational Activities (HSGP and LETP) Quanti ty Unit Cost Total Cost Issue # Program management Development of whole community partnerships Structures and mechanisms for information sharing between the public and private sector implementing models, programs, and workforce enhancement initiatives Tools, resources, and activities that facilitate shared situational awareness between the public and private sectors Operational support Utilization of standardized resource management concepts Responding to an increase in the threat level under the National Terrorism Advisory System (NTAS), or needs in resulting from a National Special Security Event Reimbursement for select operational expenses associated with increased security measures at critical infrastructure sites incurred (up to 50 percent of the allocation) Soft Target/Crowded Places — Interdiction and Disruption (Operational OT); Line item 2022-01 1 $5,000.00 $5,000.00 45 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) 35 intelligence and Information Sharing — Fusion Analysts; Line item 2022-02 5 554,000.00 $270,000,00 45 Protection — Cybersecurity (Cyber Analysts and their2 equipment); Line item 2022-Q5 gi50,000.00 $300,0o0.00 45 Hiring or maintaining staff positions/contractors/consultants at SLIT levels to deliver community preparedness training, resources and material to schools, community -based organizations, faith -based institutions and local businesses. Hiring or maintaining staff positions/contractors/consultants to create, support and maintain CERT or Teen CERT Cost of migrating online services to the ".gov" domain TOTAL ORGANIZATIONAL EXPENDITURES $575,000.00 45 Allowable Exercise Costs Quanti Unit Cost tY Total Cost Issue # tJesign, Develop, Conduct and Evaluate an Exercise Full or Part -Time Staff or Contractors/Consultants — Full or part-time staff may be hired to support exercise - related activities, Payment of salaries and fringe benefits must be in accordance with the policies of the state or local unit(s) of government and have the approval of the state or the awarding agency, whichever is applicable. The services of contractors/consultants may also be procured to support the design, development, conduct and evaluation of CBRNE exercises. The applicant's formal written procurement policy or the Federal Acquisition Regulations (FAR) must be followed. Cross -Cutting — Planning (Exercises); Line item 2022-06 1 $i o7i,1a4.00 $1,077,984.00 45 Overtime and backfill costs — Overtime and backfiil costs, including expenses for part -tithe 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). Interoperable communications exercises 36 Activities to achieve planning inclusive of people with limited English proficiency TOTAL EXERCISE EXPENDITURES $1,077,184.00 45 Allowable Training Costs Quanti Unit Cost Total Cost Issue Overtime and backfill for emergency preparedness and response personnel attending DHSIFEMA-sponsored and approved training classes Overtime and backfill expenses for part-time and volunteer emergency response personnel participating in DHSIFEMA training Training Workshops and Conferences Activities to achieve training inclusive of people with disabilities and others with access and functional needs and limited English proficiency Full or Part -Time Staff or Contractors/Consultants Cross -Cutting - Planning (Training classes); Line item 2022-06 Si35,893.A0 $135 893.D0 45 Protection - Cybersecurity (Training Classes); Line item 2022-05 1 S360,000.00 S360,000.00 45 Travel Supplies — Supplies are items that are expended or consumed during the course of the planning and conduct of the training project(s) (e.g., copying paper, gloves, tape, and non -sterile masks.) Instructor certificationfre-certification Coordination with Citizen Corps Councils in conducting training exercises Interoperable communications training Activities to achieve training inclusive people with limited English proficiency Immigration enforcement training TOTAL TRAINING EXPENDITURES $495,0 45 Eligible Equipment Acquisition Costs The table below highlights the allowable equipment categories for this award. A comprehensive listing of these allowable equipment categories, and specific equipment eligible under each category, are listed on the web -based version of the Authorized Equipment List (AEL) at http://www.feina.govlauthorized- J Quanti ty Unit Cost Total Cost Issue # equipment-list. Personal protective equipment 37 EXpiosvg device;:mitigatiorx and remedlation eq iiprmenf mCombatting Domestic Violent Extremists - interdiction and Disruption (EOD Equipment such es Tool kit, Ffberscope kit and Containment Vessel); Line Isom 2022.03; AEL #02EX-00-TLRO, 42EX-00-KTFO, 02EX-0G TCW $11$,$75.00 $119,575.00 46 Response-CBRNE- On -Scene Security, Prater;Ovrl.and LLB (Explosive Magazine), Line Item 202243; AEL #02EX•00- EXMP 1 $34,726.00 $34,726.00 46 'cpRNE ope4atiOnal search and rescue: equipment Intelligence ancf Information Sharing - Surveillance Platforms; Line item 2022.02; .AEL #iO3OE 07-ROVL, 030E 0.7SUAD, 04MD-03-DISP '1 $341,000.00 $341,000.00 Combatting Domestic Vlo1ant Extremism - Interdiction and Disruption (Drones); Line item 2022 03; AEL #030E•07- SUAS 1 $160,000,00 $160,000.00 46 Co;rt+rlaatting Domestic Violent Extremism - Interdiction and Disrrrpiton (Night Vision Goggles for Marine Patrol); Line item 2022-03; AEL #430 07-TILA 4 $18,750.00 $67,000.00 .45 Combatting Domestic Violent Extremism - Screening Search Demotion (LPR projects); Line item 2022-03; AEL, 0E-0t ALPR, 2f GIN-00-INST, 210N-00-CNST 1 $994,830„00 $994,630.00 45 Respans4-CBRNE- Mass Search and Rescue Operations (TRT Equipment); Line item 2022-12; AEL 5 03SR.02- R1G, 035R-01-SHOR, 03SR 02-TPHY, O3SR-01-ABAG, O3SR-02- 2 0 TPEL, 100E-00-3ENR, 08D1-LITE, 19SS-0r-SHEN, 038R- 03-SCAM, 03SR-03-TPI iY, 03Sl- 03-KMON, 030E'.07-SUAS, 030E 07-UPGD, 12TF?-Q0-MAVR, 12VE-00-MISS i lorlriatian tedbnology,. , f $334,98 .00 $33d,985.00 45 intelligence and Information Sharing - RTCC Edge Recorders with Licenses; Line Item 2022-O2; AEL 1t4SN- 01$,ifIT 4 , 7`,S00.00 $30,000.00 Cross -Cutting - Operational C"s{rordination (ICS Software); Line item 2022.07; AEL #O4AP•05-CDSS, O4AP-03-G!SS, 04SW-04rNETW 04AF-112 AVLS 1 $180,000 00 $180,000.00 40 C berseciarity entaancenien equton a at Ite Protection - Cybersecurity (Cyber Equipment);; Liana m 1 202246' AEL #IOSNP-08»STEM S243,497.00 $243;497,00 45 interv(ierable communications egviprli of ;: - Response-CBRNE - Operational Communications; Line Item 2022-15; AEL #06CC-03-SATE, 08CP-03-Pi AC, 06CP 01-PORT, 06CP-01-MOt L 1 $472,277.00 $472,277.00 46 Detection'E uipment _ - 1 Combatting Domestic Violent Extremism - Screening, Search and Detection (Haxmat Monitors); Line item 2022- 03; AEL 1107CS..01-K4VC, 07CD-01-DPMG and 21 GN-00- MAIN 171,bS0.00 $71,850.00 4$ 38 Combatting Domesdc Violent Extremism - Threats and Hazard Identification (Chemical'Explosive Analyzer); Line Item 2022-03. AEL #07ED-01.LASII 210N-00-MAIN 1 $38,000.00 $30,000,00 45 Mitigation - Threats and Hazard identification (Methane Detector); Line item 2022-09; AEL1107ED-01-LASR, 210N- 00-MAIN 2 $15,000.00 $30,000.00 45 . . . . Oecontaminetionciuipment . ' ; . - :, :.,,,. - ' '''.-: ''' ' ' ' . :,, .-- ..• , = - - , ,.; - -', , ... , Response-CBRNE- Ort.Scene Secr1ty, Protection end LE (Hazmat Emergency Traffic Signals); Line Item 202243; AEL #0802-01-TDCS 2 $35,000.00 $70,000.0 a ivreitlieel",sUPplieS"-.`• ".-',. -`•---;.:. .1.,:.- , . ,..:. -',..'.' , . , Response-CBRNE - Public Health, Health care and EMS (MCI Bus Upgrades from BLS to ALS); Line item 2022-14; AEL, #09ME-03-DEMP, 09ME-01-BAGM 1 18 $426,000.00 $426,000.00 45 Response-CBRNE- Public ilealth, Healthcare and EMS (Defibrillators); Line Item 2022.14; AELIMME-03-DEAE SZ000.00 $36,000.00 45 Yoiyerecil4r0Ont4ge.hOrM01*: botteriea,•jabWei' cells) -CPRN•Refereride .itela erialS . , 5iNEjtiCtdelit.,keponie-YenjOes'',:, .:. : . . Combatting Domestic iheient Extremism - nv,rnnnintaI Res,00nse, Health and Safety (IlazTox Project; Line item 202243; AEL 10 211E-00-MISS, 09ME-03-DEMP, 09ME-01. BAOM, 01CB-02-ENSM, OIAR.03-PAPA and 0802-03-TOE $300,000.00 $300,000.00 45 Response CBRNE - Critical Transportation; Line Item 202240; AEL812VE-00-SPEC, 1211E-00-CMDV, 12TR-00- MOVR, 1211E-00-MISS, 19SS-00-StIEL 1 $2,798,734.00 $2,798,734.00 4t5 Response CBRNE - Logistics and Supply Chain Marragentent (L.oglstics/Oeployable Equipment Project); Line item 2022-11; AEL 81211600-SPEC, 121R-00-TEOP, 14SW-01-SIDP, 030E-03-SIGN $194,000.00 $194,000.00 , . •-i-Terrorism t hicjOant Prevention Egaip*ont , Intelligence and Information Sharing - RTCC Dashboard with Maintenance Plan; Line Item 2022.02; AEL itorrm. INTL., 210N-00-INST, 2.1 GN-00-MAIN 1 $W10,000.00 $500,000.00 45 . , PNOaIP,:ictilitY:EPhr.40-oeriA0g4t11041611 ' f , • - , ... - / ' '-• Soft Target/Crowded Places - Physical Protective Measures (CCTV); line item 2022-01; AEL 814SW-01-VIDA,1 O4HW-01-!NHW, 04MD-03-DISP, 210N-00-MAIN, 210N-00- INST, 216N-00.CNST $444,000,00 $444,000,00 45 . • .._ Recovery- infrastructure Systems (Backup Ethernet); Line Item 2022-16; AEL 814C1-00-COOP 25,000,00 $25,000.00 45 inspection and Screening Systems Animal Care and Forelgn Animal Disease CRRNE Prevention and Response *ate 38 A- Response CBRNE— Critical ]"ransportation; Line item 2022.10; AEL #17WC 00•BOAT CBRNE Prevention and Response Unmanned Afrcraft i3RNE Aviation Equipment CBRNE Logistical Support Equipment Response CBRNE - Logistics and Supply Chain Management (Forklifts); Litre Item 2022--12; AEL #19M11-00' BULK [nterventi¢n gtripmeht<(e, Cnticul emergency supplies Opel entry e crime 'scene: processing Qtt►er authorzed" equipment casts (include any.donstruction or renovation costs provided; by.FEMA prior to the use of any funds for construction or renovation)''" Intelligence and Information Sharing«« Fusion Operations; $90,004,00 45 n this:catogory, Written a pproval must be.;', Line Item 2022.02; AEL #,2I N 0.00E, 041dW 1-INNW 1 $240 000.00 $240,000.00 13ITT«INTL; 131T-00-ALA' Community Preparedness and Resiliency— Community Resilience (CERT Initiatives); Line Item 2022•04; AEL 1 $445,000,00 $446,000..00 #21(PI-00~CC ; 109N-0O BGPK, 06CP.01 PORT 45 Cross -Cutting— Operational Coordination (ECG rrhancernents); Line itern 2022.07 AEL #2113 0 OCEQ, 06CP 0SAYCON, 21 GN.0011NST, 04HW 014,ihtHW,' 04AP-05- CDSSI 21GN.00KMAIN, 14Cl-00.COOP, 07SE 03.ENVS, 080C-0 PRTY, 06CC.02-:DAB, 10PE•00 UPS, 08CP-01. MOM, O8CPM03-PRAC, 131T oo-AI.RT, 04AP- ).CADS, O4Mt-02-PROJ, 08CC 01-CELL, 21 GN-O0-CNST, 21 CAN-00• MAIN, 06CC-03-SA TB, 21 GN O•SJIIP, 04MD.03$ . ISP,. OGCP- 05.VCON, 14SW fl1-PACS Mitigation — Long -Term Vulnerability Reduction (Maintenance & Sustainment of UAS! Equipment); Line item 2022.08; AEL. 42161140040M Response.CBRNE Mass Search and Rescue Ops Discipline Training Training Prop); Line Item 2022- 2; AE'L #21GN- O0.CNST, 21 GN-OQ.INsT Hiring of full-time or part-time staff or contractorslconsultants: to assist with the management of the respective grant program; application requirements, and compliance with reporting and data collection requirements fly PerSOnnui, LII 2022-1 T 38 5 $818,881.00 $613,881.80 $178,489.00 $178,489.00 $.120,000.00 $120,000.00 510,500.00 $510,500 00 45 45 45 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 lime in the performance of FEMA — approved activities within the scope of this grant. Sackfill Costs also called "Overtime as Backfir 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 cons responsibilities. Neither overtime nor backfiil expenses are the result of an increase of Full — Time Equivalent (TEs)poee Travel expenses M&A Travel, Litle Item 202247 Meeting -related expenses Authorized office equipment: including personal computers, laptop computers, printers, LCD projectors, and other equipment or softvvare which may be required to support the implementation of the homeland security strategy. Office Supplies, Line item 202247 The following are allowable only within the agreement period: Recurring fees/charges associated with certain equipment, such as cell phones, faxes Leasing end/or renting of space for newly hired personnel to administer programs within the grant • rogram. Recurring Expenses, Line item 202247 Completing the Civil Rights• Evaluation Tool Conducting activities retated to evaluating project effectiveness for HSGP-funded projects TOTAL AWARD EXPENDITURE 38 (1„. $20,000.00 ATTACHMENT B SCOPE OF WORK Sub -Recipients must comply with all the requirements In 2 C,F.R. Part 200 (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards). Funding is provided to perform eligible activities as Identified in the Domestic Homeland Security —Federal Emergency Management Agency National Preparedness Directorate) Fiscal Year 2022 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 WAS') has allowable Management and Administration (M&A) costs associated with It. The DMsion of Emergency Management as the designated State Administrative Agency, will retain five (6) percent of the total UASI amount allocated to Florida for M&A puiposes. These funds will provide the SAA with the means to manage and administer the UASI grant. The proper man ement and administration of these funds ensures that each project listed will be fulfilled, or partially fulfilled, more efficiently while remaining in compliance with the DHS Federal Fiscal Year 2021 Homeland Security Grant Program Guidance. II. Categories and Eligible Activities FY 2022 allowable costs are divided into the following categories for this agreement: Planning, Organizational, Exercise, Training, Equipment and Management arid Administration, Each category's allowable costs• have been listed in the "Budget Detail Worksheer 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 THERA, 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 CPI /0/ v 2.0. * Developing hazardithreat-specifio annexes that incorporate the range of prevention, protection, response, and recovery activities; s Developing and implementing homeland security support programs and adopting DHSIFEMA national initiatives; * Developing related terrorism and other oatastrophio 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); a Materials required to conduct planning activities; * Travel/per diem related to planning activities; O Overtime and backfill costs (In accordance with operational Cost Guidance); • issuance of WHTI-compilant Tribal identification card; • 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; • Coordination with Citizen Corps Councils and local firehouses for the establishment, training and maintenance of CERTs • Update• governance structures and processes and plans for emergency communications; * Development, and review and revision of continuity of operations plans; • Development, and review and revision of the THIRNSPR continuity of operations plans; 39 • Developing or conducting equity assessments to address planning and preparedness disparities for historicsily underserved communities • Activities to achieve planning inclusive of people with limited English proficiency. 8. Allowable Organization Related Costs (HSGP and UASI Only) Sub -Recipients proposed expenditures of I-ISGP or UASI funds to supportorganization activities include: • Program Management; • Development of whole community partnerships; • Structurea and mechanisms for Information sharing between the public and private sector; • Implementing models, programs, and workforce enhancement initiatives; • Tools, resources, and activities that facilitate shared situational awareness between the public and private sectors; • Operational Support; • Utilization of standardized resource management concepts; • Responding to an increase In the threat level under the National Terrorism Advisory System (NTAS) ar needs resulting from a National Special Security invent; • Reimbursement for select operation& expenses associated with Increased security measures et critical Infrastructure sites incurred (up to 60 percent of the allocation) • Migrating online services to the ".gov' Internet domain; and • Overtime for information, investigative, and intelligence sharing activities (up to 50 percent of the allocation) • Paying salaries and benefits for personnel to serve as qualified Intelligence Analysts. Per the Personnel Reimbursement for Inteiilgerice Cooperation and Enhancement (PRICE) of Homeland Security Act, Pub. L. No. 110-412, a 2, codified in relevant part, as amended, at 6 U.S.O. § 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 b0 hired as an intelligence analyst, staff andfor contractor personnel must meet at least one of the foilowing 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, ar state andfor local law enforcement Intelligence unit. • Hiring or maintaining staff positions/contractors/consultants at SLTT levels to deliver community preparedness training, resources and material to schools, community -based organizations, faith -based Institutions and local businesses. • Hiring or maintaining staff positions/contractors/consultants to create, support and maintain CERT ar Teen CERT intelligence AnalystActivltles Allowable Costs (HSGP and UASI) All fusion center analytical personnel must demonstrate qualifications that meet or exceed competencies Identified in the Common Competencies for state, local, and tribal intelligence Analysts, which outlines the minimum categories of training needed for intelligence analysts. A certificate of completion of such training must be on file with the SAA. States and Urban Areas must justify proposed expenditures of HSGP or UASI funds to support organization activities within their lJ submission. Ali SAAM are allowed to utilize up to 50 percent (50%) of their HSGP funding and all Urban Areas are allowed up to 60 percent (50%) of their UASI funding for personnel costs. At the request of a Sub -Recipient of a grant, the FENIA Administrator may grant a waiver of the 50 percent (50%) limitation noted above, Request tor waivers to the personnel cap must be submitted by the SAA to GPD in writing on official letterhead, with the following Information: 40 • Documentation explaining why the cap should be waived; • Conditions under which the request is being submitted., and • A budget and method of calculation of personnel costs both in percentage 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, Organizational activities under HSGP and UASI Include: Operational Overtime Coets,, in support of efforts to enhance capabilitlee for detecting, cletarring, disrupting, and preventing acts of terrorism and other c.atastrophic events, operational overtime costs are allowable for increased protective security measures at (slice' infrastructure sites or other high -risk locations and to enhance public safety during mass gatherings and high -profile events. in that regard, I-tSGP Sub -Recipients are urged to consider using grant funding to support soft target preparedness activities. FISGP or UASI funds may be used to support select operational expenses associated with Increased security measures in the authorized categories cited below: • Beckett' and overtime expenses for staging State or Major Urban Area fusion centers; • Hiring of contracted security for critical Infrastructure sites; • Participation in Regional Resiliency Assessment Program (RRAP) activities; • Pubilr> safety overtime; • Title 32 or State Active Duty National Guard deployments to protect critical infrastructure sites, inoiuding 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); • Incalesed border security activities In coordination with CRP; • National Terrorism Advisory System; • Designated National Security Events; • Special Event Assessment Rating (SEAR) Levet t through 4 Events • States of Emergency; • National Critical Infrastructure Prioritization Program (NCIPP); • Directed Transit Patrols; end • Operational Support to a Federal Agency, Operational Overtime Requ • Except for an elevated NTAS alert, HSGP or UASI funds may only be spent for operational overtime costs upon prior written approval by FEINIk The SAA must submit open ttonel overtime requests in vrrdtincg to Its assigned PE .MA 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 requ to must clearly explain how the request m is the criteria of one or more of the categories tt ted above. Requests must radtess 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 -went 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 advanoe of tree event or activity. • Under no circumstances may OHS!PEM.A grant funding be used to pay for costs already supported by funding from another federal source, • States with UASI jurisdictions can use funds retained at the state level to reimburse eligible operational overtime expenses incurred by the ate (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 DHSJ ImMA upon request 41 demonstrating how any IASI funds retained by a state would directly support the high -risk urban area. * FEMA will consult and coordinate with appropriate DieS components as necessary to verify information used to support operational overtime requests. Personnel Costs (HSGP and t ASt Personnel hiring, overtime, and backfill expenses are permitted under this grant to perform allowable HSGP planning, training, exercise, and equipment aotivfties. Personnel may include but are not limited to training and exercise coordinators, program managers for activities directly associated with HSGP and UA:34 funded activities, inteiligence enelysts, and Statewide tnteroperablltty coordinetsars (W Cs). Sub-Rectpler is should refer to Information Bulletin No. 421b, Clarifieatlon on the Personnel Reimbursement for Intelligence Cooperation and Enhancement of (Homeland Security Act of 200E (Public Law 1 tt 412 the PRICE Act), October 30, 2019. HSGP funds may not be used to support the hiring of any personnel to fulfil traditional public health and safety duties nor to supplant traditional public health and safety positions end respansibifltlea. The following definitions apply to personnel costs: • flirinee State and tool entitles may use grant funding to COW!' the salary of newly hired pane:eine! who are exclusively undertaking afiowebie f~?l"iSfFEMA grant activities as specified in this guidance, This may not include new personnel who are hired to fulfill any non- t1HS/FEMA program aetiviti is under any cir amstanoe . Hiring will always result irr a net increase of Full Time Equivalent (FTE) employees. • Overtime. These expenses are limited to the additional oasis that result from personnel working over and above 40 hours of weekly work time as the direct result of their performance of EtHS?FEMA-approved activities specified in this guidance. Overtime associated with any other activity is not eligible, • Will Relatrrd Overtime. Also called "Overtime as Baokfill," these expenses are limt to overtime costs that result from personnel who are working overtime (as Identified above to perform the duti of other personnel who are temporarily assigned to tDH5lFEMAmapproved ectivlties outside their Cora responeibilitles. Neither overtime nor backtiil 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 reoalpt of federal funds. Allowable Organization Retprtod Casts (OP$G) Personnel Comma OPSG funds may be used for domestic travel and per diem, Including costs associated with he deplayment'redepioyment of personnel to border areas and for travel associated with lac enforr ement wellies assisting other local jurisdictions in law enforcement activities (travel coats must be in accordance with applicable travel regulations). Up to 50 percent of an OPSG award may be used to pay for all personnel costs (only to the exteet that such expenses are for the allowable activities within the scope of the grant). At the request of a recipient or Sub -Recipient, the FEMA Administrator (or designee) may waive the 50 percent personnel cap. Waiver decisions are at the discretion of the FDA Administrator and will be considered on a =ease -by -me bests, Further, ehanges in eeo e of objective also require EMA`s prior written approval pursuant to 2 O.F.R. § 200. O8(c)(1)(i). A formal OPSG personnel waiver request should: Se on official Letterhead, Include a written justification, and be signed by the boat jurisdiction. 42 • Include a budget end 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/CRP Office of the Border Patrol (OBP). As with all OPSG personnel coats, OPSG grant funds will be used to supplement existing funds and will not replace (supplant) funds that have been appropriated for the same purpose, Applicants or recipients may be required to supply documentation certifying that a reduction in non-federal resources occurred 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 swam pubiie safety officers is unallowable, • OPSGwfuncted temporary or term appointments may not exceed the approved period of performance. • For OPSG purposes, temporary appointments are non -status appointments for less than one year. • For OPSG purposes, term appointments are non -status appointments for one year, extendable for one year as necessary. • 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 spociflc locations or criminal activity; and, • To fill OPSG positions In activities undergoing transition or personnel shortages and local backllli policies (medical/military deployments). • OPSG term and temporary appointments must have all necessary certifications and training to enforce state end local taws. OPSG funds will not be used to train or certify term or temporary appointments except as otherwise stated in the ()PSG section of the Preparedness Grants Manual and the HSGP NOFO. • In addition to these terms Sub -Recipients must follow their own applicable policies and procedures regarding temporary or term appointments. 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 limited support for other law enforcement direct support personnel (s.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. • The OPSG overtime hourly rate of pay will be no more than the approved overtime rate per local law and policy and roust be in accordance with applicable State and Federal regulations. 43 • Ail overtime expenses under OPSG must be reasonable for the services rendered and conform to the non-federat entity's eatabiished written policy, which must apply to both federally funded and non -federally funded activities and comply with the other applicable requirements under 2 C.F.R. §§ 200,430-200.431, * The non-federal entity may not utilize OPSG funding to pay for an employovertime hours or pay that exceeds 16 hours worked in any 24-hour period. Unallowable Coats (OPSG) OPSG unallowable costs include costs assoolated with evidence collection, arrest processing, prosecution, and Trafiolt01Jl checkpoints, such as evidence documentation cameras, fingerprinting applies, alcohol breathalyzers, portable work lights, traffic barricades, and similar law enforcement expenses. Additional Unallowable hosts also includes coats 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 Roll -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 errhanoed coordination between local and federal law enforcement agencies. Finally, construction and/or renovation cats, and exercise expenses are prohibited under OPSG. D, Management and Administration (A &A) Management and administration (M&A) activities are those directly relating to the management and administration of HSGP funds, such as financial management and monitoring, Subs eclpients awarded M&A costs under this agreement can retain a maximum of up to 8% of their total agreement Ord amount for M&A costs, Allowable M&A activities include; • Hiring offuil-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 compliance reporting and data collection requirements. • Development of operating plans for Information collection and pressing necessary to respond to DHS/FEMA data calls » Overtime and backlit/ cosh • Travel • Meeting related expanses • Authorized office equipment Recurring expenses such as those sc dated with cell phones and faxes during the period of performance of the grant program Leasing or renting of space for newly hired personnel during the period of performance of the grant program • Completing the Civil Rights Evaluation Tool • Conducting activities related to evaluating project effectiveness for I44SGP.-funded projects 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.Reciplent. Sub -Recipients and friendly forces may retain funding for M&A purposes; however, the total amount retained cannot exceed 5 percent of the Sub -Recipient's subaward. Friendly forces are local law enforoement entities that are subordinate Sub-Reciplents under OPSG. in other words, friendly forces are entities that receive a subaward from a Sub-Reciptent under this OPSG program, Friendly forces must comply with all requirements of Sub -Recipients under 2 C.F.R. Part 200, 44 E. Allowable Equipment Raab tad Costs (SHOP 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 hitps.ifwww.fema,goviauthorized qulpment-list. Some equipment items require prior approval from OHS/PPMA 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 DHSIFEMA-adootati standards to be eligible for purchase using these funds. in addition, recipients will be responsible for obtaining end maintaining all necessary certifications and licenses for they requested equipment. Grant funds may be used for the procurement of s teal countermeasures. Procurement t of medical countermeasures roust be conducted in collaboration with States+ ty/focal 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 rieualty incidents during the first crucial hours of a response. Prior to procuring pharmaceuticals, g€ tees must have in place an inventory -management plan to avoid t e 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 NSGP. 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 ftbnds wilt be utilized in the event of emerganoles, Including, but not limited to, terrorise related hazards. The Sub -Recipient shall place the equipment throughout the State of Florida in such e 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 (POEM) must approve any purchases of equipment not Itemized In a pr0ject's approved budget in advance of the purchase. The Sub -Recipient will, In accordance with the statewide mutual aid agreement or otter emetvency response purpose as specified in the aPlorida Domestic Security Strategy," ensure that all equipment purchased with these funds Is used to respond to any and all incidents within its regional response area as applicable for so long as this A regiment remains in effect. Prior to requesting a response, the FDEM will take pn dent 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 ant (OPSG) OPSG equipment le intended to be incidental to the enhanced border security operations being performed. The grant Is not intended to be used to outfit or supply general equipment to SLIT law enforcement agencies. Equipment must be relatable to and justified by the operational benefit it will provide. Equipment Markin. Because equipment purchased with OP$G funding is intenders to be used to Support OPSG activities, it may be appropriately marked to ensure its ready Identification and primary use for that purpose. When practicable, any equipment purchased with OPSG funding should be prominently marked as follows: "Ptxrrhssod with DNS funds for Operation Sfanegardert Use" * Fuel Cost andfor Mileage Reimbursement. There is no cap for reimbursement of fuel and mileage costs In support of operational activates. 45 Vehicle and Equipment .Acquisition, including Leasing and Reataie; Allowable purchases under OPSG €nca€ude patrol vehiciee and other mission -specific equipment whose primary purpose Is to increase operational capabilities on or near a border nexus In support of approved border security operations. A detailed )ustiftratlon must be submitted to the respective FEMA HQ Program Analyst prior to purchase. • Medical Emergency Countermeasureei Allowable purchases under OPSG include nerootle antagonist plaarnlaceetI ais, detection and identlileatlon equipment, safe storage and transportation, personnelprotective equipment, and initial equipment training, as will be reflected in the AEL and explained In IS 43,8. insurance Coverage Requirement As defined in the Code of Federal Regulations section 200.310 the Sub -Recipient must, at a minknum, provide the equivalent ineurenoe coverage for real property and equipment acquired or Improved with Federal funds as provided to property owned by the non -Federal entity. Federally owned properly need not be insured unless required by the terms and conditions of the Federal award. Unallowable Equipment Costs (HSOP, UASI and OPSG) • Par FEMA policy, the purchase of weapona 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 1S 426 and may not be used for the purehaee of the following equipment: firearms; ammunition; grenade launchers; bayonet; or weapuni ed aircrafft, veils, or vehicles of any kind with weapons Installed. • Unauthorized sxercisteeelated costs include: o Reimbursement for the maintenanoe or wear and tear coats of general use vehicles (e.g., construction vehicles), medical suppilee, and emergency response apparatus (e.g., fire trucks, ambulances). o Equipment that is purchased for permertent installation and/or use, beyond the scope of the oonelusion of the exercise (e.g., electronic messaging sign), G, Requirements lor $mail t3nme ned Aircraft System (Sl"1SP, i,1A81, and °PSG) All requests to purol se Snail Unmanned Aircraft Systems (SUAS) with FEMA grant funding must empty with IB 426 and I8 430 and leelude 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 SUM equipment, M. Acquisition and U.se of Technology to Mitigate UAS (Counter-UAS) Prior to the testing, acquisition, installation, or use of IJAS detection and/or mitigation systems, Sub -Recipients should seek the advice of coons& experierac*ct with both federal and stags criminal, surveillance, and ommiirilcations laws. Sub-Reciptents should conduct their own legal and technical analysis of each UAS detection andier mitigation system and should not rely solely on vendors' representetlone of the systems' legality or functionality, For further Information please see the IDHS press release on this topic: Mips:/twww,dhs.gov/new / O2Q/03/1 /interageeey. Issues-advlsort'-rise-technologyeletect-and-mitt ete-un ennedwaircraft, 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/er In conjunction with emergency preparedness training by other Federal agencies (e.g., HHS and DOT), Training conducted using H80P funds should address a performance gap identified through an AAR/IP or other assessments (e,g,, National Emergency Communications Plan NSCP Goal Assessrnents) 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 46 in the AARIIP and addressed In the state or Urban Area training weir). Sub-Reciplents are encouraged to use existing training rather than developing new courses. When developing new courses, Sub-Reoipients are encouraged to apply the Analysis, Design, Development, implementation and Evaluation (ADDlE) mod& of instructional design. • Overtime and backfill for emergency preparedness and response personnel attending DHS/FEIVIA-sponsored and approved training classes • Overtime end backfill expenses for partelme and volunteer emergency response personnel participating in DHSIFEMA training • Training workshops and conferences • Activities to achieve training inclusive cif people with disabilities and others with •access and functional needs • Full- or part-time staff or contractors/consultants • Travel • Suppliee associated with allowable approved training that are expended or consumed during the course of the planning and conduction of the exercise project(s) • instructor certification/re-certification • Coordination with Citizen Corps Councils in conducting training exercises • Preparedness training for community preparedness initiatives and programs • interoperable communications training • Activities to achieve training inclusive of people with limited English proficiency • immigration enforcement training AdditIonar Training information Per IDHS/FEMA Grant Programs Directorate Policy 113 432, Review and Approval Requirements for Training Courses Funded Through Preparedness Grants, issued on July 19, 2018, states, territories, Tribal entities and high -risk 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 high -risk urban .area Training Point of Contact (TPOC) and falls within the FEMA mission scope and the Jurisdiction's Emergency Operations Plan (EOP). The only exception to this policy is for Countering Violent Extremism courses, DHS/FEMA will conduct periodic reviews of ail stet°, territory, and Urban Area training funded by DHSiFEMA, These reviews may include requests for ail course materials and physic& 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 deign methodology and tools that can facilitate the process, TPOCs are encouraged to review the NTED Responder Training Development Center (RTDC) website, DNS/PEA/1A 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 tnstltute (EMI), and the National Training and Education Division's (NTED) Training Partner Programs (TPP). TPP includes the Center for Homeland Defense and Security, National Domestic Preparedness Consortium (NDPC), Rural Domestic Preparedness Consortium (RDPC), and training partners through the Continuing Training Grants program, Approved State and Fedfpral 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.firetreepondertraining.gov, 47 Training Mot Provided by DHSiFEMA. Theca tralnings Include courses that are either state sponsored or Federal sponsored (non-DHS/FEMA), coordinated and approved by the SAA or their deeii noted TPOC, and fall within the DHS/FEMA mission er. pe to prepare state, local, Tribal, and territorial pereonnal to prevent, protect against, mitigate, respond to, and recover from acts of terrorism or oatastrophic events, • State Sponsored Coursers. These courses are developed for and/or delivered by institutions or organizations other than Fret 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 ecfs of terrorism or catastrnphie events, In addition, States, territories, Tribea, and Urban Areas are encouraged to Incorporate the private sector in gevernment•sporrsored training and exercises, Additional information on both DHS/FEMA provided training and other federal and state training can be found at www.f7rstrosponderlraining.gov, Training information Reporting System (We . arrne"). Web -Forme is an electronic form/data management system hunt to assist the SAA and Its designated State, territory and Tribal Training Point of Contact. (TPOC). Reportlng training activities through Web -Forms is not required under FY 2022 HSGP, however, the system remains available and can be accessed through the FEMA TeoI[cit Located at https:itwww.firstresporndertraining.govlfrt/webforrne In order to support grantees in their own tracking of training deliveries, FDEM Mate Training Office Condition*: For the purposes of this Agreement, any training course Wed 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. • In der 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 theSub-Recipient in order to attend the course. • in order the receive payment for successfully conducting err authorized course, the Sub- Recipient must provide the Division with the course materials and a roster sign -in sheet; additionally, theSub-Recipient must provide the Division with all receipts that document he costs incurred by the Sub .Recipient in order to conduct the course" • For courr ee that are non-DHS approved training, Sub-Reolplent must regruost epprovat 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. The number of participants must be a minimum of 16 in order to justify the coat 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 leas than 1 v participeats, 48 • The Sub -Recipient must Include with the reimbursement package a separate copy of the page(s) from the State (and County or Regional) Integrated Preparedness Plan (IPP) reflecting the training. J. Allowable Exercise Related Costs Exercises conducted with grant funding should be managed and conducted consistent with HSEEP. HSEEP guidance for exercise design, development, conduct, evaluation, and improvement planning is located at. hops://www.ferna.govfemergency-managers/national-preparednesslexerciseelhseep. • Design, Develop, Conduct, and Evaluate an Exercise • Full or part-time staff or contraotars/oonsuitants • overtime and backfill costs, Including expenses for part-time and response personnel participating to DHS/FEMA exercise • Implementation of HSEEP • Activities to achieve exercises Inclusive of people with disabilities functional needs • Travel • Supplies associated with allowable approved exercises • Interoperable communications exercises Additional Exercise information volunteer emergency and others with access and Sub -Recipients that decide to use HSQP funds to conduct an exorcises) 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 repreaentattves/pianners 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 end comprehensive exercise program, Exercises are designed to be progressive — increasing In scope and complexity and drawing upon results and outcomes from prior exercises end 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 an 1PP. • 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 1PP. States must Include all confirmed or planned special events in the 1PP. The state or Urban Area may plan to use HSGP or UASI funding to finance training and exercise activities In preparation for those events. States and Urban Areas should also consider exercises at major venues (e.g., arenas, convention centers) that foous on evacuations, communications, and command and control. • Regional Exercises. States should also anticipate participating in at (east one Regional Exercise annually. States must include ail confirmed or planned spacial events in the IPP. 49 • Rafe of Nornf overnmentel Entitles In Exercises, Non -governmental participation in all levels of exercises is strongly encouraged. Leaders from non -governmental entitles 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, falth.based, community, participation in exercises should be coordinated with the local Citizen Corps Gcauncii(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 wfth HSEEP standards and contained in the State of Florida (and County or Regional) tPP qualifies as an authorized exercise. The Sub -)recipient can successfully complete an authorized exercise alter 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-Recfpient must provide the Division with all receipts that document the costs Incurred by the Sub-Reclplent 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 are ExPLAN, AAMP, IPCIMPC)FPC Meeting Minutes and Sign -In Sheet for exercise atendees; additionally, the $ubAeoipient must provide the Division with all receipts that document the costs incurred by the Sub-Rc etplent in order to conduct the exercise. The Serb -Recipient must inoitIde with the reirnbursemant package a separate copy of the page(s) from the Exercise Plan which Identifies tha participant agencies and a printed page(s) from the State (and County or Regional) il''f' reflecting the exercise. • if you require food/Water for this event, request must come to the Division within 2 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: K. Maintenance and Sustainment (SHSP, UASI, and OPSG) The use of Di/FMA preparedness grant funds for maintenance contacts, warranties, repair or replacement costs, upgrades, and user fees are allowable, as described in FEMA Policy FP 05.402- 12511 under all active and future gran 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 speoitic 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, pact against, mitigate the eft of, respond to, and recover front 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 Ff MA's 1S 379, Guidance to State Administrative Agencies to Expedite the Expencillura of Certain 01 S/FFMA Grant Funding, initially for FY 20072O11, 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 50 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 comer than DelS/FIRMA preparedness grant program dollars. Law Enforcement Terrorism Prevention (LETP) Activities Allowable Coate LETP Activities ellgibte 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 analysts, threat recognition, terrorist interdiction, and training/ hiring of Intelligence analysts; • Coordination between fusion centers and other tnteitlgence, operational, analytic, or 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, real-time crime analysts centers and DHS intelligence, operational, analytic, and investigative entities; Regional counterterrorism training programs for small, medium, and large jurisdictions to exchange information and discuss the current threat environment, lessons learned, and beat practices to help prevent, protect against, and mitigate acts of terrorism; • Support for coordination of regional full-scale training exercises (federal, state, and local law enforcement participation) focused on terrorism -related events; • Law enforcement Chemical, Biological, Radiological, Nuclear, and high yield Explosives detection and response capabilities, such as bomb detection/disposal capebfflty deployment, sustainment, or enhancement, including canine teams, robotics pletfor, and x-ray technology; • Implementation and maintenance of the Nationwide SAR initiative, including training for front line personnel on identifying and reporting suspicious activities, tips/leads, and online/social rnediaabesed threats, es well as the execution and management of threat assessment programs to identify, evaluate, and analyze Indicators and behaviors indicative of terrorism, targeted violence, threats to life, and other crtminat activity; • Management and operation of activities that support the execution of the Intelligence process and fusion centers, including but not limited to: Fusion Liaison Officer (FLO) programs, security programs to ,protect the facility, personnel, and information, and the protection of privacy, civil rights, and civil liberties. • Implementation of the "If You See Something, Say Something" campaign to raise public awareness of indicators of terrorism and terrorism -related crime and associated efforts to increase the sharing of information with public and private sector partners, including nonprofit organizations, ▪ Note: DHS requires that all public and private sector partners wanting to implement and/or expand the DHS "If You See Something, Say SomethingC" campaign using grant funds work directly with the DRS Office of Partnership and Engagement (OPE) to ensure ail public awareness materials (e.g., videos, posters, trl-folds, etc.) are consistent with the I. HS's messaging and strategy for the campaign and compliant with the Inttlative's trademark, which is licensed to OHS by the New York Metropolitan Transportation Authority. Coordination with OPE, through the Campaign's Office (seesay hq.dhe,gov), must be facilitated by FEMA. • Inorease physical security, through taw enforcement personnel and other protective measures, by Implementing preventive end protective measures at critical Infrastructure site or at -risk nonprofit organizations; • Development of countering violent extremism programs, projects, and initiatives, addressing prevention, intervention, and diversion efforts, Including training on roles of law enforcement and how to effectively partner with law enforcement; developing and promoting training specifically for law enforcement executives and frontline officers on potential behaviors and 51 indicators of violent extremism and how to appropriately analyze and report therm; supporting community and Caw enforcement engagement strategies such ae table: tap exercises, roundtable events, town hail meetings, and peer to peer activities; funding for existing and/or expansion of law enforcement community relations worts, support for the development of community engagement plans, and joint projects to increase the awareness of violent extremist threats and community mitigation solutions; • Building and sustaining preventive radiological and nuclear detection capabilities, Including three developed through the Securing the Cities initiative; and • Integration and interoperability of systems and data, such as computer aided dispatch (CAD) and record management systems (RMS), to facilitate the collection, evaluation, and assessment of suspicious activity reports, tipsfleads, and on€lne/soc€al media -based threats. M. Law Enforcement Readily) (SHSP, UAW, and OPSG) SHSP, IJASI, cis ©PSG grant funds may be requested end may be approved on a case.by-case basis for immigration enforcement training in support of to 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/iC€! . SHSP, UASI, ar °PSG Sub Recipients with agreements under section 2a7(9} of the immigration and Nationality Act (8 U.3,C, § 1887(g)} to receive delegated authority for Immigration enforcement within their jurisdictions may also be reimbursed for suction 287(g) related operational activities Mill approval #ram FEMA on a case -'by -case basis. For ()PSG, Sub -Recipients must be authorized by USBP Headquarters and Sectors, and operational activities must be coordinated through a USSP Sector, °PSG grant funds may be used to increase operational, material, and teohnologii readiness of SLIT law enforcement agencies, The Delegation of Immigration Authority, Section 287(g) of the Immigration and Nationality Act (it4A) program allows a state or local law enforcement entity to enter Into a partnership with ICE, under a joint Memorandum of Agreement (MCA), to receive delegated authority for immigration enfornent within their jurisdictions. Regional Border Projects (OPSG) Sub -Recipients are encouraged to prioritize the acquisition and development of regional projects en the borders to maximize interoporabiiity and coordination capabilities among federal agencies and with state, kical, and tribal law enforcement partners. Such regional projects Include. • Communications equipment: �► Radio systems and repeaters • integration with regional Intelligence and information sharing effort (Le. fusion centers) o intelligence analysts • Situational Awareness equipment: o License Plate Reader Networks o Visual detection and surveillance systems o Seneor Systems o Radar Systems (for air and/or marine Incursicns) o Aircraft systems (manned or unmanned) O. Critical Emergency Supplies (SHSP and Wks!) Critical emergency supplies, such as shelf stable products, water, and medical equipment and supplies are an allowable expense under SHSP and UASI, Prior to the allocation of grant funds for stockpiling purposes, each state must have OHS/FEMA's approval of a five-year viable inventory management plan, which should include a distribution strategy and related sustainmenf costs if planned grant expenditure is over $100,000.00. If grant expenditures exceed the minimum threshold, the five-year inventory management plan will be developed by the recipient and manitcred by FIRMA. FEMA will provide program oversight and technical assistance as it relates to the purchase of critical emergency supplies under UASI. FEMA will establish guidelines and requirements for the purchase of these 52 supplies under UASI and monitor development and status of the state's inventory management plan. Construction and Renovation (SHSP and UASI) Project construction using SHSP and UASI funds may not exceed the greater of $1,000,000 or 15% of the grant award. For the purposes of the limitations on fundinglevels, communications towers are not considered construction. Written approval must be provided by DHSIFEMA prior to the use of any HSGP funds for construction or renovation. When applyingfor construction funds, recipients must submit evidence of approved zoning ordinances, architectural plans, and any other locally required planning permits. Additionally, recipients are required to submit a SF-424C form with budget detail citing the project coats, and an SF-424D Form for standard assurances for the construction project. Recipients using funds for construdtion protects must comply with the Davis -Bacon Act (codified as amended at 40 U,S.C, §§ 3141 et seq.). Recipients must ensure that their contractors or subcontractors for construction projects pay workers no less than the prevailing wages for laborers and mechanics employed on projects of a eh.arecter Pike the contract work in the civil subdivision of the State In which the work is to be performed. Additional information regarding compliance with the Davis Bacon Act, Including Department of Labor (DOL) wage deterntinations, is available online at tilps://www.dolooviwndleovcentractsidbrehtm. Recipients using funds for construction projects must also comply with the requirements set forth in the government -wide award terra on Reporting Subawards and Executive Compensation looated at 2 C.F.R. Part 170, Appendix A, the full text of which Is incorporatedhere by reference in the award terms and conditions. (1) all Iron and steel used in the project are produced In the United States --this means ail manufacturing. processes, from the initial melting stage through the application of coatings, occurred in the United States, (2) all manufactured products used in the project are produced in the United States —this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined,. produced, or manufactured In the United States Is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product. has been established under applicable law or regulation; and (3) all construction materials are rnanufaotured in the United. States --this means that all manufacturing processes for the construction rr ated&I occurred in the United State, The Buy America preference only appliee to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project, As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project, Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished Infrastructure project but are not an integral part of the structure or permanently'affixed to the infrastructure project. Q. Communications Towers When applying for funds to construct communication towers, Sub -Recipients must submit evidence that the Federal Communication Commission's Section 106 of the National Historic Preservation Act, Pub. L. No. 89-6666, as amended, review process has been completed. 53 R. Disposition When original ar replacement equipment acquired under a Federal award is no longer needed for the original project or program or for other activities currently ar previously supported by a Federal awarding agency except as otherwise provided to 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 disposition instructions from Federal awarding agency as required by the terms and conditions of the Federal award. The Sub -Recipient shall notify the FDEM Office of Domestic Preparedness at 2555 Shumard Oak Blvd., Tallahassee, Florida 32399 one (1) year In advance or the expiration of the equipments 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. S. Ensuring the Protection of Civil Rights As the Nation works towards achieving the National Preparedness Goal, it is Important to continue to protect the civil rights of individuals. Sub -Recipients must carry out their programs and activities, Including those related to the building, sustainment, and delivery of core capabilities, in a manner that respects and ensures the protection of civil rlghta for protected populations, Federal civil rights statutes, such as Section 348 of the Stafford Act, Section 504 of the Rehabilitation Act of 1973, and Tine VI of the Civil Rights Act of 1964, Age Discrimination Act, along with DHS and FEMA regulations, prohibit discrimination on the basis of race, color, national origin, sex, religion, age, disability, limited English proficiency, or ecanomio status in connection with programs and activities receiving federal financial assistance from FEMA, Monitoring and oversight requirements in connection with Sub -Recipient compliance with federal civil rights laws are also authorized pursuant to 44 C.F.R Part 7. In accordance with civil rights laws and regulations, Sub -Recipients must ensure the consistent and systematic far, just, and impartial treatment of all individuals, including individuals who belong to underserved corrimunities that have been denied such treatment. Recipients (as defined hi 2CFR Part 200 and including recipients acting as pass -through entitles) of Federal financial assistance from the U.S. Department of Homeland Security (DHS) ar one of Its awarding component agencies must complete this tool within thirty (30) days of receipt of the NJotice of Award for the first award under which this term applies. Recipients of multiple DHS financial assistance should only submit one completed tool for their agency, not per award. Sub -Recipients are not required to complete and submit this tool to DHS. However, Sub -Recipients have the same obligations as pass -through entities and Recipients to comply with applicable civil rights requirements and should follow their pass -through entities Instructions for submitting civil rights Information to those entitles. To demonstrate successful completion of task 1 B for quarters 1, the Sub -Recipient must submit the following items in the Division's Saiesforce system: • Complete and submit the Civil Rights Evaluation tool hitps:/Mrww,dhs,gov/publicatfonldhs- clvilwrights-evaluation-tool to include supporting materials within thirty (30) days of receipt of the Notice of Award (November 1, 2022) for the first award under which this term applies. • Subsequent submissions: After the initial submission, Sub -Recipients are required to complete the tool once every two (2) years if they have an active award, not every time and award is made, After initial submission, Sub -Recipients are only required to submit updates, if they are no updates since the initial submission, the Sub -Recipient must indicate no Change" for each itom as applicable to satisfy the blyearly requirement, Recipients should not re -submit Information previously submitted. The due date for submitting updates Is calculated from two (2) years from the date the Sub -Recipients last submitted the tool to the SAA 54 (FDEM). FDEM will send an email reminder to the contact person identified in Section 2 of the tool prior to the due date for the biyearly update. T. National. Incident Management System (NIMS) Implementation (HSGP, OPSG, UASI only) NIMS provides stakeholders across the whole community with the shared vocabulary, systems, and processes to successfully deliver the capabilities described in the National Preparedness System. and Sub -Recipients of federal preparedness (non -disaster) grant awards, jurisdictions and organizations must achieve, or be actively working to achieve, all of the NIMS implementation Objectives. The objectives can be found on the NIMS webpage at https;//wway.iema.govfemergency- managers/nimslimplementation-training. 11, FlrstNst FirstNet provides public safety entities with mission -critical broadband data capabilities and services including, but not limited to messaging, image sharing, video streaming, group text, voice, data storage, application, location -based services, and Quality of Service, Priority, and Preemption, Public safety entities seeking to enhance their operational capabilities using broadband technology may seek grant funding from appropriate programs to support the following: • Planning for Integration of information technology (IT) Infrastructure, software, and site upgrades necessary to connect to FirstNet • Handheld broadband devices including smartphonos, feature phones, tablets, wearabies, push -to -talk (PTT) devices • Vehicle -mounted or otherwise field operated data devices, such as ru.ggedized laptops • Network accsss devices, including portable WI-FI devices, Universal Serial Bus (USB) modems/dongtea, trunk -mounted modems, routers • Customer -Owned and Managed (CORM) broadband deployable equipment, enabling public safety to own and dispatch coverage expansion or capacity enhancement equipment within their jurisdiction • Broadband device accessories that enable efficient and safe public safety operations such as headsets, belt clips, earpieces, remote Bluetocth sensors, ruggedized cases • Subscriber Identification Modules (SW/Universal integrated Circuit Cards (UICCs) to allow public safety users to update existing devices to operate on public safety prioritized eervloes • One-time purchase and subscription -based applications for public safety use which could Include, among several other options, enterprise mobility management (EMM), mobile device management (MDM), mobile Virtual Private Network (VPN), Identity services, or cloud service toots Sub -Recipients must be coordinated with the Statewide Interoperabltity Coordinator (SWIG) and FirstNet on the planning, deployment timelines, and operational availability of the network deployment within a specific state or territory and to ensure that project does not conflict with network planning efforts end complies with all technical requirements. FirstNet requires participating . sondes to demonstrate a subecripdon to public safety -prioritized broadband services to purchase FirstNet broadband devices or applications. Sub -Recipients must coordinate with FtrstNet in advance of any strategic acquisition of broadband LTE equipment to ensure that purchases adhere to all applicable standards for public safety entities, V. SAFI:COM All Sub -Recipients using preparedness grant funding to support emergency communicatlons systems and equipment must meet applicable SAFECOM Guidance. Sub-Reolpienta must be coordinated with the WC and the State interoperablltty Governing Body (8108) to ensure interoperabllity and long-term compatibility. W. Cybersacurity 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 preventtng, preparing 55 for, protecting against, or responding to acts of terrorists. Sub -Recipients of FY 2022 FISGP grant awards will be required to complete the 2022 Nationwide Cybersecurity Review (NCSR), enabling agencies to benchmark and measure progress of improving their cyberseouriiy posture. The NCSR Is an annual requirement and Sub -Recipients must complete the first available NCSR offered after this subaward has been issued. X. Procurement The purpose of the procurement process is to ensure a fair and reasonable price is paid for the services provided. All procurement 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, • Sub -Recipient's 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 State of Florida procurement policy and procedure Is as follows: Amount dercutnerrtation Required Up to $2,499 shall be carried out using good purchasing practices which may Include certification of written or telephone quotes $2,500'but less than 5,000 Submit summary of 2 (minimum) written quotes, signed by the vendor representative. > $35,000 For vendors not on STC; submit documentation of Invitation to Bid Process (ITB), Request for Proposal (RFP) or Intent to Negotiate (ITN) AlI Sole Source Alternative Contract Source FDEM pre approval is required . Commodities or Services available to the State via outside contract vehicle. A copy of the executed contract must be submitted along with additional quotes if GSA 74 or_GSA 84. Formal Competitive Solicitations: $35,000 and above and not available on STC Include invitation to Bid (ITB), Request for Proposal (RFP), or invitation to Negotiate (ITN). Each requires a Scope of Work that meets all statutory requirements and formal posting or publication process, Examples of when to use each method: ca Inyitation to Sid: When a Sub -Recipient can establish precise specifications for a commodity or defining, with specificity, a scope of work for the commodities or contractual services sought if not using an ITS, Sub -Recipient must Justify in writing why an ITB is not practicable. a Request for Proposal: Through this process, vendors can compete on a cost psis for like items or services. The request for proposals method of procurement is used when it is not practicable for the agency to specifically define the scope of work for which the commodities or contractual services Is needed. Simply put, the Rub.Redpient can describe what it wants to accomplish but the methods or means to accomplish the desired outcome cannot be easily defined. There may be several methods available to accomplish a task, and the agency Is considering all the available options. v Invitation to Negotiate: if the Sub -Recipient has determined that an ITB or an RFP will not resuait in the best value, the Sub-ReGlpient may procure commodities and contractual services using the ITN process. The procurement file must be documented to support why 5C an ITB and a RFP will not result in best value (287.O57(1)(Q), Florida Statutes), Contracts that exceed $1M require a Florida Certified Contract Negotiator. Contracts more than $1 OM in any fiscal year, requires a Project Management Professional an the team, The Division shall pre -approve all scopes of work for projects funded under this agreement. Also, 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•Reciplent shall provide copies of solicitation documents including responses and justification of vendor selection, Contracts may Include: State Term Contract A State Term Contract is a contract that is competitively procured by the Division of State Purchasing for selected products and services for use by agencies and eligible users. Florida agencies and eligible users may use a request for quote to obtain written pricing or services Information from a state terra contact vendor for commodities or contractual services available on a state term contract from that vendor. Use of state term contracts Is mandatory for Florida agencies in accordance with section 287.058, Fkrida 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.O45, 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 tocel education agencies or institutions of higher education) may participate in the GSA Cooperative Purchasing Program. ). Refer to the appropriate GSA Schedule for additional requirements. Y. Piggybacking The practice of procurement by one agency using the agreement of another agency is called piggybacktng. The ability to piggyback onto an existing contract is not unlimited. The 'Sub- Reclpient's written procurement policy must be submitted to the SAA and must allow for piggybacking. The existing contract must contain language or other legal authority authorizing third parties to make purchases from the contract with the vendor's consent. The terms and conditions of the new contract, including the Scope of Work, must be substantially the same as those of the existing contract and approved by the Division, The piggyback contract may notexceed the existing contract in scope or volume of goods or services. A Sub -Recipient may not use the preexisting contract merely as a "basis to begin negotiations" for a broader or materially different contract. Section 218.971, Florida Statutes Statutory changes enacted by the Legislature impose additional requirements on grant and Sub - Recipient agreements funded with Federal or State financial assistance. In pertinent part, Section 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 ail 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. 57 • 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 direotiy 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 'ti deliverable, • A provision specifying the financial consequences that apply it the Recipient or Sub -Recipient fails to perform the minimum level of service required by the agreement, The a provision can be excluded from the agreement only if financial consequences are prohibited by the federal ency 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 care 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 ass€stance 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. e 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 addltianal information required pursuant to s. 215,97. Unique Entity € entifier and System for Award Management (SAM Sub -Recipients for this award must: • e registered In SAM; • Provide a valid 11 l t' /SAM number; and • Continue to maintain an active SAM registration with current inforatbor t all tunes during which it has an active federal award, Z.1 Reporting Requirements t Quarterly Programmatic Reporting. 'rho 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-Reciplent'e reporting is current. • if a report goes three (3) consecutive quarters from date of execution without the Subxl~tec€plent reflecting any activity and/er expenditures it will result in the issuance of a noncompliance letter, and a written yustifiaation roust then be provided. o based an the SAA's determination, the Sub -recipient will have 30 days to submit a letter of appeal to the SAA/HSAA o Sub.Recipienta will only be allowed one opportunity to appeal, o if the appeal is dolled, or if there ]s no response to the notification of noncompliance, the Sub -recipient's funds will be terminated. • if a report goes four (4) consecutive quarters from data of execution without the Sub - Recipient reflecting any activity and/or expenditures, It wilt resutt in termination of the agreement. mniatic Recortin_Sedufe Reporting Period Report due to POEM no later than January 1 through March 31 April 30 April 1 through June 3ii July 31 July 1 through September 3a .. October 31 October 1 through December 31 January 31 2. Programmatic Reporting. Biannual Strategic Implementation Report (BM): After the end of each reporting period, for the life of the contract unless directed othetwtse, the SAA, will complete the Biannual Strategic implementation Report In the Grants Reporting Tool (GRT) https://www,reporting.odp.dhs.gov, The reporting periods are January 1-June 30 and July 1.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 et 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 shalt result In denial of reimbursement, The Sub -Recipient should Include the eategory`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 iater than sixty (80) calendar days after the agreement Is either completed or the agreement has expired. 5. Administrative Closeout An administrative closeout may be conducted when a recipient Is not responsive to the Division's reasonable efforts to collect required reports, forms, or other documentation needed to complete the standard award and/or closeout process. FDEM will make three written attempts to collect required information before Initiating an administrative closeout, If an award is administratively closed, FDEM may decide to impose remedies for noncompliance per 2 C.F.R. § 200.338, consider this information In reviewing future award applications, or apply special conditions to existing or future awards. .2,2. Period of Performance (POP) Extensions Extensions to the period of performance identified in the agreement are allowable under limited circumstances and will only be considered through formai, written requests to the SAA. All extension requests must contain specific and compelling Justifications as to why an extension is required, and must address the following: 1. The grant program, fiscal year, and agreement number; 2. Reason for the delay —Including details of the legal, policy, or operational challenges that prevent the final expenditure of awarded funds by the deadline; 3. Current status of project activity; 4, Requested POP termination date and new project completion date; 5. Amount of funds reimbursed to date; B. Remaining available funds; 59 7. Budget outlining how the remaining funds will be expended; 8, plan for completion, Including milestones and timeframes for achieving each milestone rnd the position or person r ponsible for implementing the plan for completion; and 9, Certification that the aotiv ty(tes) will be completed within the extended POP without any modification to the original statement of work, as described In the investment justification and as approved by FFMA, Extension requests are typically granted for no more than a six-month period, and will be granted only due to compelling legal, policy, or operational challenges. Extension requests will only be considered for the following reasons; + Contractual mmmitments by the recipient or Sub -Recipient with vendors prevent completion of the project within the existing POP; • The project must undergo a complex onvironmontai review that cannot be completed within the exiMMng POP; • Projects are longterm by design, and therefore acceleration would compromise core programmatic goals; or • Where other special or extenuating circumstances exist. L 3 Programmatic Point of Contact Contractual Point of Contact Pro rarrsmatic Point of Contact Jackson 25$5 Shumard.Oak Blvd, Tallahassee, FL 32399-2100 (8O) 816-434 i Jamika.Jacksart@e ,m ,iloride corn ICiy K, Caban FDFM 2556 t humard ©air Blvd, Tallahassee, FL 32399-2100 (850) 81 4348 Kizz Ca1,an iem m krrida,com • Z.4, Contraetr l Responsibilities • The POEM shall determine eligibility of projects and approve changes in Scope of Work. • The FDEM shall administer the financial processes, Failure to Comply • Failure to comply with any of the provisions outlined above shall result in disallowance of reimbursement for expenditures. [Remainder of page intentionally left btani 60 ATTACHMENT C DELIVERABLES AND PERFORMANCE State Homeland Security Program (HSGP): HSGP supports the implementation of risk driven, capabltities«baser! State Homeland Security Strategies to address capability targets set in Urban Area, State, and regional Threat and Hazard identification and Risk Assessments (THIRAM). 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 Preparedness Guide CPG 101 v,2, For additional information, please see https://www.fema.gov/emergency-managers/national-preparedness/plan 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 (TH1RA), 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 Ernergency 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, tha Division shall reimburse the Sub -Recipient for the actual eligible costs for Personnel, intelligence Analyst$, 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 Flatrda 1PP, 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:livaww.tema.gov/emergency-managers/national-prepparednessfexerclses/hseep. For the purposes of this Agreement, any exercise which is compliant with HSEEP standards and contained In the State of Florida IPP 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 (OHS) 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:iftraining,fema,gov/. 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 shalt 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 (AEt,). 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 twist (AEL) on the Lessons Learned information System at http://www.fema.gov/authorized.equIpment-list, In addition, agencies will be responsible for abtat ining and maintaining all necessary certifications and licenses for the requested equipment. 61 Management Deliverable: Subject to the funding limitations of this Agreement, the IDNislon shall reimburse the Sub -Recipient for the actual cost for Management and Administration (M&A) activities. Coats 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. [Remainder of page Intentionally left blank] 62 ATTACHMENT D Program Statutes and Regulations 1) Age Discrimination Act of 1975 42 U.S.C. § 6101 et $eq. 2) Americans with Disabilities Act of 1990 42 U.S,C, § 12101-12213 3) Chapter 473, floride Statutes, 4) Chapter 215, Florida Statutes 6) Chapter 252, Florida Statutes 6) Title VI of the Civil Rights Act of 1964 42 U.S.C. § 2000 0 seq, 7) Title VIII of the Clvil Rights Acts of 1968 42 U.S.C. § 3601 et seq. 8) Copyright notice 17 UG, §§ 401 or 402 9) Assurances, Administrative Requirements, Cost Principles, Representations and Certifications 2 C.F.R. Part 200 10) Debarment and Suspension Executive Orders 12549 and 12689 11) Drug Free Woftlace Act of 1988 41 U.S.C. § 701 et seg. 12) Duplication of Benefits 2 C.P.R. Pert 200, Subpart E 13) Energy Policy and Conservation Act 42 U.S,C, § 6201 et seq. 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 18) Hotel and Motel Fire Safety Act of 1990 15 U.S.C. § 2225a 17) Lobbying Prohibitions 31 U.S.C. § 1352 18) Patents and Intellectual Property Rights 36 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 Mt of 2000 22 U.S.C. § 7104 23) Rehabilitation Act of 1973 Seotion 504, 29 U.S.C, § 794 24) USA Patriot Act of 2001 18 U.S,C. § 175.172c 25) Whistieblower 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) 63 Federal Register 8034 27) Rule Chapters 27P-6, 27P-11, and 27P-19, Florida Administrative Code 63 ATTACHMENT E JUSTIFICATION OF ADVANCE PAYMENT SUB -RECIPIENT: if you are requesting an advance, indicate same by checking the box below. j ADVANCE REQUESTED (Maximum request amount may not exceed fifty percent,) Advance payment of $ is requested. Balance of payments will be made on a reimbursement basis. This advatwo will be used on equipnxent specific projects within the budget of the agreement. We would net be able to operate the program Without this advance. if you are requesting an advance, complete the following chart and line item justification below. ESTIMATPD EXPENSES Days to complete Funding amount requested ',ME -ITEM 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 but is not limited to the following: quotes for purchases, delivery timelines, salary and expense projections, etc. to provide the Division reasonable and necessary support that the advance will be expended within the first ninety (90) days of the contract term unless an EHP is required. Any advance funds not expended within the first ninety (90) days of the contract term shall be returned to the Division Cashier, 2556 Shumard Oak Boulevard, Tallahassee, Florida 32399, within thirty (30) days of receipt, along with any interest earned on the advance) *REQUESTS FOR ADVANCE PAYMENTS WILL BE CONSIDERED ON A CASE SY CASE BASIS* *' EMP war BE COMPLETED AND APPROVED BY FEMA PRIOR TO ADVANCE''* Signature of Sub -Recipient Name and Title of Sub.Recipient 64 Date: ATTACHMENT F WARRANTIES AND REPRESENTATIONS Financial Management The Sub -Recipient's financial management system must comply with 2 C.F.R. §200.302. Procrrernen_s Any procurement undertaken with funds authorized by this Agreement must comply with the requirements of 2 C,F,R. §20a, Part D---Pot Federal Award Requirements —Procurement Standards (2 C.F.R. §§200,313 through 200,327). liminess Hour$ 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: Licensing and Permitting All subcontractors or employees hired by the Sub -Recipient shall have all current licenses and permits required for the particular work for which they are hired by the Sub -Recipient, 65 ATTACHMENT G CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Subcontractor Covered Transactions The prospective subcontractor, , of the Sub-Reciplent certifies, by submission of this document, that neither it, its principals, nor its affiliates are presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation In this transaction by any Federal department or agency. SUB -CONTRACTOR: By: ignature Sub -Recipient's Name Name and Title FDEM Contract Number Street Address DNS Grant Award Number City, State, Zip Date. 66 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 terns and conditions of your award, All 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 (supplent) 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 whloh 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 fedlitles, 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 actMtles rnuat comply with SAFECOM Guidance for Emergency Communications Grants, Including provisions on technical standards that ensure and enhance lnteroperable 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 67 supported by DHS/FEMA, you must request instructions from FDEM to make proper disposition of the equipment pursuant to 2 C,F.R, Section 200,313. 7. DHS/FEMA funded 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 ail federal, state, and local requirements. Acceptance of federal funding requires recipient to comply with ail federal, state, and local laws. Failure to obtain elf appropriate federal, state, and local environmental permits and clearances may jeopardize federal funding. If ground disturbing activities occur during construction, applicant will monitor ground disturbance, and if any potential archeological resources are discovered, applicant will immediately cease work in that area and notify the pass -through entity, If applicable, and DHS/FEMA. 8. Sub -Recipients are required to comply with the Build .America, Buy America Act (BASAA), which was enacted as part of the Infrastructure investment and Jobs Act Sections 70941 70927, Pub. L. No. 117-58 (2021); and Executive Order 14005, Ensuring the Future is Mado In All of America by All of America's Workers. 9. Sub -Recipient will comply with the applicable provisions of the following laws and policies prohibiting discrimination: a. Title VI of the CM! Rights Act of 1964, as amended, which prohibits discrimination based an race, color, or national origin (Including limited English proficiency), b. Section 504 of the Rehabilitation Act of 1973, as amended, which prohibits discrimination based on disability. c. Title IX of the Education Amendments Act of 1972, es amended, which prohibits discrimination based on sex In education programs or activities. d. Age Discrimination Act of 1975, which prohibits discrimination based on age. e. U.S, Department of Homeland Security regulation 6 C.E,R. Part 19, which prohibits discrimination based on religion in social service programs. [Remainder of page Intentionally left blank] 68 ATTACHMENT I MANDATORY CONTRACT PROVISIONS Provisions: Any contract or subcontract funded by this Agreement must contain the applicable provisions outlined in Appendix II to 2 C.F.R. Part 200, It Is the responsibility of the sub -recipient to include the required provisions. The following is a list of sample provisions from Appendix II to 2 C.F.R. Part 200 that , to be required:1 Appendix II to Part 200—Contract Prov sior►s for Non -Federal Entity Contracts Under Federal Awards In addition to other provisions required by the Federal agency or non -Federal entity, all contracts made by the non -Federal entity under the Federal award must contain provisions covering the following, as epplicabie. (A) Contracts for more than the simplified acquisition threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B) All contracts In excess of $10,000 must address termination for cause and for convenience by the non -Federal entity Including the manner by which it will be affected and the balls for settlement, (C) Equal Employment Opportunity. Except as otherwise provided under4l CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319,12936, 3 CFR Part, 1964-1965 Comp„ p, 339), as amended by Executive Order 11375, °Amending Executive Order 11246 Relating to Equal Employment Opportunity," and Implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," (D) Davis -Bacon Act, as amended (40 U.S.C, 3141-3148), When required by Federal program legislation, all prune construction contracts In excess of $2,000 awarded by non -Federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C, 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, 'Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction), In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified In a wage determination made by the Secretary of Labor, In addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decisiort to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also Include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U,S,C, 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"), The Act provides that each contractor or Sub -recipient must be prohibited from inducing, by any means, any person employed in the aonstructlon, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non - Federal entity muse report all suspected or reported violations to the Federal awarding agency. (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708), Where applicable, ail contracts awarded by the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as 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 1 For example, the Davis -Bacon Ant is not applicable to other FEMA grant and cooperative agreement programs, Including the Public Assistance Program or Hazard Mitigation Grant Program; however, sub - recipient may include the provision in its subcontracts. 69 standard work week of 40 hours, Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not 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 or transmission of Intelligence. (F) Rights to inventions Made Under a Contract or Agreement, if the Federal award meets the definition of "Banding agreement" under 37 CFR § 401.2 (a) and the recipient or Sub .recipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or Sub -recipient must comply with the requirements of 37 CFR Part 401, "Rights to inventions Made by Nonprofit Organizations and Small Business Firms Under Govemment Grants, Contracts and Cooperative Agreements," and any implementing regulationsissued by the awarding agency. (G) Clean Air Act (42 U.S.C. §§ 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended —Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non -Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Mt (42 U.S.C. §§ 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1261-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA), (H) Debarment and Suspension (Executive Orders 12548 and 12689)—A contract award (see 2 CFR § 180.220) must not be made to parties listed on the governmentwide Excluded Parties List System in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that Implement Executive Orders 12549 (3 CFR Part 1986 Comp., p, 189) and 12689 (3 CFR Part 1989 Comp., p. 235), "Debarment and Suspension." The Excluded Parties List System in SAM contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12649. (1) Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352)---Contraotors that apply or bid for an award of $100,000 or more must file the required certification.. Each tier certifies to the tier above that If will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to Influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352. Each tier must also disclose any iobbyfng with non -Federal funds that takes place In connection with obtaining any Federal award, Such disclosures are forwarded from tier to tier up to the non -Federal award, (J) See § 200,323 Procurement of recovered materials, (K) See §200,218 Prohibition on certain telecommunication and video surveillance services or equipment. (L) See §200322 Domestic preferences for procurements (Appendix 1! to Part 200, Revised gff:11/12/2020). Please note that the sub -recipient alone is responsible for ensuring that all language included in its contracts meets the requirements of 2 CFI?. § 200,327 and 2 C.F.R. Part 200, Appendix 11. 70 ATTACHMENT J FINANCIAL AND PROGRAM MONITORING GUIDELINES Florida has enhanced state and local capability and capacity to prevent, prepare and respond to terrorist threats since 1999 through various funding sources including federal grant funds. The Florida Division of Emergency Management (FDEM) has a responsibility to tack and monitor the status of grant activity and Items purchased to ensure compliance with applicable Homeland Security Grant Program (H$GP) 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 ort•site visits, There are two primary areas reviewed during monitoring activities - financial and programmatic monitoring. Financial monitoring primarily focuses on statutory and regulatory compliance with administrative grant requirements.. It involves the review of records associated with the purchase and disposition of property, projects and contracts. Programmatic monitoring seeks to validate and assist In the grant progress, targeting Issues that may be hindering project goals and ensuring compliance with the purpose of the grant and overall grant program. Programmatic monitoring involves the observation of equipment purchased, protocols and other associated records. Various levels of financier end programmatic review may be accomplished during the monitoring 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. fas 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 trelnings conducted to include number trained; • Status and number of exercises; • Status of planning activity; • Anticipated projected completion; • Difficulties encountered in completing projects; • Agency NIMS/IGS 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 EDEM 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-rnaii 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 art opportunity to identify the need for 71 technical assistance (TA) and/or a sits visit if FDEM determines that a Sub -Recipient Is having difficulty completing their project. As difficuitteskieficiencies are identified, the respetive region or sponsoring agency will be notified by the programs office via email.. information will Include the grant Sub -Recipient agency name, year end project description and the nature of the Issue In question, many of the issues that arise may be resolved at the regi nai or sponsoring agency level, issues that require further TA will he 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 • Repelling Requirements s Documentation in support of a Request for Reim't arsemerrt On -site monitoring will be conducted by FDEM or designated personnel. On -sits monitoring visits will: be sched€.ted 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 }n the form of a peer review as needed, On -Site Monitoring Protocol On -site monitoring visits wilt begin with those grantees that are currently spending or have completed spending for that federal fiscal year (FFY). Site visits may be combin + when geographically convenient. There is a financial/.pr'ogran1matia On -site monitoring checklist to assist In the compietion cf all required tasks. Site Vi&tYrapar'atton A letter will be sent to the Slats-Reoiplent 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 (small Is acceptable) and documented in the grantee folder, The phyalcal location of any equipment located at an alternate a should be confirmed with a representative from that location and the address should be documented trr the grantee folder Wore the site visit, j;� +ite Monito* Visit Once FDEM personnel have arrived at the site, en orientation conference will be conducted. During this time, the purposes of the site visit and the Items POEM intends to examine will be identified. Ail objectives of the Site visit will be GxpiatRect during this time, FDEM personnel will review all files and supporting documentation, Once the supporting documentation hea been reviewed, a tourivts salrepot inspection of equipment will be conducted. Each Item selected for review should be visually inspected whenever possible. Digger items (computers, fesponm vehicle, etc.) should have an asset decal (information/serial number) placed in a prominent location on each piece of equipment as per SubAeclpient agency requirements. The serial number should correspond with the appropriate receipt to confirrn purchase, Photographs should be taken of the equipment (large capital expenditures In excess of $'l,UOO, 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, 72 st sit FIDEM personnel will review the On -site monitoring worksheets and backup documentation as a team and discuss the events of the On -site monitoring. Within Forty -Five (45) calendar days of the site visit, a post monitoring letter will be generated and sent to the grantee explaining any issues and corrective actions required or commendations. Should issues or findings be identified, a noncompliance letter to that effect will be generated and sent to the Sub.Recipient. The Sub -Recipient will submit a Corrective Action Plan within a tlmeframe 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. Mot,"ll'toi iilci,Resii;onstbilities of Pass3tint Entitles Sub -Recipients who are pass -through entities are responsible for monitoring their Sub -Recipients in a manner consistent with the terms of the federal award at 2 C.F.R. Part 200, including 2 C.F.R. § 200.332, This includes the pass through entity's responsibility to monitor the activities of the Sub -Recipient as necessary to ensure that the subaward Is used for authorized purposes, In compliance with federal statutes, regulations, and the terms and conditions of the subaward; and tfiiat subaward performance goals are achieved, Sub -Recipient responsibilities also lnolude but are not limited to. accounting of receipts and expenditures, cash management, maintaining adequate financial records, reporting and refunding expenditures disallowed by audits, monitoring if acting as a pass -through entity, other assessments and reviews, and ensuring overall compliance with the terms and conditions of the award or subaward, as applicable, Including the terms of 2 G.F,R. Part 200. [Remainder of pogo intentionally (eft blank] 73 ATTACHMENT K EHP GUIDELINES ENVIRONMENTAL PLANNING & HISTORIC PRESERVATION (EHP) COMPLIANCE GUfDEL NES The following types of projects are to be submitted to FEMA for compliance review under Federal Environmental Manning and Historic Preservation (EHP) taws and requirements prior to initiation of the project: • New Construction, Installation and Renovation, including but not Ilmlted to: o 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 n repeater andlor other equipment on an existing tower • Renovation of and modification to buildings and structures that are 50 years old or older e Any other construction or renovation efforts that change or expand the footprint of a facility or structure including security enhancements to improve perimeter security A Physical Security Enhancements, including but not limited to; e Lighting o Fencing o Closed-circuit television (CCTV) systems O Motion detection systems n Barriers, doors, gates and related security enhancements In addition, the erection of communications towers that are Included in a jurisdiction's interoperabto communications plan Is allowed, subject to all applicable laws, regulations, and licensing provisions, Communication tower projects must be submitted to FEMA for EHP review. EHP SCREENING FORM SUBMISSION I. For projects requiring EHP review, the Sub -Recipient must submit the EHP Screening Form to the State Administrative Agency (SAA) for review prior to funds being expended, The SAA Paint of Contact for EFIP review is: Nis.Felicla ;PIn.nocts Bureau of preparedness =.ornestic Security 255E Shumard.Oak Boulevard Tallahassee, Florida 32399-21,00 Telephoner 850-F,i15'4343 Felicia.Pinnock@em.mvflorida.com The SAA POC will forward EHP Screening Forms to DHS/FEMA for review and approval, lit. Sub -Recipient's must receive written approval from the SAA pricer to the use of grant funds for project implementation. THE PROJECT MAY NOT BEGIN UNTIL FINAL FEMA APPROVAL IS RECEIVE©.. 74 Al.ANNINC D 0 Q 0 0 0 0 ATTACHMENT L REIMBURSEMENT CHECKLIST I, 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 (a,g. meeting doeurnents, copies of plans) been included? (Note - If a meeting was held by Sub -Recipient or contractnrloonsuttant of Sub - Recipient., an agenda and signup sheet with meeting date 4. Has the zero dollar invoice and signed from the consultant/contractor been Include? 5, Has proof of payment been included? Canceled check, bank statement or transaction history (Showing the transaction wa processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Card. Statement & payment to credit card company for that statement S. Has Attachment a (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 Penns or Purchasing Basics Attachment If further olarfty is Treaded, Sole Source (approved by FDEM for purchases exceeding $25,000) State Contract (page showing contract #, price Het) Competitive bid results (e.g. Quotewire, bid tabulation page) tam sultants/Contractors (Note. that; applies to. eontractors..also.b Ilett under QrftarJ1zetlon) TRAINING 1. is the course DH3 approved? El 2. Is there a Course or catalog number? ED 3. If not, has FDEM approved the non -OHS training? ED 4, Have Sign -in Sheets, Rosters and Agenda bean provided? 5, if billing for overtime and/or backttt, has documentation been provided that lists attendee names, department, # of hours spent at training, hourly mate and total amount paid to each attendee? Have documentation from entity's financial system been provided es proof attendees were paid? For backftll, has a clear delineation/cross reference been provided showing who was backfilling who? ED B. Have the names on the sign -in sheets been cross-referenced with the names of the individuals for whom training reimbursement costs are being nought? 7, Have any expenditures occurred In support of the training such as printing costs, costs related to administering the training, planning, scheduling, facilities, materials and supplies, reproduction or materials, and equipment? if so, receipts and proof of payment must be au -Witted. 75 0 Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Card Statement 8& payment to credit card company for that statement S. Has proof of purchase methodology been Included? Please see Form 5 of Reporting Forms or Purchasing Basics Attachment if further clarity Is needed. Sole Source (approved by FDEM for purchases exceeding $26,000) State Contract (page showing contract #, price list) Competitive bid results (e.g. Quotewlre, bid tabulation page) EX$/ C1SE 0 1, D 0 EQ#JIPMENt D El Has documentation been provided an the purposefobjectives 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 S. If billing for overtime and bsokfill, has a spreadsheet been provided that lists attendee names, department, # of hours spent at exercise, hourly rate and total pad to each attendee? Have documentation from entity's 'financial system been provided to prove attendees were paid? For backtill, has a clear delineation/arose reference bean provided showing who was backfilling who? 4. Have the names on the sign -in sheets bean cross-referenced with the names of the Individuals for whom exercise relrnbursernent costs aro being sought? 5A Have any expenditures occurred on supplies (e,g., copying paper, gloves, tape, etc) in support of the exercise? If so, receipts and proof of payment must be included. Canceled check, bank statement or transaction htstory (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card onmpany for that statement 6. Have any expenditures occurred on rental of space/tocatione for exerolees planning and conduct, exercise signs, badges, etc.? If so, receipts and proof of payment must be included. Canceled check, bank statement or Transaction history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company far that statement 7. Has prof of purchase methodology been included? Please see Form 5 of Reporting Forms or Purchasing Basics Attachment if loather 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) 1. Has the zero dollar Invoice and signed from the consultant/contractor been Include? 2, Has an AEL # been Identified for each purchase? 76 0 El 3. if service/warranty expenses are listed, aro they only for the performance period of the grant? 4. Has proof of payment been Included? Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funds Tranefer (EFT) Confirnnatton Credit Card Statement & payment to credit card company for that statement If EHP form needed, has a copy of the approval DHS been included? 6, Fitts proof of purchase methodology been included? Pleases see Form 5 of Reporting Forms or Purchasing Basics Attachment ff further clarity is needed. Sole Source (approved by FE EM for purchases exceeding $25,000) State Contract (page showing contract #, price filet) Competitive bid results (e.g. Quotewire, fold tabulation pege) 7RAVEUCONFERENCES ED 1. Have all receipts been turned in, itemized and do the dates on the receipts match travel dates? Airplane receipts Proof of mileage (Goggle or Yahoo map printout Or mileage log) Toll and/or Parking receipts Hotel receipts (le there a zero balance?) Car rental receipts Registration fee receipts Note, Make sure that meals paid for by conference are not included in per diem amount 2. If travel Is a conference has the conference agenda been Included? 3. Has proof of payment to traveler been included? Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement Copy of paycheck if reimbursed through payroll SALARY �'','t$S11100$ 1. Has a stoned timesheet by employee and supervisor been Included? 7`imesheet must certify the hours and Information presented as true and correct. 2. Has proof for time worked by the employee been Included? la time period sunnmary included? Statement of Earnings Copy of Payroll Chock Payroll Register For fusion center anatyets, have the certification documents bean provided to the SAA to demonstrate compliance with training and experience standards? QRGANIZA 71' N ED 1, If billing for overtime and backfil, has a spreadsheet been provided that fists attendee names, department, # of hours spent at exercise, hourly rate and total paid to each attendee? Have documentation from entity's financial system been provided to prove attendees were paid? For baolifltl, has a clear delineation/cross reference been provided showing who was backfilling who? 77 FQI.ALL REINISYRSEMENTg. me FINAL. CiIEc.. 5 Have all relevant forms been completed and Included with each request for reimbursement (Including Daily Activity Reports for (PSG)? 2. Have the costs Incurred been charged to the appropriate POETS category? 3. Does the total o.n all Forms submitted match? 4. Do all quotes and invoices from the selected vendor provide a legible signature from vendor? 5, Do all paid invofoes show a $0.00 balance? 6, Has Reimbursement Form been signed by the Grant Manager and Financial Officer? 7, Has the reimbursement package been entered into Sub -Recipients records/spreadsheet? 8. Have the quantity and emit coat been notated on Reimbursement Budget Breakdown? 9. 1f this purohase was made via Sole Source, have you Included the approved Sole Source documentation and justification? 10, Do all of your vendors have a current W-9 (Taxpayer Identification) an file? 11. Has the Attachment 0 (found within Agreement with FDFM) or proof of SAM.gov registration been provided for the contractors/consultants with the reimbursement package. Please note: FDEM reserves the right to update this checklist throughout the life of the grant to ensure compliance with applicable federal and state rules and regulations. 78 FY 2022 Budget -Miami -Ft. Lauderdale UASI Jurisdiction Regional Project Procurement Category Discipline Line Item 11 a y Detailed Item Description AEL# EHP qty Unit Cost Final Budget Allocation BEMA Planning Emergency Management 2022-064 Emergency Management Planner and Logistics Capability Assessment Tool No 1 $164,325.00 S164,325.00 BEMA Planning All Disciplines 2022-05A Y Cybersecurity Assessment of Public Safety Infrastructure to include 911 system and radios No 1 $200,000.00 $200,000.00 850 Training Emergency Management 2022-068 850 PTE - CEMP/COOP/COG - National Homeland Security Conference No 1 $50,325.00 S50,325.00 B50 Equipment Emergency Management 2022-074 Sheriff's EOCSustainment and Enhancements 04HIV-01-INHIW 21GN-00-OCEQ 04AP-65-CDSS 131T-00-ALRT 04AP-0I-C I DS 01MD-02-PROJ 06CC-01-CELL 21 GN-00-CYST 2IGN-00-/WAIN 06CC-03-SATB 2 IGN-00-SIIIP 21GN-00-INST 04MD-03-DISP 06CP-05-VCON 14SDV-01-PACS I4C1-00-COOP 87SE-03-ENVS 06CC-02-DSAD Yes 1 $60,000.00 560,000.00 B50 Plpnnin 9 Emergency Management p022-078 Emergency Management Technical Support Specialist No I $100, 000.00 $100,000.00 850 Training All Disciplines 2022-058 Y Cybersecurity Awareness Training for BSO Personnel No 1 $60000.00 $60,000.00 B50 Equipment Law Enforcement 2022-03A BSO SWAT SUAS 030E-07-SUAS No 4 $15,000.00 $60,000.00 B50 Equipment law Enforcement 2022-03B Y EOD 2nd Line Tool Kit (Hand Tools) 02EX-00-T1RO No 1 59,000.00 $9,000.00 B50 Equipment Law Enforcement 2022-03C Y FOO Fiber Scope Kit 02EX-00-KTFO No 1 $25,000.00 $25,000.00 Coral Gables Planning Emergency Management 2022-06C EM Planner Position No 1 $100,000.00 $100,000.00 1 Jurisdiction Regional Project Procurement Category Discipline One Item 11 ro 7 Detailed h O UM qty Unit Cost Final Budget Allocation Coral Gables Equipment Fire Rescue 2022-08A Maintenance/Sustainment/ Repair/Replacement for HSGP Purchased Equipment. 2IGN-00-MAIN 1 $48,755.00 $48,755.00 Carol Gables Training Fire Rescue 2022-06D Training and Exercise 1 $25,000.00 $25,000.00 Coral Springs Equipment All Disciplines 2022-13A Hazm at Emergency Traffic Signals 08D2-01-TDCS 2 $35,O00.00 $70,000.001 Coral Springs Equipment law Enforcement 2022-WA Y Real Time Crime Censer - Edge Recorders with licenses 045N-O3-XMIT No 4 $7,500.00 $30,000.00 Coral Springs Equipment All Disciplines 2022-12A Multi Discipline Training Prop (Technical Rescue Teams) 21GN-00-CNST No 1 $120,000.00 $120,000.00 Corm' Springs Equipment Low Enforcement 2022-03D Y Fixed Wing Drone 030E-07-SUAS No 1 $100,000.00 $100,000.00 Fort Lauderdale Equipment Emergency Management 2022-07C Ft. Lauderdale EOC - Sustainment and Resiliency 21GN-00-OCEQ, 06CP-05-VCON, IIGN-00-INST, 04HW-01-INHW, 04AP-05-CDSS, 2IGN-00-MAIN No 1 $67,881.00 $67,887.00 Fort Lauderdale Equipment law Enforcement 2022.03E Y Fixed License Plate Readers 030E-01-ALPR No 5 $20,000.00 $100,000.00 Fort Lauderdale Equipment Fire Rescue 2022-03F Y Hazmat monitors 07C5-0I-KAVC, 07CD-01-DPMG, 2IGN-00-MAIN No 1 $71,650.00 $71,650.00 Fort Lauderdale Equipment Fire Rescue 2022-12B TRT Struttura 1, Vehicle and Trench Equipment 035R-02-TRIG, 035R- 01-5110R, 035R-02- TPHY No 1 $69,985.00 $69,985.00 Fart Lauderdale Equipment Emergency Management 2022-OIA Y EOC Facility Security Enhancements (CCTV) 145W-01-VIDA, 2IGN-00-INST and 21 GN-00-CNST Yes 1 $45,000.00 $45,000.00 Hialeah Equipment Low Enforcement 2022.01E Y Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Hialeah Police Department the opportunity to install CCTV equipment in the area of soft targets and enhance our ability to deter and investigate terrorist activitvj 145W-01-VIDA 04HW-01-INHW 04MD-03-DISP 219N-00-MAIN, 2IGN-00-INST Yes 21 $19,000.00 $399,900.00 2 Jurisdiction Regional Protect Procurement Category Discipline Line item it el w Detailed Item Description AELa EHP Qty Unit Cost Final Budget Allocation Hialeah Training All Disciplines 2022-06E ME: HozMat courses, Homeland Security Conference No 1 $41,000.00 $41,000.00 Hialeah Planning law Enforcement 2022-03G Y LPR Analyst Sustoinment No 1 $62,000.00 $62,000.00 Hialeah Planning Emergency Management 2022-06F Emergency Monagement Planner No 1 $110,000.00 $110,000.00 Hialeah Equipment Law Enforcement 2022-03H Y license Plate Reader System (LPR) Fixed on poles 030E-01-ALPR, 210N-00-1NST, 2I GN-00.CNST Yes 18 $23,035.00 $414,630.00 Hialeah Equipment Emergency Management 2022-07D IV EOCEnhencenients to include monitor, software, servers, smart boards and installation of equipment. 21 GN-00-OCEQ 21 GN-00-1NST, 0411W-01-INHW, 04MD-03-DlSP, 216N-00-MAIN No 1 $191,000.00 5191,000.00 Hollywood Equipment All Disciplines 2022-05C y Cybersecurity Equipment Hardware/software 05NP-05-SIEM No 1 $243,497.00 $243,497.00 Hollywood Equipment Law Enforcement 2022-031 Y Portable License Plate Reader System (LPRJ 030E-01-ALPR, 21GN•00-INST No 2 545,000.00 $90,000.00 Key Biscayne Equipment Emergency Management 202710A Emergency Management Vehicle Sprinter 12VE-00-SPEC I $44,840.00 $44,840.00 M&A Management and Administration All Disciplines 2022-17 M&A M&A No 1 $560,500.00 $560,500.00 Miami Equipment All Disciplines 2022-088 Main tenance/Sus tainm en t/ Repair/Replvrementfor HSGP Purchased Equipment. EM $138,000 216N-00-MAIN No 1 $129,734.00 $129,734.00 Miami Equipment Emergency Management 2022 07E EOC Enhancements/Maintenance/ Sustoinment 216N-00.0CEQ 14C1-00-COOP 075E-03-ENVS O6CC-05-PRTY 06CC-07-DSAD 216N-00-fNST, 04MD-03-DISP, 04HW-01-INHW Yes 1 $195,000.00 $195,000.00 Miami Equipment All Disciplines 2022- This project will continue services for a Metro -Ethernet line that provides fast network connectivity between the City's network and the E911 backup center. 14C1-01-COOP No 1 $25,000.00 $25,000,00 3 •a: t&gyyq[ ijj ( i & F' iE ,, }�} s a .i 3fb a-.� $ � C ... ,- 4 I � `' e 8 �i..e E .�.,.'. i - g{hy i tl�&it a 1j 9 € 0y 4 Al � , � J,. Miami Equipment Alf Disciplines 2021-25A Satellite Phone Sustoinment Citywide (12 months). This project will sustain the sateilfte phones that are installed throughout City Departments including police and fire stations which allow all first responders to communicate when primary communication services are down. Includes Key Biscayne O6CC-03-SATB No 1 $3O,O0a00 ,530,000.00 Miami Planning All Disciplines 2022-06G P,T & E. This project will support multi-discip!inory projects for the City of Miami under the leadership of MEM. Project scope will involve a full scale exercise, revision of planning documents such as the CEMP/COOP/COG and trainings that benefit terrorism - related emergency management trainings. Trainings will include !CS, Hazmat 160 and any other specialized courses needed due to staff attrition. Fire $41,628, EM $78,266, Police$71,258 No 1 $151,152.00 091,152.00 Miami Planning Emergency Management 2022-04A CERT/Miami - Training and equipment No 1 $145,000.00 $145,O00.Oa Miami Organization Fire Rescue 2022-01C y Operational- Or Events approved by FEMA; Fire $5,000 No 1 $5,000.00 $5,000.00 Miami Equipment Law Enforcement 2022-022 Y Installation of Real Time Crime Center Dashboard with o 5 year maintenance plan 21GN-00-iNST, 216N-00-MA1Nond 131T-00-INTL Yes 1 $500,000.00 $500,000.00 Miami Equipment Law Enforcement 2022-03.1 Y License Plate Reader System (LPR) Fixed on poles 030E-01-ALPR, 11GN-00-INST 26 S15,000.00 $390,000.00 Miami Planning Emergency Management 2022-O6H Emergency Management Coordinator (I2 months). This position will assist with the development/revision of citywide emergency management plans such as the CEMP, COG and COOP. NO 1 $130,00000 $130,00000 4 Miami _ _. *c ,.i;.A.,.a<ri" Planning Emergency Management qq 2022-06f n . s i$ :.la 3� Emergency Management Planner 012 months). This position will assist with general planning responsibilities related to the implementation of the UASI grant program. NO 1 $95,000.00 $95,000.00 Miami PlanningEmergency Management 2022-061 Equipment Inventory Planner (12 months). This position will be responsible for resource management tracking and planning portion of the EHP process. NO 3 $70,OOO.00 $70,000.00 Miami Equipment Fire Rescue 2022-14A MCI Bus Upgrades from BLS to ALS 09ME-03-0EMP 09ME-01-BAGM No 1 $426,000.00 $426,000.00 ra „i Be Equipment Enforcement 202Z 12C Y TRT Search and Rescue Buildout 035R-01-ABAG, 03$R-02-TPEL, 10GE 00-GENR, 0802-01- UTE, 1955-00-SHEN, 035R-03-SCAM, 035R-03-TPHY, 035R-03-KMON, 030E-07-SUAS, 030E-07-UPGD, 12TR-00-MOVR, 12VE-0O-MISS Yes 1 $265,000.00 $265,000,00 Miami Gardens Equipment Law Enforcement 2022108 N Mobile Command Vehicle 12VE-00-CMDV No 1 $327,884.00 $327,884.00 Miami - Dade Equipment q p Fire Rescue/Ely?$1,603,030.a0 2022-IOC Mobile Command Vehicle 12VE-00-CMDV No 1 $1,603 030.00 Miami- Dade Equipment Law Enforcement 2022-03K Y Marine Patrol VG N 030E-02-T11A Yes 4 $16,750.00 $67,000.00 DadeMiam!- Equipment Enforcement Law 2022-03L Y Containment Vessel 02EX-00-TCVV Yes 1 $85,575.00 $85,575.00 Miami- Dade Equipment Law Enforcement 202Z-02C Y Surveillance Platform and intelligence Gathering System for SUAs 030E-07-SUAD, 04M0.03-DISP, 030E-07-ROVL 1 $110,000.00 $110 000.00 Dade Miami- Planning E rcement 2022-06K Planning, Training and Exercises: UASI Homeland security Conference N/A Na 4 $3,000.00 $12,000.00 Ml- Dade Training Enforcement Law 2022-06L Y Tatar Containment Training 1 $7,150.00 $7,150.00 Miami- Dade Exercise Law Enforcement 2022-06M Y Priority Response Tearn Counter terrorism Exercise i $260,000.00 $260,000.00 5 Regional Project Procurement Category Discipline Line Item N El"Jurisdletinn v Detailed horn Description AEL# EHP qty Unit Cost Final Budget Allocation Miami- Dade Equipment Law Enforcement 202210D SRT Surface Boat- inflatable with trailer 17WC-00-80AT 2 $40,001.00 $80,002.00 Miami- Dodo Exercise Law Enforcement 2022-06N Y SRT Counter -Terrorism Exercise 1 $177,788.00 $177,788.00 Miramar Equipment Fire Rescue 2022-10E Prime Mover and FORTE Shelter for Mobile Command Center Operations ]2TR-00-MOVR, 1955-00-5HE1 Na 1 $299,000.00 $299,000.00 Miramar Equipment Fire Rescue 2022-O7F WebEOC Fleet Eyes Software 04AP-05-CDSS, 04AP-02-AVLS NO 1 $30,000.00 $30,000.00 Monroe Equipment All Disciplines 2022-11A 2 Forklifts for Monroe Airport 19MH-00-BULK 2 $45,000.00 $90,000.00 Monroe PlanningAll Disciplines P 2022.05D Y Cyhersecurity Assessment and Training NO 1 $30,000.00 $30,000.00 Monroe TrainingEmergency Management 2022-060 Position Seciic JCS Training p f 1 $12,418.00 $]2,418.00 Monroe Equipment Law Enforcement 2022.156 Monroe County APX6000700J$00 Model 2.5 Portable 06CP-01-PORT 26 $5,093.00 $132,4I9.00 Palm Beach County Exercise Emergency Management 2022 06P Planning, Training and Exercises: to include training and exercise of the Post Disaster Redevelopment Plan and a COOP TTX and various 105 treinings (Dps Chief, Mass Fatalities, EOC/ICS Interface, Intermediate EOC, Multi Hazards for Schools) No 1 $171,726.00 $171,716.00 Palm Beach County Equipment Emergency Management 2022-11B Logistics/Deployable equipment Portable ID System (30k), Box Truck(70k), Dual Axle Trailer(2/36k) and Trailer Mounted Message Board (2/40k) I45W-01-$IDP 12VE-00-SPEC 12YR-00-T€OP 030E-03-SIGN Na 1 $194,000.00 $194,000.00 P850 Equipment Law Enforcement 20I2-03M Chemical/Explosive Gemini Analyzer with Warranty O7ED-01-LASR, 21GN-00-MAIN Na 1 $36,000.00 $36,000.00 P8S0 Equipment Law Enforcement 2022-138 N Explosive Magazine Project 0260-OO-E%MP No 1 $34,726.00 $34,726.00 6 Jurisdiction Regional Project CategoryCatogory Discipline tine Item N rn y Detailed Item Description P AEL H EHp Qty Unit Cast Final Budget Allocation PESO Equipment Law Enforcement 2022-020 Y RTCC Portable Surveillance Trailers 030E-07-ROVE No 6 $3$SDO.DO $231, 000.00 PBSO Equipment Law Enforcement 2022-15C N SWAT Communication Headsets 06CP-03-PRAC No 64 $1,000.00 $64,000.00 Pembroke Pines Equipment Law Enforcement 2022-148 N Automated External Defibrillators 09ME-03-DEAE No 18 $2,000.00 $36,000.00 Pembroke Pines Equipment Law Enforcement 7022-10F N Mobile Command Vehicle IZVE-00-CMDV 1 $178,950.00 $178,950.00 Pembroke Pines Equipment Fire Rescue 2022-15D N Portable Radios 06CP-01-MOBL 16 $2,233.00 $115,728.O0 Sunrise E ui merit q p Law Enforcement 202I.09A Loser Based Remote Methane Detector 07E0-01-LASR, 21GN-00-MAIN 7 $ 15,000.00 $30,Q00.00 Sunrise Equipment Law Enforcement 2022dOG Emergency Services/quick Response Vehicle 12VE-00-MISS No 1 $200,030.00 5200,030.00 Sunrise Equipment Low Enforcement 2012-I5E Portable Radios APX 8000 06CP-01-PORT 19 $6,849.00 $130,131.00 Regional Miami Planning Emergency Management 2022-06Q Regional Program Manager. This position assists the Miami and Ft. Lauderdale with regional planning needs fe.g. drafting of investment justifications, coordination of DAWG meetings, development of annual budgets, etc.). Planning No 1 $120,000.00 $120,000.00 Regional Miami Planning Emergency Management 2022-06R Regional Planning, Training and Exercises Coordinator- this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. Planning No 1 $100,000.00 $100,000.00 Regional PB5O Fusion Organization Law Enforcement 2022-02E Y Fusion Center Analysts Organization No 5 554,000.00 $270,000.00 Regional Miami Planning Emergency Management 2022-065 Regional Planning, Training & Exercise to include attendance at grant related meetings 21GN-00-TRNG No 1 $100,OOO.QQ $100,000.00 Regional FBSO Organization Low Enforcement 2027.05E y Regional Cybersecurity Analysts Project No 2 $250,000.00 5300,000.00 Regional PEWFusion Planning Law Enforcement 2022.02F Y Metadata Planner No 1 $43,000.00 $43,000.00 --livy I fir * l' ' - ow. w , ' tt .ar '01 1 ' e ' . tlr ' • ' i,V,I it " ihf . !' , ' '4. --et i , 1 , . ° , irtgrilli„ , ._,,. tt: :4 . t, - qv.% t ,, l' :',1 71-11% LII 4, ititiort,Tty 9"--'-'-:'q - • t Regional PB$O Fusion Equipment Law Ertiorumem 2022-026 Y Fusion Coter Operations to include computer hardware and peripherals, software maintenance, OHS sponsored Training, alert system and TLC program support and office suPplies/equiPment 0411W-01-INHW 13IT-GO-INTL 1317-00-ALRT No $240,000.00 S240,000.00 Regional Miami Equipment Emergency Management 2022-07G Incident command software system needed for regional mfa sharing during emergency operations as well as non - emergency situations to provide a platform for day-to-doy regional info sharing and updates. (WebEOC) 04AP-05-COSS 04AP-03-GISS 045w4144vErw o 6150,000.00 $150,000.00 Regional Ft. Lauderdale Training Ail Disciplines 2022-04B Regional Citizen Corps/CERT Planning, Training Exercise and Equipment 196N-00-86P1( 06CP-01-PORT 216N-00-CCEQ No 3 $100,000.00 $300,000.00 Regional PBC/AHINIT Equipment Ali Disciplines 2022-10H AHIMIT Project to include 2Eft Rov Truck and a IS Person Passenger Van for deployments 12VE-00-SPEC, 12TR-00-MOVR 1 $145,000.00 $145,000.00 Regional MO Train Lawing Enfortrement 2022-05F Y Cyber Response Training 75 $4,000.00 $300,000.00 Regional MDEIVI/Bcd Harbour Equipment EmergentY Management 2022-07H sal Harbour EOC Enhancement project to include displays, video conferencing, mobile radio nd a accessories, laptops, server and rack, backup power and installation 10PE-00-UPS, 06CP-01-69081, 06CP-03-PRAC, HW-014NHW 216N-00-0CEQ 21GN-00-INST 04MD-03-DISP 06CP-05-VCON 1 $100,000.00 3100,000.00 Regional Miami Equipment Fire Rescue 2022-03Af HozTox Project to include: defibrilllators, medical kits, haztox specialty transport vehicle, class 2 PPE Ensemble, CORN PAPR, Decon System and HazToz Medic training for 50 members 09ME-03-DEMP, 09ME-01-MGM, 121(E-00-MISS, 01C13-02-ENSM, 01AR-03-PAPA, 0302-03-TDEW $amanoo $300,00000 Regional Miami Exercise Emergency Management 2022-06T1 Operation Heat Shield 5 to include 1 Region -wide Full Scale Exercise and 4TTXs with WMD scenario in coordination with the STC Program. Will be funded by both sources $467,670.00 $467,670.00 Total $14,012,500.00 a Additional Projects 514,012,500.00 S0.00 $o.00 $z,z12,500.00 $2,212,s0o.00 MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2022 "Jurisdiction" Agreement Number: R0588 FAIN Number: EMW-2022-SS-00029-S01 CFDA #: 97.067 This Agreement is entered into this — day of 2023, by and between the City of Miami, a municipal corporation of the State of Florida, (the "Sponsoring Agency") and , (the "Participating Agency"). RECITALS WHEREAS, the U.S. Department of Homeland Security (USDHS) is providing financial assistance to the Miami urban area in the amount $14,012,500 dollars through the Urban Area Security Initiative (UASI) Grant Program 2022; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2022; and WHEREAS, as the USDHS requires that the urban areas selected for funding take a regional metropolitan area approach to the development and implementation of the UASI Grant Program 2022 and involve core cities, core counties, contiguous Jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2022 Urban Area has been defined Miami and Ft. Lauderdale collectively and anticipates sub -granting a portion of the UASI funds in accordance with the grant requirements; and WHEREAS, the City Commission, by Resolution No. adopted on 2023, has authorized the City Manager to enter into this Agreement with each participating agency on behalf of the City of Miami; and WHEREAS, the Sponsoring Agency wishes to work with the participating agencies through the Urban Area Working Group process to enhance Miami and its surrounding jurisdictions ability to respond to a terrorist threat or act. NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follow: 1 I. PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2022 which was made available by the U.S. Department of Homeland Security and the State of Florida Division of Emergency Management (FDEM). B. This Agreement serves as the Scope of Work between the Participating Agency and the Sponsoring Agency. II. SCOPE A. The provisions of this Agreement apply to UASI Grant Program 2022 activities to be performed at the request of the federal government, provided at the option of the Sponsoring Agency, and in conjunction with, preparation for, or in anticipation of, a major disaster or emergency related to terrorism and or weapons of mass destruction. B. No provision in this Agreement limits the activities of the Urban Area Working Group or its Sponsoring Agency in performing local and state functions. III. DEFINITIONS A. Critical Infrastructure: Any system or asset that if attacked would result in catastrophic loss of life and/or catastrophic economic loss management of resources (including systems for classifying types of resources); qualifications and certification; and the collection, tracking, and reporting of incident information and incident resources. B. Core County: The County within which the core city is geographically located. The core city is the City of Miami. C. UASI Grant Program 2022: The UASI Grant Program 2022 reflects the intent of Congress and the Administration to enhance and quantify the preparedness of the nation to combat terrorism and continues to address the unique equipment, training, planning, organization and exercise needs of large high threat urban areas, and program activities must involve coordination by the identified core city, core county/counties, and the respective State Administrative Agency. Funding for the UASI Grant Program 2022 was appropriated by U.S. Congress and is authorized by Public Law 108-11, the Emergency Wartime Supplemental Appropriations Act, 2003. The funding will aid in building an enhanced and sustainable capacity to plan, prevent, protect, mitigate, respond to, and recover from threats or acts of terrorism for the selected urban areas. D. National Incident Management System (NIMS): This system will provide a consistent nationwide approach for federal, state, and local governments to work effectively and efficiently together to prepare for, respond to, and recover from domestic incidents, regardless of cause, size, or complexity. To 2 provide for interoperability and compatibility among Federal, State, and local capabilities, the NIMS will include a core set of concepts, principles, terminology, and technologies covering the incident command system; multi -agency coordination systems; unified command and training. E. Urban Area Working Group (UAWG): The State Administrating Agency Point of Contact (SAA POC) must work through the Mayor/CEOs from all other jurisdictions within the defined urban area to identify POCs from these jurisdictions to serve on the Urban Area Working Group, The Urban Area Working Group will be responsible for coordinating development and implementation of all program elements, including the urban area assessment, strategy development, and any direct services that are delivered by the grant. F. Urban Area: An urban area is limited to inclusion of jurisdictions contiguous to the core city and county/counties, or with which the core city or county/counties have established formal mutual aid agreements. IV. SPONSORING AGENCY SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with the FDEM and USDHS. C. Conducting a comprehensive Urban Area Assessment, which will in turn guide the development of an Urban Area Stakeholder Preparedness Review. D. Ensuring the participation of the following critical players in the assessment and strategy development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. E. Developing a comprehensive Urban Area Stakeholder Preparedness Review and submit to the SAA POC. F. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". G. Ensuring satisfactory progress toward the goals or objectives stipulated in "Exhibit #1". H. Following grant agreement requirements and/or special conditions as stipulated in "Exhibit #1". 3 I. Submitting required reports. V. THE PARTICIPATING AGENCIES SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the main liaison and partner with the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Participating Agencies and any sub -grantees must abide by the grant requirements including budget authorizations, required accounting and reporting expenditures, proper use of funds, and tracking of assets as stipulated in 'Exhibit #1". C. Submitting quarterly reports to the City of Miami detailing the progress of projects to include direct purchases of equipment or services as stipulated in "Exhibit #1". D. Complying with all UASI Grant Program 2022 requirements as stipulated in "Exhibit #1". E. Participating as a member of the Urban Area Working Group to include coordinating with and assisting the City of Miami in conducting a comprehensive Urban Area Assessment, which in turn will guide development of an Urban Area Stakeholder Preparedness Review. F. Ensuring the participation of the following critical players in the assessment and Stakeholder Preparedness Review development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. G. Assisting the sponsoring agency in development of a comprehensive Urban Area assessment and Stakeholder Preparedness Review. H. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". I. Ensuring satisfactory progress toward the goals or objectives as stipulated in "Exhibit #1". J. Submitting required reports as prescribed by the Sponsoring Agency as stipulated in "Exhibit #1". K. Maintaining an equipment inventory of UASI purchased items. L. Ensure that equipment obtained from the UASI Grant Program 2022, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies, special 4 events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by DHS, FDEM, and the Sponsoring Agency. If the Participating Agency is incapable of staffing the equipment, such equipment shall be made available to another Participating Agency for use during any actual emergencies, special events or exercises. Failure to ensure equipment availability may result in loss of funding and/or equipment to the Participating Agency. M. All equipment obtained from the UASI Grant Program 2022, as identified in "Exhibit 2", is the sole responsibility of the receiving agency. This includes, where applicable, maintenance, replacement, training on equipment, and insuring of equipment and personnel, and compliance with intra-agency auditing requirements. VI. THE SPONSORING AGENCY AND THE PARTICIPATING AGENCY AGREE: A. That funding acquired and identified for the Urban Area Security Initiative will be administered solely by the Sponsoring Agency. B. The Participating Agencies will provide financial and performance reports to the sponsoring agency in a timely fashion. The Sponsoring Agency will prepare consolidated reports for submission to the State of Florida as stipulated in "Exhibit 1". C. The Sponsoring Agency is not responsible for personnel salaries, benefits, workers compensation or time related issues of the Participating Agency personnel. D. The Sponsoring Agency and Participating Agency are subdivisions as defined in Section 768.28, Florida Statutes, and each party agrees to be fully responsible for the respective acts and omissions of its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a municipality, state agency or subdivision of the State of Florida to be sued by third parties in any manner arising out of this Agreement or any other contract. E. This is a reimbursement grant that requires the Participating Agencies to purchase, receive, and pay invoices in full for equipment, services, and allowable personnel costs PRIOR to submitting the same for reimbursement to the Sponsoring Agency. VII. FINANCIAL AGREEMENTS A. Financial and Compliance Audit Report: Recipients that expend $750,000 or more of Federal funds during their fiscal year are required to submit an organization -wide financial and compliance audit report. The audit must be performed in accordance with the U,S. General Accounting Office Government Auditing Standards and 2 CFR 200. 5 S. The Secretary of Homeland Security and the Comptroller General of the United States shall have access to any books, documents, and records of recipients of UASI Grant Program 2022 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these documents are related to the receipt or use of such assistance. The grantee will also give the sponsoring agency or the Comptroller General, through any authorized representative, access to and the right to examine all records, books, papers or documents related to the grant. C. Financial Status Reports are due within 14 days after the end of each calendar quarter. A report must be submitted for every quarter that the award is active, including partial calendar quarters, as well as for periods where no grant activity occurs as stipulated in "Exhibit 1'. D. Submit progress reports to describe progress to date in implementing the grant and its impact on homeland security in the state. E. All financial commitments herein are made subject to the availability of funds and the continued mutual agreements of the parties as identified in "Exhibit 2". VIII. CONDITIONS, AMENDMENTS, AND TERMINATION A. The Participating Agency will not illegally discriminate against any employee or applicant for employment an the grounds of race, color, religion, sex, age, or national origin in fulfilling any and all obligations under this Agreement. B. Any provision of this Agreement later found to be in conflict with Federal law or regulation, or invalidated by a court of competent jurisdiction, shall be considered inoperable and/or superseded by that law or regulation. Any provision found inoperable is severable from this Agreement, and the remainder of the Agreement shall remain in full force and effect. C. This Agreement may be terminated by either party an thirty (30) days written notice to the other party at the address furnished by the parties to one another to receive notices under this agreement or if no address is specified, to the address of the parties' signatory executing this contract. D. This Agreement shall be considered the full and complete agreement between the undersigned parties and shall supersede any prior Memorandum of Agreement among the parties, written or oral, except for any executory obligations that have not been fulfilled. 6 E. This Agreement will end on June 30, 2024, unless otherwise extended, by a written amendment duly approved and executed prior to June 30, 2024, unless otherwise extended, at which time the parties may agree to renew the association. Renewal will be based on evaluation of the Sponsoring Agency's ability to conform to procedures, training and equipment standards as prescribed by the grant. IX. MISCELLANEOUS OVERALL Counterparts: Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: BY: BY: Todd B. Hannon City Clerk Arthur Noriega City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: BY: BY: Victoria Mendez Ann -Marie Sharpe, Director City Attorney Department of Risk Management 7 ATTEST: Name: Title: PARTICIPATING AGENCY "(sub -recipient)" BY: NAME: TITLE: FID #: DUNS: APPROVED AS TO FORM AND CORRECTNESS: Participating Agency Attorney 8 Olivera, Rosemary From: Olivera, Rosemary Sent: Tuesday, June 13, 2023 12:05 PM To: Martinez, Maria; Hannon, Todd; Lee, Denise Cc: McGann, Tyrone; Guerra, Jose Subject: RE: RE: UASI FY 2022 & MOA's Importance: High Good afternoon, Please note that this document is not an original. The document will be filed as a copy. The City Clerk's Office will not be able to certify this document as an original in the future. ROSEMARY OLIVERA CITY CLERK'S OFFICE MIAMI CITY HALL 3500 PAN AMERICAN DRIVE MIAMI, FL 33133 305-250-5365 ROLIVERA@MIAMIGOV.COM From: Martinez, Maria <MMartinez@miamigov.com> Sent: Tuesday, June 13, 2023 11:02 AM To: Olivera, Rosemary <ROlivera@miamigov.com>; Hannon, Todd <thannon@miamigov.com>; Lee, Denise <DLee@miamigov.com> Cc: McGann, Tyrone <TMcGann@miamigov.com>; Guerra, Jose <jguerra@miamigov.com> Subject: RE: RE: UASI FY 2022 & MOA's Good morning Rosemary, Please find attached a fully executed copy of an agreement that is to be retained as a digital copy for the City. Regards, Maria T. Martinez Administrative Assistant I Department of Fire -fescue Technical -Services Division 305.416.1672 (Office) 305.400.5316 (Falc) mmartinez@miamigov.com i From: Olivera, Rosemary <ROlivera@miamigov.com> Sent: Monday, June 12, 2023 5:37 PM To: Martinez, Maria <MMartinez@miamigov.com>; Hannon, Todd <thannon@miamigov.com>; Lee, Denise <DLee@miamigov.com> Cc: McGann, Tyrone <TMcGann@miamigov.com>; Guerra, Jose <jguerra@miamigov.com> Subject: RE: RE: UASI FY 2022 & MOA's Importance: High Good afternoon, This document is missing the agreement with the signatures attached. Please resend the document for our records. ROSEMARY OLIVERA CITY CLERK'S OFFICE MIAMI CITY HALL 3500 PAN AMERICAN DRIVE MIAMI, FL 33133 305-250-5365 ROLIVERA@MIAMIGOV.COM From: Martinez, Maria <MMartinez@miamigov.com> Sent: Monday, June 12, 2023 1:58 PM To: Hannon, Todd <thannon@miamigov.com>; Olivera, Rosemary <ROlivera@miamigov.com>; Lee, Denise <DLee@miamigov.com> Cc: McGann, Tyrone <TMcGann@miamigov.com>; Guerra, Jose <jguerra@miamigov.com> Subject: FW: RE: UASI FY 2022 & MOA's Good Afternoon: Please find attached a fully executed copy of an agreement that is to be retained as a digital copy for the City. Regards, Marta T. Martinez Administrative Assistant I Department of Fire -fescue Technical -Services Division 305.416.1672 (Office) 305.400.5316 (Ta4 mmartinez@miamigov.com From: McGann, Tyrone <TMcGann@miamigov.com> Sent: Monday, June 12, 2023 1:51 PM 2 To: Martinez, Maria <MMartinez@miamigov.com> Cc: Guerra, Jose <jguerra@miamigov.com>; Becraft, Andrea <abecraft@miamigov.com>; Felix, Garlene <GFelix@miamigov.com> Subject: FW: RE: UASI FY 2022 & MOA's Good Afternoon Maria, Please forward the attached to the City Clerk for retention as a "digital copy". In the event we receive an answer from the State that requires DEM to retain an original executed agreement, we will have to resubmit a blank agreement through the DocuSign process. Thank you, 2y WcGann Assistant Fire Chief Technical Services Division City of Miami Fire -Rescue 444 SW 2nd Avenue — 10th Floor Miami, FL 33130 Office: 305-416-1024 tmcgann@miamigov.com "E cce1Cence Tfirougfi Service!" From: Becraft, Andrea <abecraft@miamigov.com> Sent: Monday, June 12, 2023 1:42 PM To: McGann, Tyrone <TMcGann@miamigov.com>; Felix, Garlene <GFelix@miamigov.com> Cc: Martinez, Maria <MMartinez@miamigov.com>; Guerra, Jose <iguerra@miamigov.com> Subject: RE: RE: UASI FY 2022 & MOA's Yes, I just followed up on it again today. Sorry for the delay. Sincerely, Andrea Becraft, UASI Program Manager City of Miami Fire -Rescue Division of Emergency Management 444 SW 2nd Ave, 10th Floor Miami, FL 33130 305-416-5454 office 786-314-6466 cell abecraft@miamigov.com From: McGann, Tyrone <TMcGann@miamigov.com> Sent: Monday, June 12, 2023 8:41 AM 3 To: Becraft, Andrea <abecraft@miamigov.com>; Felix, Garlene <GFelix@miamigov.com> Cc: Martinez, Maria <MMartinez@miamigov.com>; Guerra, Jose <iguerra@miamigov.com> Subject: RE: RE: UASI FY 2022 & MOA's Good Morning Andrea, Are you still unable to get an answer from the State about this? They provided clarification regarding our USAR documents within minutes of asking the question. We would like to close this matter. 2y .1KCGann Assistant Fire Chief Technical Services Division City of Miami Fire -Rescue 444 SW 2" Avenue — 10th Floor Miami, FL 33130 Office: 305-416-1024 tmcgann@miamigov.com "Ecellence Through Service!" From: Becraft, Andrea <abecraft@miamigov.com> Sent: Tuesday, June 6, 2023 11:25 AM To: Guerra, Jose <iguerra@miamigov.com>; McGann, Tyrone <TMcGann@miamigov.com>; Felix, Garlene <GFelix@miamigov.com> Cc: Martinez, Maria <MMartinez@miamigov.com> Subject: RE: RE: UASI FY 2022 & MOA's I am verifying with my grantor. Sincerely, Andrea Becraft, UASI Program Manager City of Miami Fire -Rescue Division of Emergency Management 444 SW 2"d Ave, 10th Floor Miami, FL 33130 305-416-5454 office 786-314-6466 cell abecraft@miamigov.com From: Guerra, Jose <iguerra@miamigov.com> Sent: Tuesday, June 6, 2023 11:20 AM To: Becraft, Andrea <abecraft@miamigov.com>; McGann, Tyrone <TMcGann@miamigov.com>; Felix, Garlene <GFelix@miamigov.com> 4 Cc: Martinez, Maria <MMartinez@miamigov.com> Subject: RE: RE: UASI FY 2022 & MOA's Good morning, Andrea, If that is the case, you would need to reroute the document and obtain digital signatures using DocuSign. That's the only way the city clerk will attest to the document as an original within city records. Capt. Jose Guerra Deputy of Technical Services City of Miami Fire -Rescue 444 SW 2nd Avenue — 10th Floor Miami, FL 33130 Cell: 305-206-8665 jguerra@miamigov.com From: Becraft, Andrea <abecraft@miamigov.com> Sent: Tuesday, June 6, 2023 11:01 AM To: McGann, Tyrone <TMcGann@miamigov.com>; Felix, Garlene <GFelix@miamigov.com> Cc: Guerra, Jose <jguerra@miamigov.com>; Martinez, Maria <MMartinez@miamigov.com> Subject: RE: RE: UASI FY 2022 & MOA's Chief, Can ours be routed through Docusign then? It appears we are the ones with the hand signatures and it is the State that is no longer doing that. I believe we are supposed to have an original on file with the clerk by grant and audit standards. Sincerely, Andrea Becraft, UASI Program Manager City of Miami Fire -Rescue Division of Emergency Management 444 SW 2nd Ave, 10th Floor Miami, FL 33130 305-416-5454 office 786-314-6466 cell abecraft@miamigov.com From: McGann, Tyrone <TMcGann@miamigov.com> Sent: Tuesday, June 6, 2023 10:52 AM To: Felix, Garlene <GFelix@miamigov.com>; Becraft, Andrea <abecraft@miamigov.com> Cc: Guerra, Jose <jguerra@miamigov.com>; Martinez, Maria <MMartinez@miamigov.com> Subject: RE: RE: UASI FY 2022 & MOA's Good Morning Ladies, Captain Guerra reached out to the City Clerk's Office for clarification on the matter and was advised of the following... 5 If you require this document to be kept as an original in our city's digital records, please choose one of the following options: • Option 1 - The document needs to be signed digitally by all parties, without wet ink • Option 2 - The original document needs to be mailed to the state, signed, and then returned back (no copies will be accepted; we need the original document back from the state). If you are fine with the City Clerk's office keeping it as a copy in our digital records, no further action is needed. We can send the executed document over to the Clerk's Office to store within our digital records. Please advise if sending the attached document to the City Clerk for them to keep as a copy and not an original will suffice. 2y 9KCGann Assistant Fire Chief Technical Services Division City of Miami Fire -Rescue 444 SW 2nd Avenue — l0th Floor Miami, FL 33130 Office: 305-416-1024 tmcgann@miamigov.com "E cce((ence Through Service!" From: Felix, Garlene <GFelix@miamigov.com> Sent: Monday, June 5, 2023 9:50 AM To: Martinez, Maria <MMartinez@miamigov.com>; Becraft, Andrea <abecraft@miamigov.com> Cc: McGann, Tyrone <TMcGann@miamigov.com>; Guerra, Jose <jguerra@miamigov.com> Subject: RE: RE: UASI FY 2022 & MOA's We do not have an original copy as it was submitted virtually within the DEM portal. I can ask but not sure as it happened before. Thanks. From: Martinez, Maria <MMartinez@miamigov.com> Sent: Monday, June 5, 2023 9:44 AM To: Felix, Garlene <GFelix@miamigov.com>; Becraft, Andrea <abecraft@miamigov.com> Cc: McGann, Tyrone <TMcGann@miamigov.com>; Guerra, Jose <jguerra@miamigov.com> Subject: RE: RE: UASI FY 2022 & MOA's Good morning Garlene, I need an original not a copy because the City Clerk's Office will not accept this. 6 Regards, Maria T. Martinez Administrative Assistant I Department of Fire -fescue Technical -Services Division 305.416.1672 (Office) 305.400.5316 (Fa.)) mmartinez@miamigov.com From: Felix, Garlene <GFelix@miamigov.com> Sent: Monday, June 5, 2023 9:26 AM To: Martinez, Maria <MMartinez@miamigov.com>; Becraft, Andrea <abecraft@miamigov.com> Cc: McGann, Tyrone <TMcGann@miamigov.com>; Guerra, Jose <jguerra@miamigov.com> Subject: RE: RE: UASI FY 2022 & MOA's Good morning, Please see attached. Thanks. From: Martinez, Maria <MMartinez@miamigov.com> Sent: Monday, June 5, 2023 8:58 AM To: Becraft, Andrea <abecraft@miamigov.com>; Felix, Garlene <GFelix@miamigov.com> Cc: McGann, Tyrone <TMcGann@miamigov.com>; Guerra, Jose <jguerra@miamigov.com> Subject: RE: RE: UASI FY 2022 & MOA's Good morning Andrea, Have you received from the State a fully executed original of the aforementioned? If you have, please provide me with said original for the City Clerk's Office. Thanks for your kind assistance in this matter. Regards, Maria T. Martinez Administrative Assistant I Department of Fire -fescue Technical -Services Division 305.416.1672 (Office) 305.400.5316 (Ea4 mmartinez@miamigov.com From: Becraft, Andrea <abecraft@miamigov.com> Sent: Monday, May 15, 2023 1:39 PM To: Martinez, Maria <MMartinez@miamigov.com>; Guerra, Jose <jguerra@miamigov.com> Cc: McGann, Tyrone <TMcGann@miamigov.com>; Guerra, Jose <jguerra@miamigov.com> Subject: RE: RE: UASI FY 2022 & MOA's Good afternoon. Unfortunately, we have not received it back yet from the State. I sent an inquiry to them this morning but I have not received a reply yet. Sincerely, Andrea Becraft, UASI Program Manager City of Miami Fire -Rescue Division of Emergency Management 444 SW 2nd Ave, 10th Floor Miami, FL 33130 305-416-5454 office 786-314-6466 cell abecraft@miamigov.com From: Martinez, Maria <MMartinez@miamigov.com> Sent: Friday, May 12, 2023 9:21 AM To: Becraft, Andrea <abecraft@miamigov.com>; Guerra, Jose <iguerra@miamigov.com> Cc: McGann, Tyrone <TMcGann@miamigov.com>; Guerra, Jose <jguerra@miamigov.com> Subject: FW: RE: UASI FY 2022 & MOA's Good morning Andrea, Please give me the status of the aforementioned. Has it been fully executed by the State? If it has, please provide me with an original copy. Regards, !Maria T. !Martinez Administrative Assistant I Department of Fire -fescue Technical -Services Division 305.416.1672 (Office) 305.400.5316 (Fa.)) mmartinez@miamigov.com From: Martinez, Maria Sent: Thursday, April 13, 2023 3:07 PM To: Plasencia, Adrian <APlasencia@miamigov.com> Cc: McGann, Tyrone <TMcGann@miamigov.com>; Guerra, Jose <jguerra@miamigov.com> Subject: FW: RE: UASI FY 2022 & MOA's 8 Good afternoon Chief Plasencia, I gave it to Lila and she placed it your desk. Regards, !Maria T. Wartinez Administrative Assistant I Department of Fire -fescue Technical -Services Division 305.416.1672 (Office) 305.400.5316 (Far) mmartinez@miamigov.com From: Martinez, Maria Sent: Thursday, April 13, 2023 12:12 PM To: Plasencia, Adrian <APlasencia@miamigov.com> Cc: McGann, Tyrone <TMcGann@miamigov.com>; Guerra, Jose <jguerra@miamigov.com> Subject: RE: RE: UASI FY 2022 & MOA's Good afternoon Chief Plasencia, I just received the aforementioned Agreement. I have marked where the State needs to sign. Should I place the Agreement on your desk? Please advise. Thanks for your advanced cooperation. Regards, Maria T. Martinez Administrative Assistant I Department of Fire -fescue Technical -Services Division 305.416.1672 (Office) 305.400.5316 (Far) mmartinez@miamigov.com From: Martinez, Maria Sent: Wednesday, April 12, 2023 2:27 PM To: Plasencia, Adrian <APlasencia@miamigov.com> Cc: McGann, Tyrone <TMcGann@miamigov.com> Subject: RE: UASI FY 2022 & MOA's 9 Good afternoon Chief Plasencia, The aforementioned is at the City Manager's for signature. I have sent an e-mail to Patty Rodriguez, Office of the City Manager for the status of the aforementioned. Regards, !Maria T. !Martinez Administrative Assistant I Department of Fire -fescue Technical -Services Division 305.416.1672 (Office) 305.400.5316 (Fa4 mmartinez@miamigov.com 10