Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
24533
AGREEMENT INFORMATION AGREEMENT NUMBER 24533 NAME/TYPE OF AGREEMENT PALM BEACH SHERIFF'S OFFICE DESCRIPTION MEMORANDUM OF AGREEMENT/URBAN AREA SECURITY INITIATIVE FY 2022/FILE ID: 13250/R-23-0095/MATTER ID: 23- 1625 EFFECTIVE DATE ATTESTED BY TODD B. HANNON ATTESTED DATE 7/18/2023 DATE RECEIVED FROM ISSUING DEPT. 7/19/2023 NOTE DOCUSIGN AGREEMENT BY EMAIL DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Fire -Rescue DEPT. CONTACT PERSON: Maria T. Martinez EXT. 1672 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: "Palm Beach Sheriff's Office" IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES X NO TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? ❑ YES X NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY: Memorandum of Agreement ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT PURPOSE OF ITEM (BRIEF SUMMARY): To execute FY 2022 Urban Area Security Initiative ("UASI") — Memorandum of Agreement ("MOA"). COMMISSION APPROVAL DATE: 2/23/2023 FILE ID: 13250 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ENACTMENT NO.: R-23-0095 ROUTING INFORMATION Date PLEASE AND SIGN APPROVAL BY DEPARTMENTAL DIRECTORn July 13, 2023 M 46T ��E7Tmedby: SIGNATURE: PRINT ryii,'"O'4� M�?°�`"` `-8zra�z9r SUBMITTED TO RISK MANAGEMENT July 13, 2023 PRINT: ANN I 13:58:44 EDT SIGNATURE: —NtdRPE �i /„. `n— SUBMITTED TO CITY ATTORNEY July 18, 2023 PRINT: VIC I 15:01:32 SIGNATURE: 274CThEDE D DS APPROVAL BY ASSISTANT CITY MANAGER F1EF90AFG€€4457... PRINT: SIGNATURE: RECEIVED BY CITY MANAGER July 18, 2023 PRINT: ART I 16:24:50 EDTDDoocu�Siigyned SIGNATURE: PRINT: SIGNATURE: PRINT: SIGNATURE: PRINT: SIGNATURE: NORIEGA by: a' ' "" " 0 �-8-5@EF€C372Do42A... 1) ONE ORIGINAL TO CITY CLERK, 2) ONE COPY TO CITY ATTORNEY'S OFFICE, 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2022 "Palm Beach Sheriff's Office" 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 Palm Beach Sheriffs Office, (the "Participating Agency"). RECITALS WHEREAS, the U.S. Department of Homeland Security (USDHS) is providing financial assistance to the Miami urban area in the amount $14,012,500 dollars through the Urban Area Security Initiative (UASI) Grant Program 2022; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2022; and WHEREAS, as the USDHS requires that the urban areas selected for funding take a regional metropolitan area approach to the development and implementation of the UASI Grant Program 2022 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2022 Urban Area has been defined Miami and Ft. Lauderdale collectively and anticipates sub -granting a portion of the UASI funds in accordance with the grant requirements; and WHEREAS, the City Commission, by Resolution No. R-23-0095, adopted on February 23, 2023, has authorized the City Manager to enter into this Agreement with each participating agency on behalf of the City of Miami; and WHEREAS, the Sponsoring Agency wishes to work with the participating agencies through the Urban Area Working Group process to enhance Miami and its surrounding jurisdictions ability to respond to a terrorist threat or act. NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follow: 1 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 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 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 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 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 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 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 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 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 B. The Secretary of Homeland Security and the Comptroller General of the United States shall have access to any books, documents, and records of recipients of UASI Grant Program 2022 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these documents are related to the receipt or use of such assistance. The grantee will also give the sponsoring agency or the Comptroller General, through any authorized representative, access to and the right to examine all records, books, papers or documents related to the grant. C. Financial Status Reports are due within 14 days after the end of each calendar quarter. A report must be submitted for every quarter that the award is active, including partial calendar quarters, as well as for periods where no grant activity occurs as stipulated in "Exhibit 1". D. Submit progress reports to describe progress to date in implementing the grant and its impact on homeland security in the state. E. All financial commitments herein are made subject to the availability of funds and the continued mutual agreements of the parties as identified in "Exhibit 2". VIII. CONDITIONS, AMENDMENTS, AND TERMINATION A. The Participating Agency will not illegally discriminate against any employee or applicant for employment on the grounds of race, color, religion, sex, age, or national origin in fulfilling any and all obligations under this Agreement. B. Any provision of this Agreement later found to be in conflict with Federal law or regulation, or invalidated by a court of competent jurisdiction, shall be considered inoperable and/or superseded by that law or regulation. Any provision found inoperable is severable from this Agreement, and the remainder of the Agreement shall remain in full force and effect. C. This Agreement may be terminated by either party on thirty (30) days written notice to the other party at the address furnished by the parties to one another to receive notices under this agreement or if no address is specified, to the address of the parties' signatory executing this contract. D. This Agreement shall be considered the full and complete agreement between the undersigned parties and shall supersede any prior Memorandum of Agreement among the parties, written or oral, except for any executory obligations that have not been fulfilled. 6 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 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. ATTEST: BY: ,—DocuSigned by: E46.0.7-5.6QaCFF1 g Todd B. Hannon City Clerk SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida DocuSigned by: DocuSigned by: av Novi4,14 BY: RS F67Zao a Arthur Noriega City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: DS �%/DocuSigned by: / DocuSigned by: BY: F9 EF-so-�r�FEo4�7... BY: gee 017 .. Victoria Mendez Ann -Marie Sharpe, Director City Attorney Department of Risk Management 7 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 PARTICIPATING AGENCY "(sub -recipient)" ATTEST: Annette Marvin BY: Ji Name: Division Manager Title: NAME: Ric L. Bradshaw TITLE: Sheriff FID #: 59-6000789 UEI: UZA2MELMDZZ1 APPROVED AS TO FORM AND CORRECTNESS: N A'aye Catherine M. Kozo!, Esq. DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 FY 2022 Budget -Miami -Ft. Lauderdale UASI Jurisdiction Regional Project Procurement Category Discipline Line Item # m v v Detailed Item Description AEL it EHP Qty Unit Cost Final Budget Allocation BEMA Planning Emergency Management 2022-06A Emergency Management Planner and Logistics Capability Assessment Tool No 1 $164,325.00 $164,325.00 BEMA Planning All Disciplines 2022-05A Y Cybersecurity Assessment of Public Safety Infrastructure to include 911 system and radios No 1 $200,000.00 $200,000.00 BSO Training Emergency Management 2022-06B BSO PTE - CEMP/COOP/COG - National Homeland Security Conference No 1 $50,325.00 $50,325.00 BSO Equipment Emergency Management 2022-07A Sheriff's EOC Sustainment and Enhancements 04HW-01-INHW 21 GN-00-OCEQ 04AP-05-CDSS 13IT-00-ALRT 04AP-01-CADS 04MD-02-PROJ 06CC-01-CELL 21 GN-00-CNST 21GN 00-MAIN 06CC-03-SATB 21 GN-00-SHIP 21 GN-00-INST 04MD-03-DISP 06CP-05-VCON 14SW-01-PACS 14CI-00-COOP 07SE-03-ENVS 06CC-02-DSAD Yes 1 $60,000.00 $60,000.00 BSO Planning Emergency Management 2022-07B Emergency Management Technical Support Specialist No 1 $100,000.00 $100,000.00 BSO Training All Disciplines 2022-05B y Cybersecurity Awareness Training for BSO Personnel No 1 $60,000.00 $60,000.00 BSO Equipment Law Enforcement 2022-03A BSO SWAT SUAS 030E-07-SUAS No 4 $15,000.00 $60,000.00 BSO Equipment Law Enforcement 2022-03B Y EOD 2nd Line Tool Kit (Hand Tools) 02EX-00-TLRO No 1 $9,000.00 $9,000.00 BSO Equipment Law Enforcement 2022-03C Y EOD Fiber Scope Kit 02EX-00-KTFO No 1 $25,000.00 $25,000.00 Coral Gables Planning Emergency Management 2022-06C EM Planner Position No 1 $100,000.00 $100,000.00 1 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Jurisdiction Regional Project Procurement Category Discipline Line Item # -o Detailed Item Description AEL # EHP Qty Unit Cost Final Budget Allocation Coral Gables Equipment Fire Rescue 2022-08A Maintenance/Sustainment/ Repair/Replacement for HSGP Purchased Equipment. 21GN-00-MAIN 1 $48,755.00 $48,755.00 Coral Gables Training Fire Rescue 2022-06D Training and Exercise 1 $25,000.00 $25,000.00 Coral Springs Equipment All Disciplines 2022-13A Hazmat Emergency Traffic Signals 08D2-01-TDCS 2 $35,000.00 $70,000.00 Coral Springs Equipment Law Enforcement 2022-02A Y Real Time Crime Center - Edge Recorders with Licenses 045N-01-XMIT No 4 $7,500.00 $30,000.00 Coral Springs Equipment Al! Disciplines 2022-12A Multi Discipline Training Prop (Technical Rescue Teams) 21GN-00-CNST No 1 $120,000.00 $120,000.00 Sprint gs Equipment Enforcement Law 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, 21GN-00-INST, 04HW-01-INHW, 04AP-05-CDSS, 21GN-00-MAIN No 1 $67,881.00 $67,881.00 Fort Lauderdale Equipment Law Enforcement 2022-03E Y Fixed License Plate Readers 030E-01-ALPR No 5 $20,000.00 $100,000.00 Fort Lauderdale Equipment Fire Rescue 2022-03F Y Hazmat monitors 07C5-01-KAVC, 07CD-01-DPMG, 21GN-00-MAIN No 1 $71,650.00 $71,650.00 Fort Lauderdale Equipment Fire Rescue 2022-128 TRT Structural, Vehicle and Trench Equipment 035R-02-TRIG, 03SR- 01-SHOR, 035R-02- TPHY No 1 $69,985.00 $69,985.00 Fort Lauderdale Equipment Emergency Management 2022-01A Y EOC Facility Security Enhancements (CCTV) 14SW-01-VIDA, 21GN-00-INST and 21GN-00-CNST Yes 1 $45,000.00 $45,000.00 Hialeah Equipment Law Enforcement 2022-018 Y Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Hialeah Police Department the opportunity to install CCTV equipment in the area of soft targets and enhance our ability to deter and investigate terrorist activity.) 14SW-01-VIDA 04HW-01-INHW 04MD-03-DISP 21GN-00-MAIN, 21GN-00-INST Yes 21 $19,000.00 $399,000.00 2 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Jurisdiction Regional Project Procurement Category Discipline Line Item ri rn -o Detailed Item Description AEL # EHP Qty Unit Cost Final Budget Allocation Hialeah Training All Disciplines 2022-06E PT&E: HazMat courses, Homeland Security Conference No 1 $41,000.00 $41,000.00 Hialeah Planning Law Enforcement 2022-03G Y LPR Analyst Sustainment No 1 $62,000.00 $62,000.00 Hialeah Planning Emergency Management 2022-06F Emergency Management Planner No 1 $110,000.00 $110,000.00 Hialeah Equipment Law Enforcement 2022-03H Y License Plate Reader System (LPR) Fixed on poles 030E-01-ALPR, 21GN-00-INST, 21GN-00-CNST Yes 18 $23,035.00 $414,630.00 Hialeah Equipment Emergency Management 2022-07D N EOC Enhancements to include monitor, software, servers, smart boards and installation of equipment. 21GN-00-OCEQ, 21GN-00-INST, 04HW-01-INHW, 04MD-03-DISP, 21GN-00-MAIN No 1 $191,000.00 $191,000.00 Hollywood Equipment All Disciplines 2022-05C Y Cybersecurity Equipment Hardware/Software 05NP-05-SIEM No 1 $243,497.00 $243,497.00 Hollywood Equipment Law Enforcement 2022-031 Y Portable License Plate Reader System (LPR) 030E-01-ALPR, 21GN-00-INST No 2 $45,000.00 $90,000.00 Key Biscayne Equipment Emergency Management 2022-10A Emergency Management Vehicle - Sprinter 12VE-00-SPEC 1 $44,840.00 $44,840.00 M&A Management and Administration All Disciplines 2022-17 M&A M&A No 1 $560,500.00 $560,500.00 Miami Equipment All Disciplines 2022-08B Maintenance/Sustainment/ Repair/Replacement for HSGP Purchased Equipment. EM $138,000 21GN-00-MAIN No 1 $129,734.00 $129,734.00 Miami Equipment Emergency Management 2022-07E EOC Enhancements/Maintenance/ Sustainment 21GN-00-OCEQ 14C1-00-COOP 075E-03-ENVS 06CC-05-PRTY 06CC-02-DSAD 21GN-00-INST, 04MD-03-DISP, 04HW-01-INHW yes 1 $195,000.00 $195,000.00 Miami Equipment All Disciplines 2022- This project will continue services for a Metro -Ethernet line that provides fast network connectivity between the City's network and the E911 backup center. 14C1-01-COOP No 1 $25,000.00 $25,000.00 3 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Jurisdiction Regional Project Procurement Category Discipline Line Item # rn v Detailed Item Description AEL # EHP Qty Unit Cost Final Budget Allocation Miami Equipment All Disciplines 2021-15A Satellite Phone Sustainment Citywide (12 months). This project will sustain the satellite phones that are installed throughout City Departments including police and fire stations which allow all first responders to communicate when primary communication services are down. Includes Key Biscayne 06CC-03-SATB No 1 $30,000.00 $30,000.00 Miami Planning All Disciplines 2022-06G P,T & E. This project will support multi -disciplinary projects for the City of Miami under the leadership of MEM. Project scope will involve a full scale exercise, revision of planning documents such as the CEMP/COOP/COG and trainings that benefit terrorism - related emergency management trainings. Trainings will include ICS, Hazmat 160 and any other specialized courses needed due to staff attrition. Fire $41,628, EM $78,266, Police $71,258 No 1 $191,152.00 $191,152.00 Miami Planning Emergency Management 2022-04A CERT/Miami - Training and equipment No 1 $145,000.00 $145,000.00 Miami Organization Fire Rescue 2022-01C Y Operational OT for Special Events approved by FEMA; Fire $5,000 No 1 $5,000.00 $5,000.00 Miami Equipment Law Enforcement 2022-02B Y Installation of Real Time Crime Center Dashboard with a 5 year maintenance plan 21GN-00-INST, 21GN-00-MAIN and 131T-00-INTL Yes 1 $500,000.00 $500,000.00 Miami Equipment Law Enforcement 2022-031 Y License Plate Reader System (LPR) Fixed on poles 030E-01-ALPR, 21GN-00-INST 26 $15,000.00 $390,000.00 Miami Planning Emergency Management 2022-06H Emergency Management Coordinator (12 months). This position will assist with the development/revision of citywide emergency management plans such as the CEMP, COG and COOP. No 1 $130,000.00 $130,000.00 4 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Jurisdiction Regional Project Procurement Category Discipline Line Item # rn -o Detailed Item Description AEL # EHP Qty Unit Cost Final Budget Allocation Miami Planning Emergency Management 2022-061 Emergency Management Planner (12 months). This position will assist with general planning responsibilities related to the implementation of the UASI grant program. No 1 $95,000.00 $95,000.00 Miami Planning Emergency Management 2022-06I Equipment Inventory Planner (12 months). This position will be responsible for resource management tracking and planning portion of the EHP process. No 1 $70,000.00 $70,000.00 Miami Equipment Fire Rescue 2022-14A MCI Bus Upgrades from BLS to ALS 09ME-03-DEMP 09 M E-01-BAG M No 1 $426,000.00 $426,000.00 Miami ia h Equipment Enforcement Law 2022-12C Y TRT Search and Rescue Buildout 035R-01-ABAG, 035R-02-TPEL, 10GE- 00-GENR, 08D2-01- LITE, 1955-00-SHEN, 035R-03-SCAM, 035R-03-TPHY, 035R-03-KMON, 030E-07-SUAS, 030E-07-UPGD, 12TR-00-MOVR, 12VE-00-MISS Yes 1 $265,000.00 $265,000.00 Miami Gardens Equipment Law Enforcement 2022-10B N Mobile Command Vehicle 12VE-00-CMDV No 1 $327,884.00 $327,884.00 DadeMiam- Equipment Fire Rescue/EM 2022-10C Mobile Command Vehicle 12VE-00-CMDV No 1 $1,603,030.00 $1,603,030.00 DadeMiam- Equipment Enforcement Law 2022-03K Y Marine Patrol NVG 030E-02-TILA Yes 4 $16,750.00 $67,000.00 Miam Dade- Equipment Law Enforcement 2022-03L Y Containment Vessel 02EX-00-TCVV Yes 1 $85,575.00 $85,575.00 Miami- Dade Equipment Law Enforcement 2022-02C Y Surveillance Platform and Intelligence Gathering System for SUAs 030E-07-SUAD, 04MD-03-DISP, 030E-07-ROVL 1 $110,000.00 $110,000.00 DadeMiam- Planning Enforcement Law 2022-06K Planning, Training and Exercises: UASI Homeland Security Conference N/A No 4 $3,000.00 $12,000.00 Miami- Dade Training Law Enforcement 2022-06L Y Total Containment Training 1 $7,150.00 $7,150.00 Miami- Dade Exercise Law Enforcement 2022-06M y Priority Response Team Counter terrorism Exercise 1 $260,000.00 $260,000.00 5 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Jurisdiction Regional Project Procurement Category Discipline Line Item # rn -o Detailed Item Description AEL # EHP Qty Unit Cost Final Budget Allocation Miami- Dade Equipment Law Enforcement 2022-10D SRT Surface Boat - Inflatable with trailer 17WC-00-BOAT 2 $40,001.00 $80,002.00 Miami- Dade Exercise Law Enforcement 2022-06N Y SRT Counter -Terrorism Exercise 1 $177,788.00 $177,788.00 Miramar Equipment Fire Rescue 2022-10E Prime Mover and FORTE Shelter for Mobile Command Center Operations 12TR-00-MOVR, 19SS-00-SHEL No 1 $299,000.00 $299,000.00 Miramar Equipment Fire Rescue 2022-07F WebE0C Fleet Eyes Software 04AP-05-CDSS, 04AP-02-AVLS No 1 $30,000.00 $30,000.00 Monroe Equipment All Disciplines 2022-11A 2 Forklifts for Monroe Airport 19MH-00-BULK 2 $45,000.00 $90,000.00 Monroe Planning All Disciplines 2022-05D Y Cybersecurity Assessment and Training No 1 $30,000.00 $30,000.00 Monroe Training Emergency Management 2022-060 Position Specific ICS Training 1 $12,418.00 $12,418.00 Monroe Equipment Law Enforcement 2022-15B Monroe County APX6000 700/800 Model 2.5 Portable 06CP-01-PORT 26 $5,093.00 $132,418.00 Palm Beach County Exercise Emergency Management 2022-06P Planning, Training and Exercises: to include training and exercise of the Post Disaster Redevelopment Plan and a COOP TTX and various ICS trainings (Ops Chief, Mass Fatalities, EOC/ICS Interface, Intermediate EOC, Multi Hazards for Schools) No 1 $171,726.00 $171,726.00 Palm Beach County Equipment Emergency Management 2022-11B Logistics/Deployable equipment: Portable ID System (30k), Box Truck (70k), Dual Axle Trailer(2/36k) and Trailer Mounted Message Board (2/40k) 145W-01-SIDP 12VE-00-SPEC 12TR-00-TEQP 030E-03-SIGN No 1 $194,000.00 $194,000.00 PBSO Equipment Law Enforcement 2022-03M Chemical/Explosive Gemini Analyzer with Warranty 07ED-01-LASR, 21GN-00-MAIN No 1 $36,000.00 $36,000.00 PBSO Equipment Law Enforcement 2022-13B N Explosive Magazine Project 02EX-00-EXMP No 1 $34,726.00 $34,726.00 PBSO Equipment Law Enforcement 2022-02D Y RTCC Portable Surveillance Trailers 030E-07-ROVL No 6 $38,500.00 $231,000.00 6 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Jurisdiction Regional Project Procurement Category Discipline Line Item # -a Detailed Item Description AEL # EHP Qty Unit Cost Final Budget Allocation PBSO Equipment Law Enforcement 2022-15C N SWAT Communication Headsets 06CP-03-PRAC No 64 $1,000.00 $64,000.00 Pembroke Pines Equipment Law Enforcement 2022-148 N Automated External Defibrillators 09ME-03-DEAE No 18 $2,000.00 $36,000.00 Pembroke Pines Equipment Law Enforcement 2022-10F N Mobile Command Vehicle 12VE-00-CMDV 1 $178,950.00 $178,950.00 Pembroke Pines Equipment Fire Rescue 2022-15D N Portable Radios 06CP-01-MOBL 16 $7,233.00 $115,728.00 Sunrise Equipment Law Enforcement 2022-09A Laser Based Remote Methane Detector 07ED-01-LASR, 21GN-00-MAIN 2 $15,000.00 $30,000.00 Sunrise Equipment Law Enforcement 2022-10G Emergency Services/Quick Response Vehicle 12VE-00-MISS No 1 $200,030.00 $200,030.00 Sunrise Equipment Law Enforcement 2022-15E Portable Radios APX 8000 06CP-01-PORT 19 $6,849.00 $130,131.00 Regional Miami Planning Emergency Management 2022-06Q Regional Program Manager. This position assists the Miami and Ft. Lauderdale with regional planning needs (e.g. drafting of investment justifications, coordination of UAWG meetings, development of annual budgets, etc.). Planning No 1 $120,000.00 $120,000.00 Regional Miami Planning Emergency Management 2022-06R Regional Planning, Training and Exercises Coordinator- this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. Planning No 1 $100,000.00 $100,000.00 Regional P85O Fusion Organization Law Enforcement 2022-02E Y Fusion Center Analysts Organization No 5 $54,000.00 $270,000.00 Regional Miami Planning Emergency Management 2022-065 Regional Planning, Training & Exercise to include attendance at grant related meetings 21GN-00-TRNG No 1 $100,000.00 $100,000.00 Regional P85O Organization Law Enforcement 2022-05E Y Regional CybersecurityAna/ysts Project No 2 $150,000.00 $300,000.00 Regional P85O Fusion Planning Law Enforcement 2022-02F Y Metadata Planner No 1 $43,000.00 $43,000.00 7 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Jurisdiction Regional Project Procurement Category Discipline Line Item # rn v Detailed Item Description AEL n EHP Qty Unit Cost Final Budget Allocation Regional PBSO Fusion Equipment Law Enforcement 2022-02G Y Fusion Center Operations to include computer hardware and peripherals, software maintenance, DHS sponsored Training, alert system and TLO program support and office supplies/equipment 04HW-01-INHW 131T-00-INTL 131T-00-ALRT No 1 $240,000.00 $240,000.00 Regional Miami Equipment Emergency Management 2022-07G Incident command software system needed for regional info sharing during emergency operations as well as non - emergency situations to provide a platform for day-to-day regional info sharing and updates. (WebEOC) 04AP-05-CDSS 04AP-03-GISS 04SW-04-NETW No 1 $150,000.00 $150,000.00 Regional Ft. Lauderdale Training All Disciplines 2022-04B Regional Citizen Corps/CERT Planning, Training Exercise and Equipment 19GN-00-BGPK 06CP-01-PORT 21GN-00-CCEQ No 3 $100,000.00 $300,000.00 Regional PBC/AHIMT Equipment All Disciplines 2022-10H AHIMIT Project to include 26ft Box Truck and a 15 Person Passenger Van for deployments 12VE-00-SPEC, 12TR-00-MOVR 1 $145,000.00 $145,000.00 Regional PBSO Training Law Enforcement 2022-05F Y Cyber Response Training 75 $4,000.00 $300,000.00 Regional MDEM/Bal Harbour Equipment Emergency Management 2022-07H Bal Harbour EOC Enhancement project to include displays, video conferencing, mobile radio and accessories, laptops, server and rack, backup power and installation 10PE-00-UPS, 06CP-01-MOBL, 06CP-03-PRAC, 04HW-01-INHW 21GN-00-OCEQ 21GN-00-INST 04MD-03-DISP 06CP-05-VCON 1 $100,000.00 $100,000.00 Regional Miami Equipment Fire Rescue 2022-03N HazTox Project to include: defibrilllators, medical kits, haztox specialty transport vehicle, class 2 PPE Ensemble, CBRN PAPR, Decon System and HazTox Medic Training for 50 members 09ME-03-DEMP, 09ME-01-BAGM, 12VE-00-MISS, 01CB-02-ENSM, 01AR-03-PAPA, 08D2-03-TDEW 1 $300,000.00 $300,000.00 Regional Miami Exercise Emergency Management 2022-06T Operation Heat Shield 5 to include 1 Region -wide Full Scale Exercise and 4 TTXs with WMD scenario in coordination with the STC Program. Will be funded by both sources 1 $467,670.00 $467,670.00 Total $14,012,500.00 8 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Regional Project rn Jurisdiction Procurement Category Discipline Line Item # v Detailed Item Description AEL Yk EHP Qty Unit Cost Final Budget Allocation $14,012, 500.00 $0.00 Additional Projects Jurisdiction Regional Project Procurement Category Discipline Line Item # rn -o Detailed Item Description AEL # EHP Qty Unit Cost Final Budget Allocation $0.00 $2,212,500.00 $2,212,500.00 9 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 City of Miami Legislation Resolution Enactment Number, R-23.0095 City Hall 3500 Pan American Drive Miami, FL 33133 www,miamigov,com File Number: 13250 Final Action Date:2/23/2023 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ESTABLISHING A NEW SPECIAL REVENUE PROJECT TITLED "URBAN AREA SECURITY INITIATIVE ('UASI') GRANT PROGRAM FISCAL YEAR 2022" AND APPROPRIATING FUNDS FOR THE OPERATION OF THE SAME IN THE AMOUNT OF $14,012,500.00 CONSISTING OF A GRANT FROM THE UNITED STATES DEPARTMENT OF HOMELAND SECURITY DIRECTLY TO THE STATE OF FLORIDA'S DIVISION OF EMERGENCY MANAGEMENT ("GRANT AWARD"); AUTHORIZING THE CITY MANAGER TO ACCEPT THE GRANT AWARD AND TO EXECUTE THE FEDERALLY -FUNDED SUBGRANT AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER NECESSARY DOCUMENTS, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, IN ORDER TO IMPLEMENT THE ACCEPTANCE OF AND COMPLIANCE WITH THE GRANT AWARD; AUTHORIZING THE CITY MANAGER TO EXTEND THE FISCAL YEAR 2022 UASI GRANT PROGRAM, AS NECESSARY; AUTHORIZING THE EXPENDITURE OF FUNDS TO VARIOUS GOVERNMENTAL AGENCIES DESIGNATED FOR HOMELAND SECURITY EXPENSES PURSUANT TO THE UASI GRANT GUIDELINES; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE MEMORANDA OF AGREEMENTS, IN SUBSTANTIALLY THE ATTACHED FORM, WITH CONTIGUOUS PARTNERS OF THE CITY OF MIAMI ("CITY") SETTING FORTH THE PARTIES' RESPONSIBILITIES IN CONNECTION WITH THE DEVELOPMENT AND SUPPORT OF THE UASI PROJECT ADMINISTERED BY THE CITY'S DEPARTMENT OF FIRE -RESCUE, CONTINGENT UPON FUNDING OF THE PROJECT BEING SECURED. WHEREAS, the United States Department of Homeland Security ("USDHS") is authorized by the Emergency Wartime Supplemental Appropriations Act of 2003 to provide funds to states for subsequent distribution to selected urban areas to address the unique equipment, training, planning, exercise, and operational needs for large urban areas and to assist states in building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism; and WHEREAS, the USDHS, through the State of Florida's Division of Emergency Management ("FDEM"), has sub -granted an Urban Area Security Initiative ("UASI") Grant Program for Fiscal Year ("FY") 2022 to the City of Miami ("City") in the amount of $14,012,500.00 ("Grant"); and WHEREAS, the City's Department of Fire -Rescue ("Fire") will use the Grant to continue to address the unique equipment, training, planning, exercise, and operational needs of the City and its contiguous partners and to continue building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism ("Project"); and DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 WHEREAS, in accordance with the UASI Grant Program FY 2022, the attached Memoranda of Agreements ("MOAs") with the contiguous partners of the City, including Broward County Emergency Management, Broward County Sheriff's Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County (Fire, Police and Emergency Management), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sheriffs Office, the Village of Bal Harbour, the Village of Key Biscayne, and the Florida Department of Law Enforcement (collectively "Contiguous Partners"), will set forth the parties' responsibilities in connection with the development and support of the FY 2022 UASI Grant Program administered by Fire contingent upon funding of the Project being secured; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2, The following new Special Revenue Project is established and resources are appropriated as described below: FUND TITLE: UASI Grant Program Fiscal Year 2022 RESOURCES: USDHS directly to FDEM $14,012,500.00 APPROPRIATIONS: $14,012,500.00 Section 3. The City Manager is authorized' to accept the Grant and to execute the federally funded sub -grant agreement, in substantially the attached form, for the Project. Section 4. The City Manager is authorized' to negotiate and execute any and all other necessary documents, all in forms acceptable to the City Attorney, in order to implement the acceptance of and compliance with the Grant. Section 5. The City Manager is further authorized' to extend the FY 2022 UASI Grant Program, as necessary. Section 6. The City Manager is authorized) to execute MOAs, in substantially the attached form, with the Contiguous Partners of the City for the purpose of setting forth the parties' responsibilities in connection with the development and support of the FY 2022 UASI Grant Program administered by Fire, contingent upon funding of the Project being secured. Section 7. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 1 The herein authorization is further subject to compliance with all legal requirements that may be imposed, including but not limited to those prescribed by applicable City Charter and City Code provisions. 2 If the mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. 000uSignEnvelope |o: F11318o2D-F1 APPROVED AS TO FORM AND CORRECTNESS: .^ y DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 ATTEST: Todd B. Han City Clerk APPROVED AS TO FORM AND CORRECTNESS B Victoria Mendez City Attorney (JCP / 23-32K - SOF Div of Emerg Mgmt - UASI & MOA - FY 2022) THE CITY OF MIAMI, a municipal Corporation of the State of Florida By: Arthur Norie City Manager APPROVED AS TO INSURANCE REQUIREMENTS Gomez Digitally signed by Gomez, Frank Date: 2023.02.24 , Frank 13:30:31 -05'00' By: Ann -Marie Sharpe, Director Department of Risk Management DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Agreement Number: ROB8 FEDERALLY FUNDED SUBAWAR1 AND G ANT AGREEMENT 2 C.F,R, §2O0,1 states that a "subavvard may be prwwldsd through any form of legal agreement including an agreement that the pass -through entity considers a contract.,' As defined try 2 C.F R. §200,1,'paass-through entity" means "a non -Federal entity that provides a subaward to a Sub -Roc ipi enf to aerty out part of a Federal program" Its defined by 2 C.F.R. •§20Q,t,."Sub-1 ciplent" means "a non-Fodorat entity chat receives a subawctrd Rom a pus -through entity to parry out part. of a Federal award,,' As defined by 2 C.f.R, §200.1, "Federal award" means "Federal financial assistance that a non-Faderai entity waives directly From a Federal awarding agency or indirectly from a peas -through entity," As defined by 2 C.F,R §200,1, "atibaward" moans "an award podded by a pass -through entity' to a Sula- IReolpient for the Sub-Roolpient to carry out part of Federal award received by the pass -through entity The fallowing Information Is provided pursuant to 2 D.,FR. §200.332; Sub•Rcaoi,plent's Dames Sub -Recipient's unique entity Identifier Federal Award identification Nurriber (FAIN); gamy atMiarttl (Fire aasaueL 072229791 Mi-2O22-Sti-0OO29�S01. Federal Award fats; 9 5 subeward t aria dof PorfOrmance. Start and land twice POE 't12J 4,. Amount of Federal Funds Obligated by this Agreement; $14,Q12,50Q.OQ Total Amount of Federal Funds Obligated toe the Sub -Recipient by the paea ttuough entity to include this Agreerrnarn: $36'350, 7S, B Tetal Amacant Ohs Federal Award committed to the SSub-Rec10ar3t by the pasa-through entity: $14,012 soup Federal award project desariptign {see FFATA): See.Artiale 1 AoreernetArticlos Name of Fexleral tawarrfire agency; dent, ofHornaland Sec;urlty Name of paaa4lrough entity: Ivlblan cf Emargenov Witt irstt, Contact Information for the pass -through entity; 2555 ahiglxaCM auleyar la ease 2 09 Aasiatanae Lietinge Number and Witte 01.Q67-1-lornsland Security -, Grant Program Whether tine award is R&D: WA, indirect cost rats for the Federal award: 10.40% DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 TI1.IS AGREEMENT is entered Into by the State of Mod Divlaiorr of Emergency Management, with headquarters in Tatlaha ee, Florida (hereinafter referred to as the °Divisions"), and City of MInklit (Fire rt cue), (hereinafter referred to as the "SubAReciplent"). For the purposes of this Agreement, the Division serves as the pass -through entity for a Padova! award, and the Sub�Reeipient serve* as the recipient of a subowarcl, TNii AGREEMENT IS EN'TCRED fN"l't BASED ON THE. FOLLOWING REF RESENTATK NS: A, 'Ms Sub-RecIpterit r presents that it Is fully qualified and eligible to receive these grant funds to prcavlda the services identified hereln; 13, The *Mate of Florida received Th ase grant funds from the Federal government, and the Division hoe the authorltyto subgrattt these funds to the Bub -Recipient upon the terms and conditions ou flne i below; and, C, *rho -Division rhas statutory aiithorlty todisburse-the.fundsunder-this Agreement. 'i'HEREF RE, the Dtvisiorl and the Suk>-Pteelpient agree to the fallowing; (1) P 1+ gA KA r 57'_ATg,ll•.6 7FITS laREEM [V"C 2 C,P,R, §20O,aO (a) provides; "Groh Mate must expend and scrraunt it"sr the Federal award irr ocroordenoe with state lags and prop lures for expcnd3ry and accounting for the states own funds..." Therefore, section 21.3.a71, Florida Statutes, entitled "Agreements fund with federal or state assistance,' applies to thls Agreement, (2) ; %,( t.i'l_ES, r EC t + ')c Est, 'Wi' 4 a, The Slabi ctpient's performance ten r thiis Agreement Is subject to 2 G,F,R Part 200r entiti "Uniform Ad►rrtdiatrat#vc Requirements, Cost Principles, and Audit Requirements. for rode* Awards," b, As required by Section 215,971(1), Florida Statutes, this Agreement includes; 1, A provision specifying a scope of work that clearly establishes the tastes that the tiub-Reelpiertt Eta r4qu1red to perform, if. A prcavis on dividing the agr'oernant lift quantifiable antis of deliveral' ea that must be received and accept din writing by the Division before payment. Each deliverable moat be directly related tt, the. scope of work and specify the required minimum level of service) to be performed and the criteria for evaluating the successful completion of eacrh. dollveratio, ill, A provision specifying the financial consequenpea that apply If the St b- Reoipler4t fails to p si1csrta.the minimum level of servic required by too agreement, iv. A provisionspecifying that the Sub -recipient may expend funds only for allowable gists resulting from obiilaitioris Incurred during. the specified ufgroernent Wad, v. A provision specifying that any balance of unobilcgated funds which has been advanced or paid must be refunded to the OIvih an, DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 vl. A provision apeolfying that any funds paid in excess of the amount to which the Sub -Recipient Is entitled under the terms and conditions of the agreement must be refunded to the Division, c, 1n addition to the foregoing. the Sub -Recipient and the Division shall be governed by iitA applicable State and Federal taws, 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 apptirs. (3) GQ 'E'APT, e. In accordance with section 215.971(2), Florida Statutes, the Division's Grant Manager shall be responsible for enforcing performance of this Agreement's tarns and conditions and shall serve as the Division's liaison with the Sub.Recipient. As part of his/her duties, the ()rant Manager for the Marlton shall . _. _.. I. Monitor and document Sub -Recipient performance: and, ll, Review and document all deliverables for whloh the Sub -Recipient requests payment. b. The Division's ant Manager for this Agreement Is: : .1itialiffism,0.1.1301.8inager ;655 Shtimard Cult Boulavtifci "f"alint� asseaFF.Iq Telephone: li50-t1 ;4 44, Ernali.„Anagjacksonekern yatithpart c. The name and address of the Representative of the Sub-Rsolpiont •responsible for the ecluanrefratron of this Agreement le: Asst. Fire Chita Adrian !f lassnale 444 SW 2nd Avenue 101th Ficar Miami, FL 33130 Telephone, air -4?s^14Q2..._ . __ Fax: 306 4f 8,4t785 Erna II: .Al2fesencl f CAtnpr?Lcom dl. 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) ThRM$, lP. (QMI? 711QI This Agreement contains all the terms and conditions agreed upon by the parties. (5) i:X t1U Q 1 This Agreement may be executed In any number of counterparts, any one of livhich may be taken as an origfnat DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 (6) MODVONTIPN, Either party may request modifiestion 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) 3C'OPE 9F W9RK. The Sub-Rsolplent shall perform the work In accordance with the.Budget find Scope of Work,, Attachments A and F3 of Ns .Agreement, (B) PtRIola.OF.AGE j=M(yI. ibis Agreement shall begin upon. execution by both .parties and wilt and December 31, 2024 unless terminated earlier In accordance with the provisions of Paragraph (17) of this Agreement. Consiatent with the definition of "period of perfer aneen contained in 2 C.i=,P, peal, the tort "period of -agreement' rrefers.to-the-dicta-cluring which-th -; ub4keciptenV y incur -new obligations tocarry-off,-the— work authorized under" this Agre:snonit, In accordance with . C,F.R. §200.1, theSub-Recipient may receive reimbursement under this Agreement only for "allowable costa Incurred during the period of petforreertc e:' to accordance with section 21 ,971(1)(d), Flsarfcie SWAM. the Serb-Rect.c4er%t may expend -trends authorized by this Agreement "only for allowable costs resulting from obligations incurred during" the period of agreement. (9) FcINDINC a, This Is a acrstwreimbursement Agreement, subject to the availability of funds. ta. The State of Florida's periarn an, e.end obligation to pay under. this Agreement is contingent upon art annual appropriation by the Legislature, and su1* of to any modification in accordance with either Chapter 218, Florida Statutes„ or the Florida Constitution. o. The Division will reimburse tine Sub-Reaiplent ,gam for allowable costs Incurred by the Sub -Recipient in the successful completion of each &thimble. The maximum reimbursement amount. for each deliverable le outlined in.Attschment A and B of this Agreement ("Budget and Scope of Work'), The maximum reimbursement amount for the entirety of this Agreement is $14,t112,80t .OII. d, 'As required by 2 C,F.R. 3200,4166(4), any request for.psyrnent udder this Agreement must Include a certiflcation, signed by an offlgiatwhJs. authorized ks pliv ti3t} t[te �l M cipierr ,. which reada as tOiiaws; "By slg.ning this. report, I certify to the bast of my knowledge and belief that the report1s true, complete, and accurate, anti:the expenditures, disbursements and comb receipts are for the purposes and objectives set forth In. the terme.and conditions of the :Federal award, I am aware that any false, fictitious, or fraudurent informratiori, car tho omission of any material fact, may subject me to criminal, civil ctr tadtntritstrative pen>valties far fraud, false statements, false claims or otherwise, (t1,;g. Code Title 1.3, Section 1001 a.ndTltre'31, Sections 3729-3730 and 3$01w 12),,, e. The Division will review any request for reimbursement by compering the documentation provided by the Sub -Recipient against a performance measure, outlinedin Attachment E3, that clearly ddlineates:- DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 i. The required minimum acceptable level of aervice to be performed, and, H. The criteria for evaluatlnN the uoaOesfut Cannpletion caf each deliverable. f, The performance measure required by section 216.971(1)(b), "Fi rrida Statutes, remains consistent with the requirement for a,"perforrrrunoe goal", which is defined in 2 C,F,R, §200.1 ea "a target level of performance expressed es a tangible, measurable objective, against which actual achievement can be compared." It also remains consistent with the requirement, contained In 2 C,F.R. §209,329, that the O3visloi an 1 the sub -Recipient "relate financier data to performance goats Ord objectives of the Federal ,award." g, If authorized by the Federal Awarding Agency, then the Division will reimburse the $ub”Recipient for overdme expenses in accordance wit 2 CFR §20Q,4 0 ("Comperrssttvrr—personal services") and 2 C.F.R. §200.431 ("Compensation —fringe benefits"), If the $ui Rectoterst seeks rtsimburgernent for-overtime-oxpeneee far-psrfods when-no-wxork-is-per or-med due to -vac atlor7,-laaild z r,----... illn�ass, failure of the employer to provide sufficient work, or olher sirrriler cause (set 29 U.S,C, §207(e)(2)j, ten the Division treat the expense as a fringe benefit, 2 C.F.R. §29q.431(a) defines fringe benefits es "allowances and sertrlces provided by employers to their employees ee compensation in addition to regular salaries and wegee" Fringe benefits ero allowable under this Agreement as long as the benefits are re,escriable end are reuired by taw,+pub-Recipient.employee agreement, or an established policy of the Sub -Recipient 2 C,F R. §200,4; 1(b) provides that the coat of fringe benefits In the form of regular oompensatfon paid to employees during pc riode of authorized absences from the job, such .as for annual leave. 'emir -related Dave, sick leave, holidays, court Dave, military leave, administrative leave, and other similar benefits, era allowable 1f ell of the following criteria are met: I. They aro provided under established written leave petioles. I. The costs are equitably allocated to ail related activitlsa, including Federal area; and, U. The accounting basis (cull car accrual) seisoted tar posting etch type ot leave le 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 cub -Recipient for travel expenses In accordance with 2 0.tF,R, §200.4 'f, As required by the Reference Guide for State Expenditures, reimbursement for travel must be in accordance Mtn 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 casts that exceed the amounts stated in section 112.981(6)(b), Florida Statutes ($8 for breakfast, $11 for lunch, and $19 for dinner), th n the Sub -Recipient must provide documentation that: t. The roosts are reasonable and do not exceed charges normally dewed by the Sub -Recipient in Its regular operations ae a result of the Sub -Recipient's written travel pulley; and, II, Participation. of the individual in the travel t% s1ecisssery to the Federal award, DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 f. Tife Division's grant manager, as r squired byaectfan.215.971(2)(o), Florida Statutes, shall reconcile end verify all funds received against all funds expended during the grant agreement period and produce a final reconciliation, report, The .anal report must identify any funds paid in excess of the expenditures incurred by the Sub -Recipient. ). As defined by 2 C.I'.R, §200,1, the term "improper payment," means or inductee; 1. Any payment that should not have been made or that was made in an incorrect amount (including overpayments and under lyment5) under 6taititory, cortirad:tuai, administrative, or other legally applicable requirements; and, ii. Any payment to an ineligtiple party, any payment for an ineligible good. or service, any duplicate payment, any payment fora good or service not resented (except for such payments when authorized by law), any payment that does not account for credit for applicable discounts, end any payment where irtsuffiaient or lack of documentation prevents a reviewer from discerning whether a payment was props", k,. Any advance payment under this Agreement is subjset to section 21 s.181(le), Florida Statutes, Ths amount of advanced funds 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 )uetif€cetiOn statement shall be included with this At reemer t es indicated in Attachment I , Justification of Advance Payment, Attachment E must specify the. amount of advance disbursement tegvestad and provide an explanation of the necessity for and proposed user of the funds. (1 O)>ig.qQ a. As require by 2 C.F.R. §200,3a7, the Federal awarding agency, inspectors Cinnerei, the Comptroller Gonetri of the United States, and the Division, or any of their authorized representatives, shall enjoy the right of socess to any documents, papers, or dyer records of the , ub.Reclpient which aro pertinent to the Pederast award, in order to make audits, sxeminatione, excerpts, acid transcripts, The right of access else lath des timely and reasonable access to The Sub.Reaiplent's personnel for the purpose of Interview and discussion related to such documents, Finally, the right of access le not limited to the required retention period but lasts ae long as the records eie retained, b, s r4uired by sections 20,056(0)(o) end 21 G,97(S)(b), Florida Statutes, the Division, the Chief inspdaoter General of the Stets of l"lorlda, the Florida Auditor Gar oral, or any of their authorized representatives, shall enjoy the right of access to any documents, financial statements, papers, or other records of the Sub -Recipient whloh are pertinent to this Agreement, in order to make audits, examinations, excerpts, rind transcripts. The right of access also includes timely and reasonable access to the ub ecipient'. personnel tar the purpose of interview and discussion related to such documents, C. Ao required by 2 0,F.R, §200,314, the ub�Raelpient shall retains sufficient records to show Its compliance with the terms of this Agreement, as wail as the compliance of aft subcontractors or consultants paid from funds urger this Agreement for a period of three (3) years from they date of DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 from disclosure by the Legislature, all materials made or mcelved by a governmental agency (or a private entity acting on behalf of such an agency) in conjunction with official business widen are used to perpetuate, communicate, or formalize knowledge qualify as public records subject to public inspection, The mere receipt of public funds by a private entity, standing alone, le insufficient to bring that entity within the emelt of the public record requirements, However, when a public entity delegates a perbiia function to a priveta entity, the rocorde generated by the private entity's performance) of that duty become public records, Tilu$, the nature end scope of the service provided by a private- entity determine whether that entity ie acting on behalf of a public agency and is therefore subJeol to the requirements of F iorlde's Public Records Law. I, The Slab-€ eciplent snail maintain ail records for the Sub -Recipient and for all subcontractors or cansr itent's to be paid torn funds provided under this Agreement, Including d€soumentatlon-of- elf -program-ooets,-in eform -sufficient to -determine eompiiarane- with -the -requirements ----- sod objectives of the Budget and ;Soope of Work a A chment A and B • and all other applicable laws and regulations, IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROV DE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (850) 816-7671, Records 7em. nyl arli a.com, or 2555.Shiumard Oak Boulevard), Tallahassee, FL 32399. 4. The Sub-Reolpient shall comply with the audit requirements contained Jtr 2 C.E.R. Port 200, Subpart r, b, In accounting for the receipt and :expenditure of funds under ihisAgreement, the Sub-R.ecipfeht shaft follow Generally Accepted Accounting Principles ("GAAP'), As defined by 2 C.F.R. Ot3.i, GAAP tea the mooning speaitlet In accounting standards issued by the Government Accounting Standards Board (CASH) end the Financial Accounting Standards Board (FAS3). c, When conducting an audit of the Sul}-Realpient`a performans6 under this Agreerent, the Division shall use Generally Accepted Goverment Auditing Standards ("GA4AS"). Ae defined by 2 C.TZ,R, §200,i, GALAS, "alma ltnowTi as the Yellow Book, means generally accepted government t auditing standards Issued by the Comptroller enerai of the United States, which are applicable to financial aruclits.� d, If en audit shows that all or any portion of the funds disbursed were not spent in accordance with the conditions of this Agreement, the Sub.tecipient shall be held liable for relranburrasment to the Divlelan of all funds not spent in accordance with these applicable regulations end Agreement provisions within thirty days after the D3visfcn has Hotbed the Sub -Recipient of such non- compliance. 9 DocuSign Envelope ID: F1B18B2D-F1BA-4D48-9866-0670A55CC602 e. The Sub -Recipient shall have all audits completed by an Independent auditor, which le defined in section 216,W7(2)(1),. Florida Statutes, as van independent certified public accountant licensed under chapter 473.1' The independent auditor shalt 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 -Recipient's fiscal year, f, The Sub-Reotplent 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: DElviSingteAuditQo . yllortda.com Office of the Inspector General 2,665-Shernard Cak-Beutavard Tallahassee, Florida 32392100 g, The S.ub-Reciplent shall send the•Singie Audit reporting package and Form SP,SAC to the Federal Audit ClearinghoUse by submission online at: facide -onsus. ov h., The Sub -Recipient shalt send any management letter issued by the auditor to the Division at the fotiowing address: (12 EMAudi It4PiPrri QS Office of the Inspector General 2.55$ Shurnarci Oak 13oulevard Tallahassee, Florida 32399-2100 a. Consistent with 2 C.F,R. §200228 the Sub -Recipient shall provide -the Division with quarterly reports and a close-out report, Those reports shall include the current status and progress by the Sub. -Recipient and ett subcontractors hi completing: the work described in the Scrape 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 tharf thirty (30) days after the end of each quarter of the program year and shell be sent each quarter until submission of the 010130-0Lli report, The ending dates for each quarter of the program year are March 31, June 30, Septarrib.er•30,.and December 31, o. The closeout report is due 60 days alter termination of Pie Agreement or 30 days after completion. of the activities contained in this ,Agreemeni, whichever first occurs, d. if ail required reports. and copies are not sent to the Division or are not completed In a manner acceptable to the DivIsion,t.hen the Pivitiortmay 'withhold further payments until they are 10 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 completed or may take other action as stated in Paragraph (16) REMEDIES, "Acceptable to the Division" means that the work product was completed in accordanoo with the 3udget and Scope of Work. e. The Sub -Recipient shall provide additional program updates or information that may be required by the Division. f, The Sub -Recipient shall provide additional reports end Information identified in Attechrnent t3. (18)MIQNiTOfl. G. e. Consistent with 2 C,F.R. §200.328 the Sub -Recipient shall monitor its perfcrmanoe under this Agreement, as well as that of Ito subcontractors and/or consultants who aro paid from funds provided under this Agreement, to ensure that time schedules are being mist, the Schedule of Dellverabfes and Scope of Work W4 being accompfiahed within the specified time periods, and other ---performancra-goals ere Bing -achieved A review shalt :e don -fore ch-fu►fotion oractivityin A t hrrs rtit 13 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 visite by Division eta% limited scope audits, send/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 Disiieion determines that a limited scope audit of the Sub -Recipient is appropriate, the Sub-Reclplont agrees to comply with any additional Instrugfons provided by the Division to the Sub-Roclpient regarding such audit. The Sub -Recipient further agrees to comply and cooperate with :any inopeotione, 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-Reolpient throughout the contract term to ensure timely completion of all tasks. (14)f..1AMC. a. Unless Sub -Recipient IS a State agency or subdivision, as defined in section 708,28(2), Florida Stet► tee, the Sub -Recipient 1s aolety responsible to parties It deals with in carrying out the terms of this Agreement; as authorized by section 768,2609), Florida Statutes, Suh.Reclplent shall hold the Division harmless against ail 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 le not err employee or agent of the Division but is an independent contractor. b. As required by section 768.28(10), Florida Statutes, any sub -Recipient which le a state agency or subdivision, as defined In section 768,28(2), Florida Statutes, agrees to be fully responsible for its negligent or tordous acts or omissions which reauit in claims or suits against the Division, and agrees to be liable for any damages proximately caused by the acts or omissions to the extent set forth In Section 768.28, Florida Statutes, Nothing herein Is Intended to nerve as a waiver of sovereign Immunity by any Sub -Recipient to which sovereign Immunity applies. Nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties In any matter arising out of any contract. 11 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 c, As defined in section 200.310 Insurance Coverage; The non -Federal entity ,must, at sa minimum, provide the equivalent Insurance ewverage for real property and equipment ecgutted or Improved with pedere! fundes provided to property awned by the non -Federal entity, federally»owvned property need not be insured ,mesa required by the terms and conditions of the Federal raward. (153 E If any of the following wing everts occur (" v@nts of Default), ail obligations on the part of tha Division to make further payment of funds shaf terminate and the Division hes the option to exercise any of Its remedies sot forth frr Paragraph (10); however, the Division may make payments or partial payments after any events eP Default without waiving the right to exercise such remedies, and without beoernsirrg liable to make any further payment it Any warranty or -representation made -toy -the -Sub -Recipient Iry this -Agreement or -any - previous agreement with the Division Is or beoomos false or misleading In any r .Tpod, or if the Sub - Recipient falls to keep or perform any of the obitgatione, terms or+covenants in this Agreement or any previour'7 agreement with the i ivtslOn end has not cured them in timely fashion, or is uriebie or unwilling to meet its obligations under thla Agreernentt b, Material adverse changes occur in the flnenoiz l condition of the 'Sub -Recipient at any time during the term of this Agreement, and theSub-Rsolplenf falls to mare tilts adverse change within they days from the date widen notice is seat by the Division; c. Any reporia required by tittle Agreement have not been submitted to the Olvis;41on or have been submitted with In rttct, Incomplete, or Insufficient Inibrmatlors; or, d. The Sub..pecipient has failed to perform rind complete on time any of tts obligations under thin Agreement, 1f an Event of Default comae, then the Division shall, after thirty o terfdrar days written notice to the Suks.{ eciplen# and upon file Sub.i eoloiente failure to cure within those thirty days, exercise any one or more of the foil owirg remedies, either concurrently or consecutively: a, Terminate this Agreement, provided that the Sub -Recipient la given at least thirty days prior written notic:e of the termination, Toe notice ailed be effective when pieced in the United Ste , first class marl, postage prepaid, by regisrtered or certified mail -return receipt requested, to the address 1ri paragraph (3) herein; laegin an appropriate iegel or equitable action its enforce pOrferMeneke of Ole Agreement; c. Withhold or suspend payment of ail or any part of a request far payment; d. Require that the Sub-Reciplcrnt refund to the Ptvtelon any monies used for Ineligible purposes udder the laws, rues and regulations governing the use of thee funds. e. Exercise arty corrective or remedial aottone, to inoiuda but ss,rst be tivrtit to: 12 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 1, Request additional information from the Sub -Recipient to determine the reasons for or the extent of non-compliance or lock of performance, II. Issue a written warning to advise that more serious measures may be taken if The situation Is not corrected, Advise the Sub. -Recipient to suepencir discontinue (Jr refrain from incurring costs for any activities in question or iv. Require the vrabMReclpient to reimburse the Division far the amount of costs Incurred for any items detc rrsi r ect to be ineligible; V. The alvlslon may Administratively close an Agreement, The Division may use the edrrifr lstrative arose*at t process when aSub-Recipient Is not responsive to reasonable efforts to collect Aspired reports needed to complete the standard close�oclt process. The Division will merits three written - rattempts-te-collect; roguired-roporta-before-Inftiating-admintsintive-cicee-outs In addition, It an agreement- adminlatratively alased, the Division may decide to impose remedies for noncompliance per 2 C, ,R. § 200.339, consider this information In reviewing future award appl/catlons, or apply special conditions to existing or future swarch3, if the Division neods to administratively close an agreement, this may negatively impact a Sub eclpient"e ability to obtain future funding. g, Exercise any other rights or remedies which may be available under law, Pursuing any of the above remedies will not $top the Division from pursuing any other monodies in this A e mont or provided at law or in equity, if the 1; Ivislon weivee any right or remedy In this Agreement or fails to insist on stoat performance by the Sub -Recipient, It will not affect, emend or waive any ether right ar romody of tho Division, or affect the later exorcise of the same right or remedy by the Division for any ether default by the Sub-Rooiplent. (17)T R ENATlQN a. The Division may terminate this Agreement for cause after thirty days (30) written netiee. Cause Include misuse of funds, fraud, lank of compliance with applicable rules, laws and regulations, failure to perform on time, and refusal by the Sub -Recipient to pc3nnit public stows to any document, paper, loiter, or other metertei subject to disclosure under chapter 119, Florida Statutes, a$ amended. b, The Division may terminate this Agreement for cause after relenting an +peal submitted due to noncompliance, nonectivity, and/or a lack of expenditures for four (41) consecutive quarterly reporting periods. c. This Division may terminate this Agreement for convenience or when It determines, In Its Bole discretion, that continuing the Agreernent would not produce beneficial results In lino with the further expenditure of fonds, by providing the Sula i sciprent with thirty calendar days prior written notice, d. T'ho parties may agree to terminate this Agreement for their mutual convenience through awrn ar:nendment of this Agreement, The amendment will state the effective date of the termination and the peooec€uroa for proper elon utorf the Agreement, 13 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 0. In the event that thta Agreement [e terminated, tho Stab -Recipient will not incur new ot)itgatiorn8 for the terminated portion of the Agreement after the Sub eciplent has received the notification e>ftornain Lion, The & ib"I eciplent will cancel as many outstanding ob[igc dons ea possible. Costs incurred Utter receipt of the termination notice will be disallowed. Tho Sub-Recalpient shall rapt be relieved of liability to the Division because of any br ach of Agreement by the Sub -Recipient, The Division may, to the extent authorized by law, withhold payments kettle Sub -Recipient for the purpose of setoff until the exact amount of damages due the Divlislon from tit • Sub-Reolplernt Is determined. (18)PFOCURs" MEhl"I' a. The Sub Recipient shalt ensure that any procurement Involving funds authorized by the Agreement complies with all applicable federal and state laws and regulations, to Include 2 C,P.R. §§200 31 a8 through 200.327 as welt as Appendix [i to 2 0.F,R, Part 200 (entitled "Contract Provisions for -.Hon.Federal-Entity- orrlreets-Wnder-Faderel-Awards") b, Ao required by 2 O.F.R. §200.316(I), the Scab"f oc;iplentshall "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 procuratelerrt, selection of contract type, contactor selection or rejection, and the basis far the ocntrect price." o. As required by 2 C.F,l , §2O0.31 t (b), the Sub -Recipient shall "maintain oversight to ensure that contractors perforce In ancorrlance with the terms, cOnd)tloris, end spectficatIons of their Pontratctt3 or purchase order;#.° In order to demonstrate compliance with this requirement, the Sub" Rac[plerat shell document, in Its quarterly report to the Division, the progress of any and all subcontractor's performing work under this Agreement. d, Sxaopt for prncurernent8 by micro -purchases pursuant to 2 C,F,R, §20O.320(a)(1) or procurements by said purchase procedures pursuant to 2 C,F,R, §200,320(a)(2), if the Stir# eciplent chooses to ,subcontract any of the work required under tie Agreement, then the Sub -Recipient shall forward to tho Division t copy of any solicitation (whether competitive or rroni mpetitive) at least ten (10) days prior to tho publication or communication of the solicitation. The DDlvtsiora shall review the solicitation and provide vororrionts, If any, to the Sub"Reclpientwithin seven (7) busiryess days. Consistent with 2 C,F,R. §200.326, the Division will review the solicitation for oomptiatwce With the pro .rremenf standards - autlined in 2 C.F.R. §200.318 through 200,327 OS well as Appendix II to 2 C,F,R, Part 2-00. Coristetertt with 2 C,F,R, §200.318(k), the Division wl[I not substitute its Judgment for that afithe Sub -Recipient, While the yuh.Reaiplent does not need too approve] of the Division fro order to publish a competitive solicitation, this review may allow tho Division to identify deficiencies in the vendor requirements or in the commodity or service speoitioetttorts, The Division's review and comments shell not constitute an apprt it of the solicitation, Regardless of the Division's review, the Sub -Recipient remains bound by all applicable lawwq, regulation% and agreement terms. If during Its review the Division identifies any deficieheies, than the alvisiora chat' c r i nunicate those deficiencies to the Sub-RecIplent as quickly as possible within the 14 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 seven (t) business day window outlined above. If the Sub -Recipient publishes s competitive solicitation after receiving comments from the Division that the solicitation is deficient, then the Division may: i. Terminate this Agreement in accordance with the provisions outlined in paragraph (17) above; and, il. Refuse. to reimburse the Sub»Recipient for any rots associated with that solicitation, e. Except for pro uremants by micro -purchases pursuant to 2 C.F.R. §200,a2o(axi) or procurements by .small purchase procedures pursuant to 2 C,i~, t. §200,320(a)(2), if the Sub -Recipient chooses to subcontract any of the work r {ulred under this Agreement, then the Sub -Recipient shall forward to the Division a copy of any contemplated contract prior to contract execution. The Division shall review the unexecuted contract end provide comments, if any, to the Sub-Roclplent within seven (7) business days, Consistent with -2 0F.1 200T3. 5—the Division will -review the trnnxeoutod contract -for compliance with the procurement standards outlined in 2 0,F.R. §200.31$ thrraugh 200,327 as wail a$ Appendix li to 2 c,i=.l . Fart 200. Consistent with 2 C .R, §200,318(k), tits 0ivistort 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 axac uti Subcontract, this review may a :lbw the DMslon to Identity deficiencies in the terms and conditions of the stthrrvntract ea well as. deficiencies In the procurement process that led to the subcontract. The Division's review and comments shell not constitute an approval of this subcontract, II ardiess of the Division's review, the Sub» taciplent remains bound by ail applicably laws, regulations, and agreement terms. If during its review the Division identifies any deficiencies, then the Division shall rommun1cate those deficiencies to the Sub-Reelpiont es quickly as passible within the seven (7) business day window outifned above. If the Sub -Recipient 8Xint,480 a subcontract after receiving a communication from the Division that the subcontract Is non -compliant, then the .Division may: I Terminate this Agreement in accordance with the provisions outitnad in paragraph (17) above; and, it, Refuse to reirrrburse the Sub -Recipient for any costs associated with that subcontract. f. The Sub-Reetplont agrees to Include in the subcontract that (I) the subcontractor Is bound by the tame of this Agreement, (II) the subcontractor is bound by all applicable state and faderel laws and regulations, and (ill) the subcontractor shell hold tho Division end Sub -Recipient harmless against all oiaw1ms of whatever mature ariaing out of the sulucrantrector`s performance of work under this Agreement, to the extent allowed and required by law, effected cg. As required by 2 C,F.R. §200,318(c)(1), the Sub.- ecipierltshalt"metntsinwritten. standards of conduct covering conflicts of interest and goveniinp the actions of its ernptoyeas engaged In the stele on, award and administration of contracts,' ih. As required by 2 C.F.R. §200.819(b) wntractors that develop or draft specifications, roluiremente, statements of work, or Invitations for bids or requests forproposal:1 must be exolurted from 15 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 competing for such procurements, The Sub -Recipient or pess1thru entity must disclose to the plvisiort, in writlr. , any real or potential conflict of interest that may arise daring the administration of the federal award, me defined by federal statutes or regulations, or their own existing polloles, within five (.5) days of learning of the conflict of interest, ''Conflict cf interest" le considered as any situation where an employee, officer, or agent, any membors of ills or her Immediate, family, or his or her partner has a o10 personal relationship, busirleis reWtionship, or prafesalonat relationship, with a recipient or Sub-Reofplent, I, AS required by 2 C.F.R, 200.319(e), the Sub -Recipient shall conduct any procurement under this [agreement "Ina manner providing full and open competition." Acr ardingly, the Sub -Recipient ehafl not I, Pine unreasonable requirements an firms in order for them to qualify to do business; Require unnecessary ex -parlance or exceattive bonding; — Use noncompetitive pricing practices between firms or between affiliated companies; contracts; caquivvlent; lv, 1 xc cuts noncompetitive contracts to consuitents that are an ruiner v, Authorize, condone, or ignore organizational con -Mots of Interest; vi. Specify only a brand name prorluot without allowing vendors to offer en $pacify a brand name product Instesd of describing the performance, specificatiQns, or other relevant requirements that pert*ln to the commodity or service solicited by the procurement; viii. Eng o in any arbitrary ectican during the procurement process; or, ix. Allow a vender to bier on a contract if that bidder was involved with developing or crafting the specifications, requirements, statement of worts, Invitation' o bid, or request for proposals. j. "IED[cept In. those curia where applicabb Federal statutat expressly mandate er enooursxge" otherwise, the ubwRsoipient, as regrairod by 2 C,FII . 0Q,319(o), shall not use a gee graphic preference when procuring commodities or services under this Agreement. lt. Tho Sub-Raelpient shall conduct any procurement involving invitations to laid sealed bids) In accordance with 2 C.F.R. §2OQ,324(b)(1) as well es section 287.057(1)(a), Florida Statutes, !. The Sub-Recipientshall conduct any procurement involving requests for proposals (Le, competitive proposals) In aor ordenca with 2 C.F.R. §200.32Q(b)(2) as wmli as section 287,067(1)(b), Mori r Statutes, rn. For aeon subcontract, the Bub -Recipient shall provide Irrforrria#ion to the Division as to whether that auboontractor la a minority business enterprise, as defined in Section 288,7O , FSodda 16 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Statutes, except for the requirement the subcontractor be domiciled In Florida, on the required Procurement Method Report (Form t"a), Additionally, the SubRecIplent shall comply with the requirements of 2 C.l=.k. §2O3.32i (" Contr rcting with small and minority businesses, women's business enterprises, and labor surplus area firms ), n, I-EMA has developed helpful resources for Sulu -Recipients using federal grant funds far procurements, These resources are generally available at httpe://www.fema,govigrantsiprocurament, FLlw1A periodically updates this resource page so please check back for the latest Information, While not all the provisions discussed In the resources are applicable to this stibgrant agreement, the Sub -Recipient may find these resources helpful when drafting its solicitation and contract for compliance with the Federal procurement standards outlined In 2 C.F.R. §§200.318 through 200.327 as well as Appendix II to 2 C.F. . Part 200. a. Ail attachments to this Agreement ate 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 crr Inconsistency, c. This Agreement has the following attachments: I. I xhtblt 1 - Funding Sources II. Exhibit 2 — Certification Regarding Telecommunications and Video Restrictions 111, Exhibit 3 — Certification Regarding Lobbying Iv. Attachment A — Program Budget v, Attachment S Scope of Wrrrk vl. Attachment C — Deliverables and Performance vil, Attachment 0 — Program Statutes and Regulations vili. Attachment E—justtfication of Advance Payment Ix, Attachment F — Warranties and Representations x, Attachment G Certlflostton Regarding Debarment, Suspension, ineligibility and Voluntary Exclusion xi. Attachment H — Statement of Assurances xli. Attachment i — Mandatory Contract Provision Ail. Attachment J Financial and Program Monitoring Guidelines xlv, Attachment K EHP Quiriellnes xv. Attachment L -F Reimbursement Checklist (2O)PAYMEN'CS a. If the necessary funds are s)ot available to fund this Agreement as a result of action by the United Slates Congress, the federal Office of Management and Budgeting, the State Chief 17 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Financial Officer ar under subparagraph (9)b, of this Agreement, all obligations on the part of the Division to make any further payment of finds shall terminate, and the Sub-Raclpfent 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 oasts of the project or services. The final invoice shall be subrnittedtwithin thirty (30) days after the expiration data of the agreement. An explanatiatt of any cireumstaneea prohibiting the submittal. of quarterly Invoices shall be submitted to the Division grant manager as .part of the Sub - Recipient's quarterly reporting as referenced in Paragraph (12) of this Agreement. 0. Any advance payment under this li e rnent Is. subteet to 2 G.F'.R, §2O0.305 and, as applicable, section 216.181(18), Florida Statutes. AR rapt[=" 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 arradvence paymerit-ls requested, the, 4udgefdeta en r hicA thsurequest 4 bawdy and ejustiiicetlon- staternentshe.fl be included fm this Agreement as Attachment E, Attachment £ will specify lie amount of advance, payment needed and provide an explanation of the necessity for and proposed use of these hind,, Na advance -shall be accepted for processing if a reimbursement has been prier t0 ts submittal of a request for advanced payment. After the Initial advance, .if any,. payment shall be made on a reimbursement basis es needed, (211Rg MMEI '4'I a. Ali refunds or repayments due to the Division under this Agreement are to be made playable. to time order o'Division of Emergency Management",, end matted directly to the following address: .Division of t rrrtergeney Management Cashier 2555. Sliumerd O ak Batrteverci Tallahassee FL 32399.2100 b. in accordance with seclloru 215,34(2),, Florida Mutes, If a rrhees1( car other draft Is returned to the Division for collection, Sub -Recipient shall pay the Division a rsciMae fee of $15.00 orb% of the face amount of the returned check or draft, whichever is greater, (22)M,ANPATED 4,p1.Z,1,110E, a, The validity of this Agreement is subject to the truth and accuracy of sill the information, represeflteticams, and materials submitted ar provided by the Sulu -Recipient ire this Agreement, in any later submission or response to a Division request, or In any submission or response to fulfill the requirements of this Agreement. All of $aid information, representations, and materials are Incorporated by r ,forenbe. The Inaccuracy of tiro submissions ar any material changes shall, at the option of the Division and with thirty days written notice to the Sub-F ecipfent, cause the termination of this Agreement and the release of the Division from ail Its obligations to the Scibi eeiplent. 18 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 b, This Agreement shall be construed under the laws of the State of Florida, and venue for any aotions arising out of this Agreement shall be In the Circuit Court of Leon County, If any provision of this Agreement is in conflict with any erpplicable statute or rule, or le unenforceable, then the provision ehell be null and void to the extent of the confkiot, and ehall be severable, bet shall not invalidate any other provision of this Agreement. c. Any power of approval or disapproval granted to the DIvkston under the terns of this Agreement shall survive the term of this Agreement, d. The Sub -recipient agrees to comply with the Amsrloans With Disabilities Act (Public Law 101.336, 42 tJ,S,C, Section 12101 �, ,), which prohibits dieorirrnknatton by public and private entitles on the bash of disability in employment, public accommodations, transportation, State and local government services, and tehecarnrnur:loetions. — — e, Those -who have been an the ponvicied vendor -list -following a -conviction for a public entity crime or on the iscrlrrrjnale ry vendor list may not submit a bld on a contract to provide any goods or cervices to a public entity, may not submit a bid on a contract with a public entity for the corettruetkon or repair of a public building or public work, may not submit bids on leases of reel properly to a public entity, may not be awarded or perform work ae a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact buslnses with any public entity In excess of $2 i,000.00 fora period of S6 months from the clue of beieg placed on the oonvioted vendor fist (won the discriminatory vendor list. f< Any Sub -Recipient whleb is not a Local government or state agency, and which rectivee funds under tuts Agreement from the federal government, certifies, to the beet of its knowledge and belief, that It and Its principals; i, Are not pre sently debarred, suspended, propoeed for debarment, declared ineligibles Or voluntarily eaccludvd !Yom coverer; fransactione by a federal department or agency, i1, Have not, within a five. yer period preceding this propose]; been convicted of or had a °loll judgment a ndered against them for fraud or a criminal offena+a in connection with obtaining, attempting to obtain, or performing a public (federal, state or Igoe]) transaction or contract under nubile transaction, violation of federal or state antitrust statutes or oommlasian of embezzlement, theft, forgery, bribery, falsification or destruction of records., making false statements, or receiving stolen property; 111. Are not presently fndketed or otherwise criminally or olvlily charged by a governmental entity (federal, state o.r local) with commission of any offenses enumerated in paragraph (22) f. of this certlfloetlon; arid, Iv, Have not within a five-year period preceding this Agreement had one or more public transactions (federal, state or toe) terminated for cause or default. g. If the Sub -Recipient Is unable to certify to any of the (*Cements in this certification, then the 6crb-Roulplent shall attraeh an explanation to this Agreement. 19 DocuSign Envelope ID: F1B18B2D-F1BA-4D48-9886-0670A55CC602 h. in addition, the Sub -Recipient shall mind o thel.Thrision (by email or by facsimile transmission) the completed "Certification Regardino Debarment, Suspension, ineligibility and Voluntary Exclusion't (Attachment f2l) for each intended subcontractomhich Sabi Recipient plans to fund under this Agreement. The form must be received by the Division before tits $ub-Recipient enters Into a contract with any subcontractor. L The Division reserves the right to unilaterally oncei this Agreement if the Sub. Recipient refuses to a:HMV public access to all documents, papers, letters or other material subject to the provisions of chapter 112, Florida Statutes, which the Sub.Reclpient created or received under this Agreement. If the Sulo-Recipient Is allowed to temporarily invest arty advances of funds under this Agreement, arty interest income shall either be returned to The Division or be applied against the DIVIsion's Obligation to pw the -contra -et amount, k. 'the State of Florida will not intentionally torero publicly funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violatton of the employment provisions contained in 8 U,S.0, Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Aot (INA'')I, The Division shall consider the employment by any contractor of unauthorized: aliens a violation of Section 274A(e) of the INA Such violation by the Sub.Reiciplent of the employment provisions contained in Section 274A(e) of the INA shall be grounds for unilateral cancellation of this Agreement by the Division. I. Section 287.06805, Florida Statutes requires that any state funds provided for the purchase of or improvements to Mal property are contingent upon the contractor or political subdivision gee:1,ring to the etete a security interest In the property at least to the amount of state Ithels provided for at least 6 years from the date of purchase or the completion of Ms improvements or as further required by law, rn, Unless preempted by federal law, the Division may, at its option, terminate the Contract if the Contractorl$ found to have submitted a false certification as provided under section 287.136(8), F.S„ or been pierced on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroieurn Energy Sector List, or bean engaged in business operations in Cuba or Syria, or to have been pieced on the Scrutinized Companies that Boycott Israel List or is engaged In a boycott of Israel. (2.3)Loinjato-mgi1Bzna a,- 2 C.F,R, §200.450 prohibits reimbursement for costs associated with certain lobbying activities. b. Section 216.847, Florida Statutes, prohibits "any disbursement of grants and olds 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 Legialature, the judicial branch, or a state agency." 20 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 c. No funds or other resources received from the Division under this Agreement may be used directly or lndlrectiy to influence iselslkatlon or any other official action by the Florida L w t. Islature or any state agency. d, The Sub -Recipient certlfleo, by its signature iv thle Agreement, that to the best of his or her knawiedgo and belief No Federal appropriated funds have been paid or will be paid, by or on behalf of the Sub -Redolent, to any parson fbr Influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee oY Congress, or an employee of a Member of Congress In connection with the awarding of any Federal contract, the milking 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. --. li. 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 employes 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 end submit Standard Form-LLL, "Disclosure of Lobbying Activities." The Sub -Recipient obeli rewire that this certification be included in the award documents for ail subawarda (including subcontracts, aubgrante, and contracts under grants, loans, and cooperative agreements) and that all Sub -Recipients &heli certify end disclose. iv. This cartifioatlon is a materiel representation of fact upon which reliance was placed when this transaction was made or entered irdo. Submission of this certification is a prerequisite for mating or entering into this transaction imposed by Section 1382,Title 31, U.S, Code. Any person who fatte to lid the required certification shaft be subject to a civil penalty of not less than $10,000 end not mare than $100,000 for each ouch failure. v, If this subgrerit agreement amount is $100,000 or more, the Sub -recipient, and subcontractors, .as applicable, shall sign Attachment M Certification Regarding Lobbying, EXCEPT A$ PROVIDED BELOW, ANY AND ALL PATENT RIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY RESERVED TO THE STATE OF FLORIDA; AND, .ANY AND ALL COPYRIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY TRANSFERRED BY THE SOB -RECIPIENT TO THE STATE OF FLORIDA. a. if the ;cub -Recipient has a pre-existing patent or copyright, the Sub -Recipient shall retain all rights and entitlements to that pre-existing patent or copyrightunless the Agreement provides otherwise. 21 DocuSign Envelope ID: F1B18B2D-F1BA-4D48-9866-0670A55CC602 b. If any discovery or Invention Is developed Ir. the course of or as a result of work or services performed under this Agreement, or In any way connected with It the SubAsolpient shall refer the discovery or invention to the Division for a deterrninatIon whether the State of Florida will seek patent protection in Ile 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 oopyrightable material are produced, the Sub.Reciplent shalt notify the Division, Any copyrights accruing under or In connection with the performance under this Agreement are transforred by the Sub-Reciplent to the State of Florida o, Within thtrty days of execution of this Agreement, the Sub-Reciplent shall disclose ail 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 shell retain all rights and entitlements to any pm -existing intellectual property whIch is disclosed, Faure dlaciosa-wiii indicate that no sash 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 Um: Sub -Recipient qualifies as a state university under Florida law, then, pursuant to section 1004.23, Florida Statutes, any invention conceived exclusively by the employees of the Sub - Recipient shall become the sofe property attic Sub -Recipient. In the case of joint inventions, that is Inventions made jointly by or •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 llamas, for its use and the use of its contractors of any resulting patented, copyrighted a trademarked work products, developed soli* by the Sub -Recipient, under this Agreement, for Florida government purposes, (245),LVOTION The SW:141041mA certifies that it has the legal authority to receive the funds under this Agreement and that Its governing body has authorized the execution and acceptance of this Agreement, The Sub - Recipient 8130 Gertifies that the undersigned person has the authority to legally exocUte and bind Sub- , Rsoipient to the terms of this Agreement. (28)LCIpg, opepfivNire EiviPt,OrViga a. in accordance with 41 C,F,R. §60.1.4(b), the Sub -Recipient hereby agrees that It will Incorporate or cause to be Incorporated into any contract for construction work, or modification thereof, as defined In the regulations of the Secretary of Labor at 41 OFR Chapter GO, 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 arty Federal program Involving such grant, oontraot, loan, Insurances or guarantee, the foliowing equal opportunity clause: During the performance of this contract the contractor agrees as follows: 22 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 I. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual. orientation, gender Identity, or national origin. The contractor will take affirmative salon to ensure that applicants arc employed, and that employees are treated during employment without regard to their race, color, religion, sex, sex al orientattan, gender identity, or national origin, Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay Pr other forms of compensation, and selection for training, Including apprenticeship. The contractor agrees to post in conspicuous places, available to employees end applicants for employment, notices to be provided setting fort % the provisions of this nondiscrimination ctause. II, The contractor MI, in all solicitations or advertisements for employees placed or on behalf of the contractor,_ state that all qualified applicants Will receive conskieratior s for ems oymei7fidthaut regard to race, color, religion, sax, sexual orientation, gender Identity, Or national origin, Ill. 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 aompensatlarm 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 employee) or applicants as a part of such employee's essential Job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such ir)formation, unless such disclosure is in response to a format complaint or charge, in furtherance of an liweetlgatlon, proceeding, hearing, or action, Including an investigation conducted by (he 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 contractors commitments under this section and shall poet copies of the notice in conspicuous places available to employes and applicants for employment, v, The contractor will comply with all previsions of Executive Order 11240 of September 24,1006, 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 11240 of September 24,1966, end 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 end the Secretary of Labor for purposes of Investigation to ascertain compliance with such rues, 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 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 regulations, or orders, this contract many be canoed, 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 24,1966, or by rule, regulation, or order of the Secr'stary of Labor, or as otherwise provided by law, vill, The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontreot or purchase order unless exempted by rules, regulations, or orders of the Soore1ary of tabor issued pursuant to section 204 of Executive Order 11246 of September 24, 1865, so that stroll 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 adininisterinix agency may direct as a means of enforcing such provisions, Including sanctions for noncompliance: Provided, however, that in the evert a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vender 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 ft Mil be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, in:strunientaiity or subdivision of such government whlch.daes 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 Socr tart' of Labor in obtaining the compliance of contractors and subcxarrtrectarr with the equal opportunity clause and the rules, regulations, and relevant orders of the aeoreta.ry of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervialor1 of such compliance, and that It will cthervvise assist the admintaterJng agency in the discharge of the agency's primary responsibility for securing comptlance, d. The Sub -Recipient further arjreee 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, Government contracts and federally assisted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity oleuse as may be unposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part i1, Subpart 1) of the Executive order, In addition, the Sub -Recipient agrees that if it fails or retusee to comply with these undertakings, the administering agenoy 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 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 assurance of future compliance has ben reeelved from such Slab -Recipient; and refer the case to the Oepartrncnt of Justice for appropriate legal proceedings, (27)COPELAND ANTI -KICKBACK 69T The Sub -Recipient hereby agrees that, unless exempt under Federal law, it will Incorporate or Daises to be lncrporetod into any oontract for construction work, or modffioatlon thereof, the following clause: 1, Contractor. The contractor shall comply with 13 LeS.C. § 874, 40 U.S.O. § 3146, and the requirements of 29 C.F.1 , pt. 3 as may Ile applicable, which are Incorporated by reference Into title contract, il. Subcontracts. The cantraotor cr subcontractor shall Insert in any subcontracts the clause above and such other ileums as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to Include these clauses In .any lower tier subcontracts, The prime contractor shall be responsible for the compliance by any aubccnifractor or lower tier Bubo ntraotar with all of these overact itract clauses. Breed), A broace of the eentraet elauaes above may be grounds for terra ration of the contract, and for debarment as a contractor and eullggy[[eryryc/� ntrt��yAot`yor as provided in 29 C,F,I . § 3.12, ( )S R., { i .T K FY:Y If the Sub•Reclpient, with the funds authorized by this Agreement, enters into a c ntrae:t that exceeds $100,000 and 'involves the employment of mechanics or laborers, then any such contract must include a provision for compliance with 40 U.S,C. 3702 and 3704 as supplemented by Department of Labor reguiatione (29 CFRt Port S), Under 40 U,$,C. 3702 of the Act, each contractor must be required to compute the wages of every rnecheri o and laborer an the basis of a standard work week of 40 hours, Work le excess of the standard work week is permissiele provided that the worker Is compensated at a rate of not lase then orte and a half times the basic rate of pay for ell hours wonted In excess of 40 hours In the work week. The requirements of 40 U:S,C. 3704 are applicable to oonetruction work and provide that no letterer or reachan o must be required to work in surroundings or under working oondttians which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or metorials or articles ordinarily available on the open market, or contracts for transportation. (29)glegAhl l stele iON. CONTROL AC If the Subeeecipfent, with the funds authorized by this Agreement, enters Into a contract that exceeds $150,000, then any such contract must:Include the following proviaian, Contractor agrees to comply with all applicable standards, orders or regulations Issued pursuant to the Clean Air Act (42 U,S,C. 740/e1671 q) and the Federal Water Poliutton Control Act as amended (33 U $,C. 1251.1387) and vwlll report violations to FEMA and the Regional Cfhce of the Environmental Prcxtsction Agency (EPA). (300e,-ht?aIDN_ alytl..rsvilrir 2$ DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 If the Sub -Recipient, with the funds authorized by this Agreement, enters into a contract, then any such aontruct must include the following provisions; I, This contract Is a covered transaction for purposes of 2 P.R. pt. 180 and 2 C.F.R. pt, 3000, As such the contractor is required to verify that none of the contactor, its principals (defined at 2 D.F.R. § 180.901), or its affiliates (defined at 2 C.F.R. § 180.906) are excluded (defined .at2 O.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180,936). ll. The contractor must of ipiy with 2 C.1*.R, pt. 180, subpart C and 2 C,F,R, pt. 3000, subpart 0 and must include a requirement to comply with those regulations Ir1 any lower tier covered transaction It eaters Into, Ili. This certification Is a material representation of fact relied upon by the Division. If it is later determined that the contractor did not comply with 2 C,Fa.i . j 180, subpart C and .2 C.F.R. pt. 3000, subpart C, In add�rin to remed available to the Division, the F" rTdi oovernmsn1 may pursue available remedies, including but not limped to suspension and/or debarment. Iv, The bidder or proposer agrees to campy with the requirements of 2 C,Fa.r , pt. 180, subpart 0 and 2 C.F.R. pt, 3000, subpart C while this offer Is valid and throughout the period iod of any contrast that may arise from this offer. The binder or proposer further agrees to include a provision requiring such compliance In its lower tier covered transactions. if the Sub -Recipient, with the fund authorized by this Agreement, enters Into a contract, then any such contract must include the following ofause: Byrd Anti -Lobbying Amendment, 31 U.S.C. § 1352 (as amended). Contractors who apply or bid for an award of $100,000 or more shallfile the required ceriifloation. Eaoh tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to Influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in oonneaiion with obtaining any Federal contract, grant, or any other award covered by 31 U.S,0, O.1352. Each tier shall also disclose any lobbying with non - Federal funds that takes place in convection with obtaining any Federal award. Such disclosures are forwarded from tier to Mier up to the recipient. If the Sub -Recipient enters Into a contract with a subcontractor for an award of $100,000 or more, the subcontractor shell sign Exhibit 3 Certification Regarding Lobbying. (32) CONTRACTING WITH SMALL, AND m!NgargstJal ISSGS, ! M N`5 .vaiNgag Eigur S D Ord URP S A F a, If the Sub-C ecrpiont, with the funds authorized by this Agreement, seeks to procure goods or services, Then, in accordance with 2 C.F.R. §200,821, the Sub -Recipient shall take the following affirmative steeps to assure that minority businesses, v omen's business enterprises, and labor surplus area firms are used whenever possible: 26 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Placing qualified small and minority businesses and women's business enterprises on solicitation lists; II. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources, ill, Dividing total :requirements, when economically feasible, into smaller tasks or quantities to permit .maximum participation by small and minority businesses, and women's business enterprises; Iv. l;stabiishing delivery schedules, yvhere Ike requirement permits, which encourage participation by smelt and minority businesses, and worne n's business enterprises; v. Using the services and assistarroe, as ppprpgtlate, of such onjanixatians (1$ the Small Business Administration and the Minority Business Development Agency of the Department of eomrneras, and vI. Roqufring the prince 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 sot aside either the solicitation or award of a contract to those types of firms. Rather, the requirement only imposes an obligation to carry out and docurnantthe six. -a irrn Live asps identified above. c. The "socioeconomic contracting" requirement outlines the affirmative sups that the Sub -Recipient must take, the acquirements do not preclude the Bub-f eclpientfrom undertaking additions) sups 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 rmaxlmurn participation by small and minority businesses, and women's business enterprises, does not authorize than Sub -incipient to break a single project down into smaller components in order to circumvent the micronpurchase or small purchase thresholds so as to Lanke streardiried aciqu€sit€ran procedures (e.g, 'project splitting"). The SutRenlplent shall comply with any Statement of Assurances incorporated as Attachment H. DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 IN WITNESS WHEREOF, tho Win Here o h v ox cj<rted this Agreement. SUB RECIPIENT• By: Name an. Date: FID# Y OF MIA 1.(Orlre Rescue) If sf: nhn etectretrically; By providing thkk electronic signature, d. am aft sting thet d understand that electronic signatures are legally binding and have the sane mee+?ing as handwriiton aigrtatatres, f 4rrr also cOnfirming that internal controls have bepo maintained, and that policies and procedures Were properly __.. followed to ensure the authenticity of the electronic siynatora This statement is to cer* that l confirm that this electronic signature is to .be the legally binding e9 JA'alent:of my handwritten signature and that the d E? oil this form is ;accurate to the best of my knowledge, STATE OF FLORIDA DIVISION OF i~Mi"RGEN Y MANAGEMENT jjj McWhorter. • Digitally signed by Linda McWhorter Linda DN: d[=o 9, d[=Flap[, ou-0EM_ sers, Preparedness, cn=Linda E� MCNharter,email=Llnda.McWhor[er�elnmyFloddacom Da[e:7023.05.1717:20:54-04'00' for: Name and Kevin Guthrie. Director Date: See e-signature above DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 EXHIBIT — Fedora! Programs and Resources Awarded THE FOLLOWING FEDERAL RESOURCES ARE AWARDED TO THE SUB.RECIPIENT UNDER THIS AGREEMENT: Federal Program: HQM,EL(lNO SECIjR TY.BRANT PRQGRAM Federal Agency, U.S.. peoart halt f 1490)01arld Attatirtly. Folderol g, orgenav il,jariapaafront Catalog at Fudaral DomesticMaistanee title and number: 97.4 Z Award amount: $14.012.500.130, THE POLLOWIN0 COMPLIANCE REQUIREMENTS APPLY TO TH FEDERAL R SOURCES AWVARDED UNDER miS AGREEMENT: Federal Program: LAD SECURITY CI3,A T PROGRAM List applicable compliance requirements as follows; 1. •Sub -Recipient Isle use funding to perform eligible getivIties as identified FY 2022 Department of Homeland Security Notice of Funding Opportunity. Sub -Res plertt Is subject to All a adminEatrative and financial requirements as set fork in this Agreement or win not be In compliance with the terms of the Agreement. 3. Sub-Reolpinnt must comply with speolfla laws, rules, or regulations that pertain to how the awarded resources must be used Dr how eligibility determ,nations :arr to be made. NOTE: 2 O,F,R, Pert 2a0, and $option 216,97(5)(e),. Florida Statutes, require Mettle information about Federal Programs end State Projects included In Exhibit 1 be provided to the Stab-Reaipiant. DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 EXHIBIT 2 Certification Regarding Telecommunications end Video Restriotions Effective August 13, 2020, DNS/FF MA Sub -Recipients, as well as their contractors and subcontraotore, may not use grant funds under the Nonprofit Security Grant Program covered by this Agreement end 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 =tract to procure or obtain any equipment, system, or service that uses "covered telecommunications equipment or eervicee" as a substantial' or essential component of any system, or as critical technology of any systsm; or 2. Enter into, extend or renew contracts with entities that use or provide, es part of its performance of this agreement or any other cantraatual Instrument, any equipment, system, or service that uses "covered telecommunications equipment or services° ee a substantial or essential component o1 any system, or as orifice' technology as part of any system. This prohibition regsrriing certain telecommunications and video surveillance services or equipment Is mandated by eoctk n 889 of the John S. McCain Nstionel Defense Authorization Act for Fiscal Year 2019 (FY 2019 i DAA), Pub. L. No,118.232 (2018), and 2 C.F.R. § 200.216; 200.327, ,200,471., AND Appendlx II to 2 C,F.R. Part 200. Sub —Recipients may use Dela/FBA grant funding to procure replacement equipment and services impacted by this prohibition, provided the costa ere otherwise consistent with the requirements e1 the FY 2021 Preparedness Grants Manual, applicable appendix to the Manual, and applicable NOPO, DFiS/PEMA will publish additional guidenoe in a subsequent Information Bulletin or sirniler notice, Per section 889(f)(2)-(3) of the FY 2019 NDAA, covered telecommunications equipment or services means: 1, Teleocerenunloatlons equipment produced by Huawol Technologies Company or ZIE Corporation, (or any subeidfary or affiliate of such entitles); 2, For the purpose, of public safety, security of Government facilities, physical security sttrveliiarres of critical Infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytere Cornmuntoatlons Corporation, Hangzhou .Hlkvislon Digital Technology Company, or Dahua T chnology Company (car any subsidiary or affiliate of such entity); 3. Te€eoorrmrur:ications or video surveillance services provided by such entltlea or using such equipment; or 4. Teleoommunicstians or video survellienr a equipment or services produced or provided by an entity that the. Secretary of Deform in consultation with the Director of National Intelligence or the Dtrecstor of the Federal Bureau of €nveetigation, reasonably believes to he an entity owned or controlled by, or otherwise connected to, the People's Republic o1 Chino. In the event the Sue -Recipient Identifies covered telscrammunioatians equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract perl'armanre 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 nurnber(s), If:applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial anti Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); Kern descriptIon; and any readily available Information about mitigation actions undertaken or recommended. 2. WIthin 10 business days or submitting the aforementioned Infermt'atIon: Any further available information about mitigation actlone undertaken or recommended. In addition, the Sub -Recipient 30 DocuSign Envelope ID: F1B18B2D-F1BA-4D48-9866-0670A55CC602 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 servioes. Sub.Re,ciptert. CITY OF MIAMI (F re Rescue) By: Arthur tf�rega, City Manager Printed Name and Title Date: if signing etectranically: By providing this electronic signature, .1.am attesting that !understand that electronic signatures are legally binding and have the same meaning as handwritten signatures. t am alSo confirming that Internal controls have been maintained, and that policies and procedures were property follaweLd to ansure_tha_auth_enticity (If the electronin_sIgnature This statement is to certify that 1 confirm that this electronic signature is to Oe th legally binding equivalent of my handwritten signature and that I understand that it is my responsibility, on behalf of the organizatior,. fo ensure that we adhere to these restriction's. DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 EXHIBIT — 3 CERTIFICATION REGARDING LOBBYING Chock the appropriate box: I This Certiticaticin 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 il(i )r. 31 § 1362; and 44 C,F,R, Part 18, O This Certification is not required because the Contract, Grant, Lan,. or Cooperative Agreement will be equal to or less than $100,000, APpeNDlx A, 44 C,F,R. pAF T.1;t1 GER " F ATI N REGARi iNG LO6BYINp Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief,, that; 1 e No Federal appropriated funds have been .paid or will be paid,by or 041 behalf of the undersigned, to any person for influencing: or attempting to influence an officer or employee of an agency, a Member of Congress, en officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal Contrac;t,the making of.arry Federal. grant, Lille making of any Federal loin, the entering into of any cooporative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative .agreement, 2, If arty fund& i th.or.than Federal appropriated funds have been paki or will be paid to any parson for influencing or attempting to influence an officer 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, tha underalgriod shall complete and submit Standard For -LLL, „Disclosure Form to Report Lobbying,' In accordance with its instructions 3. The undersigned shall require that the language of this certifloation is included in the award documents for all 6Ubawards at all tiers (including subcontracts, subgrartta, and contracts under grants, roads, and cooperative agreements) and that. all Sub.Reolpients shall certify and disclose accordingly, This certification is a material representation of fact upon which reliance:waS 'placed when this transaction was niede or entered into, Submission of this certification is a prerequisite for making or entering Into this transaction imposed by section 1362, title 31, UaS, Code, Any porn who falls to file the required certification shall be subject to a civil penalty of not Ieea than $10,000 end not more than $100,000 for each such failure, The Sub -Recipient or subcontractor, '�" ! �� eN:I "t. certifies or affirms the truthfulness and accuracy of each statement of its certification and disc ura, if any, in addition, the Contractor unders rids and agrees that the provisions of 31 U,S;C. Chap. a8, Administrative.Rarr-ted1es for False Claims/ a State,men a, apply to this wtification and disclosure, if any, ig Arth Wame artd Tltl Date ubcontr ctor's Authorized C ffici torts Authoritzrad Offlciaf 32 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 ATTACHMINT A. Program Budget Below Is a .general budget which outlines eligible categories and their allocation under this award. The Sub Recipient is to utilize the "Program Budget" as a guide for completing the "Budget Detail Worksheet" below. The Equipment category will require Authorized Equipment List (AEL) reference number. Tho Authorized Equipment List (ACL) Is a list of approved equipment types allowed. under F MA`s preparedness grant programs. The intended audience Oki* tool Is emergency managers, first responders, and other homeland security professionals. The list consists of 21 equipment categories divided Into sub -categories, tertsry categories., end than individual equipment Items. The 11EL con be found at http;ll+mmtema.gc vlautt orizedµequipmentoltet. The rrr'rm% of €andtr bOttArtonr fire tre rits'llited in the "Woollen Budget and 2rope or'Wk" pamitzed, H eIT,. ttre tflififsee of funbtgWeen Wanes rs oletaly tefted, FY 2022 - State Homeland Security Grant Program — Urban Area Sec ui1ty initiative slue #45 CITY OF MIAMI (Fire Reseue) Award Allocation - tissue 45 Expendable Award Allocation after.g% reduction LCt' -Type Achhltiea (2.5% of award allocation} This amount is riot in addition to the remaining award amount but Instead signifies the amount needed to meet the 2 % r ulrrlrrpnt, Management and AcIminiatratlon (tire dollar amount which corresponds to 66'la of the total local agency allocation is shown In the column on the ri ht 33 DocuSign Envelope ID: F1B18B2D-F1BA-4D48-9866-0670A55CC602 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 fisted in this agreement via email or letter. tiivi 00. ai , *,,..IS, -,e4 Developing hazard/threat-specific annexes Developing and impleirenting homeland security support programs and adopting ongoing 0115/FEMA national initiatives Developing related terrorism and other catastrophic vent prevention activities — '— Dev&�ping and enhancing plans and protocols Developing or conducting assessments Hiring of full. or part-time staff or contracticonsultants to assist with planning, engagement, and volunteer anagernent acgVitiee 45 intelligence and Information Sh Metadata Planner; Line item 2022.02 $43, .0 $3j� .00 ..._ Combatting Domestic Violent EXfreirtiSfIl — Screening, Search, Detection (LPR Analyst); Line t m 2022-0,3 $52,000,00 $62,00000 ,„..,...*_., _ 45 Cross -Cutting — Planning (PIE to Include Planners and COnsultants)r Lino item 2022-06 1 $1,192,477,00 , $1,192,477,00 45 Protection — Cybersecurity (Cyber Assessments and Training); Line Item 2022-05 30,000 00 $230,000.00 45 - — Cross Cutting — Operationa/ Coordination (EM Technical ,Support Specialist); Line item 2022-07 $100,000.00 $100,000,00 45 Materials required toconduct planning, engagement, and Volunteer management activities Travel/per diemrelated to planning, engagement, and volunteer management activities Overtime and backfill costs (in accordance with operational Cot Guidance). Issuance of VVHTi-compliant Tribal IdantIfoatron: cards 34 DocuSign Envelope ID: F1B18B2D-F1BA-4D48-9866-0670A55CC602 Activities to achieve Warming inolusi7e of people 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 prcorams Coordination and material support to Citizen Corps Councils and local firehouses for the eetabliehMent, training and maintenance of CERTs , Update governance structures and processes and plans c -1 nc c rnmunications Deveiopment, and review and revision of continuity of o eratiens plans Dev-efopMent,and r_e_v_iew and r_e_vision althe THRA/S.F_I_-- continuity of 0 erations I ns -- Developing or conducting equity assessments to address planning and preparedness disparities for historically underserved communities .... ':-., 40i 9 NitiOiltiOr1011 ijg , ZW . F1OJ -..._ ,,,i,,,, ' - q- 84, Program management Development of whOle community partnerships - Structves and Mechanisms for Information sharing beNveen the public andprivate s implementing models, programs, and vvo kforoe enhancement initiatives Tools, resources, and activities that facilitate shared situational awareness between the public and private sectors Operational support Uiati of standardized resource management oncepts Responding to an increase in the threat level under the National Terrorism Advisory System (NTikS),or needs in resulting from a National Special Security E-verit Reimbursement for select operational expenses associated with increased security measures at critical infrastructure sites. incurred (up. to 50 percent of the ilocation) Soft Target/Crowded Places - Interdiction and IsruptIon (Operational OM Line item 2022-01 $5,000,00 $5,000.00 45 Overtime for inforMatiOn, investigative, and intelligence srat:ng activities (up to 50 percent of the allocation) Hiring of new staff positionsicontractors/consuitants for participation in information/intelligence analysis and sharing groups or fusion center activities (up to 5p percent of the airpc009) 35 DocuSign Envelope ID: F1B18B2D-F1BA-4D48-9866-0670A55CC602 Intelligence and. Information Sharing — Fusion Analysts; Line iten1 2022-02 $54,000.00 $270,000,00 5 Protection — Cybersectirity (Cybe AnaIyts rti thnr Lino item 2022-05 si5o,00p,00 ,300,000.00 45 _equipment); Hiring or rnaintafning staff positions/contractors/consultants at surr levels to deliver community preparedness training, resources and material to schools, community -based organizations, faith -based institutions and local bu inesses. Hiring or maintaining staff positiOnekentractors/tonsuitantS to Create, support a� maintain CERT or Teen CERT Co; of migrating online services to the ",gov" dornain TOTAL.030#7-10,4454;*EXPENbTUfkg 01910..,f* *.4016:. .04.40-,:- ,. Co 144 P Design, Develop, Conduct and Evaluate an Exercise Full: or Part -Time Staff or Contractors/Consultants -- Full or part-time staff may be hired to support exercise - related activities. Payment of salaries and fringe benefits must be In accordance with the policies of the state or local unit(e) of government and have the approval of the tit e 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 ern 2022-06 1 $1;077,164. 0 $1077,/a4.00 ,........... . _____ ,.. ........._„ . Overtime and bacidill costs — Overtime and backfill costs, ricluding expenses for parttime and volunteer emergency response personnel participating in FEMA exerC' fmplementation of RSEEP Activities to achieve exercises inolu ve of people with disabilities and others tuttn,access and nonaI needs Travel — Travel costs (1.0,, airfare, mileage, per diem, hotel, etc,) are allowable as expenses by employees who re on travel status for official business related to the planning and conduct of the exercise 9roipct(s). Supplies — supnlies are items that are expended or conSurned during the course of the planning and conduct of the exercise project(s) (e,g:, copying paper, gloves, tape, non -sterile masks, arid disposable protective e'i:i'men), ... interoperable cornmUnications exercises 36 DocuSign Envelope ID: F1B18B2D-F1BA-4D48-9866-0670A55CC602 Activities to achieve planning inclusive of people with limited English proficiency i: 4:' r : -.. — --',_ I::' • .4!—, : , ..:...--, 2.: eRCI$ , EXPENDIvII ,K0-,e_ 04) fitt. ----'-'0'!•::;- -- Overtime and backfill for emergency preparedness and response personnel attending DHS/FEMA-sponsored and approved training classes Overtime and hackflil expenses for part-time and volunteer emergency response personnel participating in DHS/FEMA training Training Workshops and Conferences Activities to achieve training 111C1USiVe of people with disabilities Brid others with acdes5 and functional needs and limited English proficiency Full or Part -Time Staff or Contractors/Consultants Cross -Cutting - Planning (Training etasses); Line Itern 2022-06 $13$,893,00 $135,893.00 4 — PrOtection - Cybersecurity (Training Classes,); Line kern 2022-05 .$80,0i)0..80 , $360,000.0 — Travel .....,_ .„ Supplies - Supplies are items that are expended or consumed during the course of the planning and conduct f the training project(s) (e.g., copying paper, gloves, ape, and non-stedie masks.) Instructor certificationire-certffication Coordination with Citizen Cusps Councils in conducting training exerciaes Interoperable communications training Activities to achieve training inclusive people with imited English proficiency _ Immigration enforcement training .. :-. A '..,.. - --- ...,,, e . - • ' — 0 ligible Equipment Acquisition Csts Thu table below highlights the allowable equipment categories for this award. A comprehensive listing of these allowable equipment categories, and specific equipment afigibre under each category, are fisted ah the web -based version of the Authorized Equipment List (AEL) at hrtp://www.fentkzpviauthorized- guipmenr-limst, i , i. i Ouant 4: ' <<, • " Unit Cost 1:01 TOth tOtij ..., ,.....,1 < Personst protective equipment 37 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 r-.w .,rN...- . '''''-'—''':".-1 g; rib$ ve Cevipe mitigetiorlOnd?OrmeOJatioI1 egthp ent Cambatf3ng Domestic Violent ExtremiSte-- interdiction and Disruption MOD Equipment such as Tool NA, i ilaenacopo Wand Containment Vessel); Lino ikon 2022.00; A l., #02EX-OO•Tl RO, Q21 X o0• (7FOr O,2L�X JO TCt/i(�. $119,675.00 w• $119,575.6Q a 46 ., Response -MANE - On Scene Security, Protection and i. (Explosive Magazine), line Itom 202243; AEL, 0020f Q0- MP 1 $$4 726,00 $34,726.00 46 to g:4R(t3f th i wailKh,a6d'.rsscire @qu100neflt ,' " F . `y,,. Intelligence anti information.Sherinj--Surveiillance Platforms; Lino Item 202242; AEL 0030E-07 f OVL, MOE- r_0.7-SUApt , O4MDO3-DIS,p' 1 $341,000.00 $341,000 40 45 _ - - trthfng:10 r AaC *Aril Extremism - interdiction end - Disruption (Drones); Lino Item 2022.05; AFL 00306.07- BIAS 1 $ft14,000 Od $1'60,00O.00 40 ,. Combatting Domestic Violent Extrvarnism - Interdiction ima £laruptlon(i11ghtVision Goggles ter Marine Patrol);Line Item 202274$i. AEL #0300-07M11LA 4 $16,75000 $SIJ000,0G Combatting Lirrrry sltc Violent Extremism - Screening Search Detection (1.1"13 projects); Line Item 202243; AEL t103OE 01 At.PR,. 21+ i 4O4NSt; 21 N$T 1 $004,530 OO' $984,630.QQ Response-CBR E- Mara Search and Roscoe Oporetlorro (T'RT Equipment); Line It m 2022-12; AEL 0 00SRrl02..TRIG, O.9SR-01$'HQR, 038R-02-T 1Y, 03SR-01-AJ AQ, 03S'F 2- 7 1EL,100E.0C4ENR, 0BD241.L/TT,193Sb0041WEN, 03SR, 03-SCAM, 031SR-03&T'PHY, 03SR-03.Ka4c 1, 03O .0T-SUA$, 034E 47" UPG0 12T O MQVIA, 12VE-1 amISS ,i 4,995, 0 $334,986.00 46 r+C± toti. tack EO' y... } �' 4=•„p},yWx..'"" �» Waif-WWMNx�w�pu=..wnn�:'i .. •nMM,nwrxlxx.L..r,.x,. 45 .wwi...µ:. Intelligence a and Information Strarrng - RTCC Edge Recorders with .Llconses; Lino item 202242; AEL,11 4SN» $7,800.00 $30,000.00 • Cra .Ctxtting - Operational Coordination (JCS Software); Line Item 2022.07; AEI. 004AP.06.CDSS, 04AP-03•01SS, 04SW 04 NET'W 04AP 02 AVI. $160,000.00 $184000 00 40 :C0+b'eisQc%'aty erlh ncemen eg -if s ,' .' . ', ,, . M Protoctian -- Cybarse uN r (Cyber Iquipment); 1ne item 202245, AEL 805Nr'P.06 STEM 1 ..®._. $243,407,00 - $243,497 00 49 .- a • ,..y.... .. ti , .•e..nu interop.rabl' coiiiruicetions.eqipn 1A ✓xdxxA +, wr.r. response-CRN - Operational Communications; Liras Item 2022-95; AEL. 11060C-03-8ATFB, 06i<P-03-PRAC, OeCp. 014 'o!?T, QCCPyVI-MOL3i 1 .� $472,277.00 $472,277.00 45 Det$ot[4hl tquJpr,1e t..!„' '> '': «W, Combatting Oome�stIc Violent EXtrernisni - Screening, Search and Detection (Hemet Monitors); Line item 2022. 03; AEL 1107CS 01.KA VC, 07CD-01-DPMC and 21 r 11.00- MAIN 1 EEs00 46 38 DocuSign Envelope ID: F1B18B2D-F1BA-4D48-9866-0670A55CC602 Combatting Domestic Violent Extremism - Throats and Hazard identification (Chemical/Explosive Anelyzer); klile Item 2022-03; Ap., f07E.D.:01:.f..ASI3, 21 GN-00-MAIN 1 $38,000.00 $35,000,00 48 . Mftigation - Threats and Huard identification (Methane Detector); Line item 2022-09; AEL#07ED.01-1./ISRs 210N- 0041AIN 2 $15,000.00 $30,000,00 48 : : eoa ti ta Mina** E (4110110ot '.:,.., - -.,. :,:;."::.•;•.'',:.% , :.!:'•• rr"f .-,I.-T,'":. r; r r ' Fie.Spent:O•dighi., Ort.cene Security, Protatron sod 1E (liazmat Emergency Traffic Signals); Line Item 202243; AEL #080201.7vc3 2 $$5400.00 $70,000.00 45 -..,tr.r.rtr....!,".irr ••.'? 6•610it,45011ei,::.,.z..;.?E',;,::'.5:,,:,.."....,.,•:/;',.:...:.:;,, ,.. ;,.';. '.':,.•.?,".:::•`(•':..:!,,.:.,1.•.. .;,...:! :',,, - • ..!.5:!.,:; t,:,..:',, ,..,'. .?:. . r ' 12esponse.CE3RNE - Public Health, Healthcare and EMS (MC1 Bus Upgrades from ELS to ALS); Line OM 202244; Agt, #oomE.)34,8M.P, 001111E-01-BAGM 1 $426;000.00 $428,00049 45 Response.CElitiVE - Public Health, Hosea -ate aila EMS Defibrillators); Line item 2022-14' AEL NOME-03-DEAE „ "' $4„000,00 06,00040 45 '',•t);XigiY:444 me- 46010466;•Ogi44:i6Oi!:.:0110)::!'.::'1.,':',.:•:;.:, 'i.,:;;',:::',:', ' - ..':'::::'•:.':;:;':':.''''.''''''.... '..,.','`:''',''''".f' '''''' r::-:,'':::_, ...,..,, , •,., . .7.-:...,.',,,-, :,',,, :-;..!:s :i7.-77:7 77-777.' ..._- , e,rieferpilce Mterie e:'::'''..i, ''.:."...;,•':".1:.,...:.• ..,-,. „, .. . .. ,(1'..i'00rt.,,s,k140§15io',,.46.io..e5..,..-;.:...:.:;.,,,n.;,.,I.-....,,,, .., , - ',,,' )'.:..- , - - - ormitistote Domestic Violent Extremism .- Environmental RO3p011$0, Health end Salty (Manx Projec0; Line (torn 202143; AEL. 012VE-00.1VIISS, 09410-0,10E10, 0911(1E41- &AGM 01CB-02-ENSM 01AN-03-PAPA and 05D2-03-TPEW 000,000.00 000,000.00 45 45 $2,798,13400 Response CDRNE - Critical Transportation; Line Item 202240; AEL #I2VE-0O$PEC, 1.2W-00•CM:014 12T1-00- MOM, 1.21(E-004/ISS, 19$S-00-MEL, S2195,734,00 . ,. $194,000.00 4,5 Rescsonse CERN(! - Logistics and Supply Chain Management (Logistics/Deployable equipment Project); Line item202241; AEL ill 2V6,00,SPEC, 12TR40-TEQP, 14SW-01-S1OP, 030E02416N $194,00040 .:.,T77-r"'"777,77 . , 1'.6rrbrthtliqnqakritPPAY.0.111.90.•EcjiiiPrY0r,4 int-VitaGime and Information Sharing- RTC Dash board w/th Maintenance Plan; Line item 202242; AEL elir.oa. INTL., 21 GN..00-INST 2IGN-0041AIN 1 500,000.00 $ 00,000,00 45 I ',itai40:4itiiit.:;i:400;,.tleiat4i iptilivil,:':::',..:' . soft TargeticroiAteied Pieces- Physical Protective Measures (CCTV); Line /tem 2022-01; AEL 014,SW-01-V1DA, 04HW-01-11101W, 04110-034ISP, 210N-00-MAIN, 2101100- MST, 210N-00-GNST .... ... 1 $444,00000 $444,000,00 45 _. _ N IF Recovery- Infrastructure Systems (ackup ethem: t); Line itom 2022-16; AEL. 41401700-COOP . $25,00040 $4000,00 45 nspection anct Screening systems . . ' -I- - . . AnimalCare and Foreign Animal, Disease • ' • . . ',--'PETNE F;r0Otitton.:Onitt (4/00-'00:AriitOtnr. ,.. . . . DocuSign Envelope ID: F1B18B2D-F1BA-4D48-9886-0670A55CC602 20RCBR esponse AIS- Critical n portehon; Line item 22.10; AEL #17WC7•00,90AT S40,001,00 80,002,00 OBP,fitE:rrevention.and,fesponse 'Um nne0 Aircraft • 0411.'•qEPtv.lati9n Equipment • .,, P_•_. .„.. ., ,: •.,.. • ••. , .:. ,:•• . ..:. • •„. , .„.,..:. ,,...: 7, ••. :•„ .• : . - .• • 7.... ,i ..•r 7- 4 7 ...,,..... , ., LI:, .. : ., ?, T-1.1..,:.P14):041100015.00.g,400.1*0(,..,:,::,..,!!....-.,2,D':.i,:.:;,1•:,„.':;,....::::-....:::::,:;1......:::::,:....:::;::::.,:.:,.;,::.::::::::::.::,::::,...;:::::!...:,:::.:,.._. R. asPonse cariNE - Logleires and Supply Chain Manage:Mont Morkilfts); Line item 2022.12; AIEL. 019mH-oa, ,2 SULK $45,000.00 $90,000,00 45 . ., iii: Ng 000 eli#104 .*:i14t0t000iK01 A 64064.:Ji (0 000 ' effilitei.erti.er e c ii pik4 ' ''--r.' PVg',. ..t).'0100#:(:04003.t.jeeit:'0to.',(1,0pr.gi.o.tly!...,ti3Oe,0_00.1,.pit,::.-roompdt,)!.:,600w1 Oi.Ordli,4:,*,::-..ttvWl-ii`.11"-g::4.9.10..iiiir'.!tit:ii6V.:.4:4140.for.j6ns'tijoili5ii'oran0iitt, 1,*.:-:0000.8e..;'::Wilotr00.0i.iyotrii;60,4(:p:„ l::.].(E.:.,...F!.,,,..,...:::::::.4::::.4.:iHji.::.,gc,..!.:,,i,.,-.:,:-.,,:.,:.: $240,000.00 $240,000,00 4$ Intelligence and .Infortriation Sharing - F(161017 Operations; Line item 202242; AEI. #210A1-00-0CEO, 041-1141414NHA 1317,00-INT!.; 131740.ALliT 1$445,000.00 ----I— CO7mmunity PT-iipdrilidn.osa and Aesillen0y -ZommunIty Resilience (CRT intuativom Lino fear 202244;. Stet. #210111-00.CcECI„ 1.00N-004GPIS006P-01.PORT $446,000,00 45 Croes.Clittin -. Operation -if Coordination (SOO Enhancements); Line :item 2022.W; AM, 02101‘1.004PEQ„ 05CP•,05NCOAI, gi cohocimsr,. 0414W4141V1-0, 061AP.0.5- COSS, 21G1.00.MAIN, 140.00.COOP, O7SE.43-EIVIIS, 0600.00.P1iTY, 000C4024)AD, 10M-00-UPS, 000P-01- Afloat OBCP.03.PRAC, 181T-00-A1AT, 04AP-01-CiliDS, 04013-02,0k0J, 00C041-CELL, 21 ON-ao.cNsi; 21GAI40- MAIN, 00CC-03.S4TS„ 210N-,00-S1IP, 001043-DISP, 000P- 05-VCON, 14SW-01-PAC. 1 $81$,081.00 $613)081.00 _ 5 Mitigation - Long -Term 0 rehillty Rednetion pitlairdenenoe 8 Snatainment of UAW Equip/nen t);.gine horn 2022-08; A01:*2106/00.1WAIN 1 S178,480..00 $178,480.00 45 • • _ • • •-- _. Resi)o7Ise.,O2RAIE - Mass Search and Rescue ops. (Mil/Lb Discipline Training Prop); Linn item 202242; .4gt,0211:4N- 00.CA/ST, 210t1/44004Nsr $120,000,00 $120,0eoho 45 . .L .. ...................... iFi, .. ''•'.F;DT:t.: „ 4,..,;! • Pgi4Otttl_ . ... _... 0' .. .. .,-. ...i. ( t 1i, :1-, 411-1,:n,. , - • -.4-•:::.':-', _ ,..it..,,,,.. V:,. ..— ..: ____ —. ..,, Hiring of full-time or part-time staff or contractorskonsultants: to assist withthe management of the respeCtive.grant -program; application requirements, and con witI1. reporting and data Coition rEkluireinents ,...,,, _ M&A airy Personnel, Une item 2022./7 i $010,500,00 b45 38 5 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 leveloprnent of operating plans for information collection and processing necessary to respond to CPHS/F MA data calls w_ Overtime and backfiil costs — Overtime expenses are defined es the result of personnel who worked over and above 40 hours of weekly .work time in the :performance of PEMA— approved activities within the scope of this grant. Sackfill Coats also called "Overtime as Beckf€r 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 F MA — approved activities outside their core responsibilities, Neither overtime nor backfill expenses are the result of an increase of Full — Time E uivalent FTEs) employees. -Trove xpenses 41144 ravel, Line item 202247 $2o,040, to $20,000.00 4 Meeting -related expenses Authorized of cs equipment: including personal computers, laptop computers, printers,. LCD projectors, and other equipment or software which may be required to support the Implementation of the homeland security strategy, Office Supplies, Line Item 202247 $20,000.s $20,O000 "The following are allowable only within the agreement period: Recurring fees/charges associated with certain quiprnant, suelI as cell phones, faxes Leasing an.dlor ranting of space for newly hired personnel to adrniPistor program$ \NAND the grant ...____— _program.. Recurring Expenses-, Line item 2022.17 $f0,000.00 $10,000,00 Completing the Civil Rights Evaluation Tool Conducting activities rotated to evaluating project ctiveness for l-IGP-funded projects .a f , �� Y�'�' 1 y.� � i 2.,--��-4[-.4., ' �aFkt"-- '`_rt 3R �*a }� ',iiA:T!w tx.a` -. sue" - ,.1 - .t. .-,w+i__.?�+ :-.�^"!_-+�3�xx . .4++srr++H1+ .�� .__<r"" tit .�n � �-r•c,?��a" TOTAL AWARD EXPENDITURES __ . r a--. 14,012,500 .74^, 0 38 e,, DocuSign Envelope ID: F1B18B2D-F1BA-4D48-9866-0670A55CC602 ATTACHMENT a SCOPE OF WORK SubwReolpiants must comply with all the requirements in 2 C.F.R. Part 200 (Uniform Administrative Regulaiments, 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 (H.SGP), consistent with the Department of Homeland Security State Strategy, Eligible activities are outlined in the Scope of Work for eaoh cate.gory 1. issue and Project Description - issue 46: The Urban Area Security initiative (UASI) has allowable Management- arid Adirintsfration (M.81A) costs associated with it, The Division -of Emergency Management, as the designated State AdMinistrative Agency, will retain five (5). percent of the total UASI amotint allocated to Florida for M&ApurpOseS. These funds will proVide. the SAA with the means to manage and administer the UASI grant..The proper management end a.drniniatration of these funds- ensures that each project. listed will b.e ftHId,er. partially Milted, more efficiently while remaining in compliance with the Dila Federal Fiscal. Year 2021 Homeland Security Grant Program Guidance, If. Catsgorles and Eligible Acttvgree FY 2022 allowable costs are diVicied into the following categories for this agreement Planning, Orgentaational, Exorcise, Training, Equipment and Managementand A.dministration. Each category's allowable 0003have been listed in this "Budget Detail Worksheet" above. A. Allowable Planning Related Costs HSGP fund:s may te used for a range of emergency preparedness and management planning activities such as thosa. associated with the development, review, and revision of the THIRA„. SFR, continuity at operations .plans, and other planning activities thatsuprxirt the Goal and piecing an emphasis on updating and maintaining a current EOP that conforme to the guidelines outlined In CFG 101 ti 2.0. 4 Developing hazard/threat-specific annexesthat incorporate the range of prevention, protection, response, and recovery activities; 9 Developing and implementing homeland security support prOgratilS and adopting DHS/FEMA national -initiatives; • Developing related terrorism end other catastrophic event prevention activities; i Developing and enhancing plans and protocols; * Developing or conducting assessments; * Hiring of full -or part-time staff or .contraotkonsultants to aaalat with planning activities (not for tfie purpose of hiring pubic safety personnel fulfilling traditional pithlic.safety duties); a /viatarts& required to conduct planning actiVitlea; * Travel/per diem related to planning activates.; • t Overtime and backfift coats (iri accordance, with operational. Cost.Guidanca); cr, Issuance of WHTI.compitant Tribal identificatfon card; Activale's to achieve -planning Inclusive of people with disablittles and ethers with access and funotiOnal reads • CoOrdination with Citizen corps Coundis for pubilo infermatlen/education and development -of volunteer program's; * Coordination with Citizen Corps Councils and local firehouses -for the-establishmient, training and m.ainterrance of CERTs • Update governerice structures and processes and plans for emergency communications; • Development, and review and revision of continuity of operations plans; • Development, and review and reviion of the THRA/SP.R continuity of operations plans; 39 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 • Developing or conducting equity aSseasiments to address planning and preparedness disparities for historically under a ved communities- * Actkvittesi to achieve punning inclusive of people with limited English profkraienoy. S. Allowable Organization Related Costs (HSGP and UAW Only) Sub -Recipients proposed expenditures of FHSCP or UASI funds to support organization activities Include; • Program Management; • Development of whole community partnerships; • Structures and mechanisms for Information sharing between the public and private sector; + Implementing models, programs, and workforce enhancement initiatives, • Tools, resources, and activities that facilitate sharod situational awareness between the public and private eeotors; • Operational Support; • Utilization of standardized resource management concepts; • Responding to art increase in the threat level under the National Terrorism Advisory System (N 'ha) or rti deresultirtg f m Natoonal-SpeclenSeeurlty- rent, • Reimbursement sement for select operational expanses associated with Inoreased security measures at critical Infrastructure sites Incurred (up to 50 percent of the allocation) • Migrating online services to the s`,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 se qualified intelligence Analysts, Per the Personnel Reimbursement for intelligence Cooperation and Enhancement (PRICE) of Homeland Security Act, Pub, L. No.110-412, § 2, aodffied In relevant part, as amended, at 6 U.S.C. g t309(ra), HSi3P 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, es well as support existing intelligence analysts previously oovered by HSCP or UASl funding, See 8 U.S.C. § 609(a). To be hired as an Intelligence analyst, staff and/or contractor personnel must meet at least orte of the foifowing orlterie: • Compute training to ensure baseline proficiency in intelligence analysis and production within six months of Peing hired; and/or, • Previously served as an intelligence analyst for a minimum of two years either in a federal intelligence agency, the military, or state and/or tonal law enforcement intelligence unit. • Hiring or maintaining staff posit onaic ontractorsioonsultants at SLTT navels to deliver community preparedness training, resouroee and material to schools, community -boned organizations, faith -based Institutions and local businesses. • Hiring or maintaining staff positlonslncrntractors/co:nsuttante to create, support and maintain CERT or Teen CER1' Intelligence AnalystAMtivlties Allowable Caste (lHH$GP and LIASt) Ali fusion center analytical personnel must demonstrate quallfloations that meet or oxoeed competencies identified in the Common Competencies for state, Inca!, and tribal Intetligettne 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 SIA. States and Urban Areas. must Justify proposed expenditures of HSCR or UASI funds to support organization activities within their id submission., Al! SAAs are allowed to utilize .up to 50 percent (50%) of their I1SGP funding and all Urban Areas are allowed up to 50 percent (50%) of their UASI funding for personnel costs. At the request of a SubMf' eclplerrt of a grant, the F MA Administrator may grant a waiver of the 50 percent (50%) limitation noted above, Request for waivers to the personnel cap must be submitted by the SIAA to GPO In writing on offiotal to t©rhead, wflh the following: irrforrnatlon, 40 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 O Documentation explaining why the cap should be waived; ✓ Conditions wiser which the request is being suhrltterd; and • A budget and method of calculation of personnel casts birth 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 UASt Include.; Operational Overtime Costs. in support of efforts to entrance captblllites for detecting, deterxirng, disrupting, and preverttling acts of terrorism and ether catastrophrc events, operational overtime costs are allowable for Increased proteotive scattily measures at critical rnfrastructurs sites or other high -risk locations and to enhance public safety during mass gatherings and high -profile events, in that regard, I-t GP Sub -Recipients am urged to eonaider using grant funding to Support soft target preparedness activitloa. FHSGP or UAS' funds may be used to support select operational expenses associated with increased security measures to the authorized categories cited below: Btacktlil and overtime expenses for staffing State or Major Urban Area fsrsiort centers', ar H r ng c ntmeted sa urityfor crlticai infrastrucl„ itts; • Participation in Regional Resiliency AsseSement Fromm (RRAP) activities; * Pubic safety overtime; Yids 32 or State Active Duty National Guard deployments to protect critical infrastruc terre sites, including all resources that are part of the standard National Guard deployment package (Vista; Consumable coats, such es fuel expenses, are not allowed except as part of the standard National Guard deployment package); • trtcreassd border ersourity activities in coordination with Cr3P; *National Terrorism Advisory System; • Designated National Security Everttei • Special Event Assossnlel t Rating (,SEAR) Level t through 4 Events s States of Emergency; • Nationari Critical Infrastructure Prioritization Program (NCI.PP) • Directed Transit Patrols; end • Operational Support to 0 Federal Agency. Operational Overtime Rego te: a Except for an (t(evated NTAS alert, HSGP or UASI funds may only be spent for operational overtire costs W111 prior wrlttan appmvai by FEW!),' he SAA must submit apersilonal ovortirne requests in writing to its assigned PEMA Program Anafyst (PA). FEMA wilt consider requests for specie( event aoilvitloe up to one year in advance. However, such requests mutat be within the award's otrrrerit period of performance and must not result In the need for a request to extend the period of performance, • AIl operational cvortirnle requests must clearly explain h r+t the request rrr •te the criteria of otvi, or more of the categories listed abovie. Requests must -address the threat orrviranment as It relates to the event or activity requiring operational overtime support end explain how the overtime activity is responsive to the throat. ✓ Post -event operational overtirrre requests will only be considered on a case -by -once basis, where it is derrmnstra • that exigent circumstances prevented submission of a request in advance of the event or nativity, • Under no oirot,mitarices may DHSIFSiNMA grantfunding be used to pay for costs already supported by funding from another fedoras source-, n States with 11ASE jurisdictions can use funds retained at the *taate level to reimburse eligible operational overtime expernsaa incurred by the mate (per the above guidance limitations), My UA,Si funds retained by the state awet be used in direct support of the high -risk Orbart area, States must provide documentation to the UAWG and DHS/Fl MA upon request 41 1 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 demonstrating how any UAa1 funds retained by a state would direcii,,y support the high»risk urban area. • I ETviA w111 consult and coordinate with appropriate DNS components as necessary to verify information used to support operational overtime requests. Poseneel Casts (II$GP rt# J UAS Personnel hiring, overtime, and bacckfill experts are permitted under grant to perform allowable FfS©P planning, training, exercise, end equipment activities. Personnel may it acludn but are not limited to training and 6xerclso coordinators, pro rams managers for activities directly assoolatod with H$GP and ;JABl funded activities, IntaiNence snaiiete, acid 5tatswide 1nt aparability coordinators (SW1Cs), Sure -Recipients should refer to Jrtformatiorr Bulletin No. 421b, Cleriftraetian on the Poracsrtnel R&mnbursernent for Intelligence Cooperation and Enhancement of Homeland $ecurlty Act of 2000 (Public Law 1 70-4/2 -- the PRICE Act), October $0, 2019, HSQP kinds may not be used to support the hiring of any personnel to fulfil traditional public health and safety duties nor to eupplant traditional public health and fety positions and responsibilities. '"l he fioll wtrte-def r. lot ppfy-to person of ts: • Ifiring, State and lees; entities may use grant funding to cover the sale of newty mired pereenraet who are exclusively undertaking chewable Bil,VrEMA grant activities ae specified In this guidanc, This !nay not include nv personnel who are hired to fulfill any non- 011$/FFMA program activities under any circumstances. Hiring will always result in a net increase of Full Time Equivalent (FIE} 6mployses. • avert/me. These expenses are limited to the additional casts that rogtrlt from personnel working over and above 40 hours of weekly work titre as the direct result of their performance of DHiiF MA -approved activities spiocifled in this guidance. Ovr mime associated with any other activity is not eliglbie. • . ,a ck(fll folatrrtcl overtfrne. Also coiled "Overtime as B7okflll,'these expeneee are ilm! 4 to overtime costs that moult from personnel who are working overtime (as Identified above) to pEOCIJITI tilt dirties of other personnel who are temporarily assigned to DHSfF1 MA -approved activities autotdc their core responsibilities. Neither overtime nor bacicliil exam as are the result of an increase of 1WTE ernptoyees, • $upp##nting, Grant funds will be used to supplement existing funds end will not replace (supplant) funds that hove been appropriated fay the Some purpose. Applicants or recipients may be required to supply documentation certifying that a reduction in non-federal resources occurred for reasons oilier than the receipt or expected receipt of federal funds. C. Allowable Orgartt. atiorr Related Oasts (OM) Personnel Cow; OP$G funds maybe used far domestic travel and per diem, Including costa associated with the deployment/redeployment of personnel to border areas and for travel assoofated with low enforcement eritilles assisting other local jurisdloticns in law enforcement activities (travel costs must be in accordance with applicable travel regulations), Up to 50 percent of sn OP80 award may be used to pay for ail personnel costs (only io the extent that such expenses are for the allowable activities within the scope of the grant), At the request of a recipient r $1+b-Recipfent, the FEMA Administrator (or designee) May waive the 60 peraornt prxracanal cap. Waiver decisions are at the discretion of the PENA Administrator and wilt be considered on a c a-by-aose bests, Eurttzer, ctaInges in scope rsr objet:tivp Zi$o require 1~EMA`s prior written approval pursuant to 2 C,F,R. § 200108(c}(1 }(I}. A itrmal OPSG personnel waiver request should: +r Via err o offal tekt ,rhead, include ra written justification, and be 42 od by the looel'lurisdlotion. DocuSign Envelope ID: F1B18B2D-F1BA-4D48-9866-0670A55CC602 • Include a budget and method of calculation of personnel costs both In the percentage of the grant award and in total dollar (iiincynt, 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. • Bo coordinated with the USBP Sector, SAA, and the DHS/CBP Office of the Border Patrol (OSP). As with all OPSG personnel costs, OPSG grant funds will be used to 5upplement existing funds and will not replace (supplant) funds that have been appropriated for the same purpose. Applicants ar recipients may be reguirad to supply documentation certifying that a reduction in non-federal reocuroes occurred for rostoons other than the receipt or expected receipt of federal funds, Temporary or Term Appointments • Sub.Reolpients may utilize temporary or term appointments to augment the law enforcement presence on the borders. However, applying funds toward hiring full-firne or permanent sworn pub o sa ely-officem-la unallowable. * OP$G.funded temporary or term appointments may not exceed the approved period of performance, * For OPSG purposos, temporary appointments are non-siatus appointments for terse then one year. • For OP$G purposes, term appointments are non -statue appointments for one year, extendable for one year as necessaiy, • OPSG funding for temporary ar term appointments may pay br 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 enforcerrient operations work for ongoing OP -funded patrols throughout the Sector Area of Operation: * To staff operations, of limited duration; such ets OFSG-enhanced enforcement patrols tiro -king specific locations or criminal activity; and, • To AI OP$G positions in activities undergoing transition or personnel shortages end local backlit! policies (medical/military deployments). • OPSG term and temporary appointments must have all necessary certifications and training to enforce state and local laws. OPSG funds will not be used to train or certify term or temporary appointments except as otherwise stated in Me OPSG section of the Preparedness Grants Manual and the HSGP NOFO. • In addition to those tonna Sub-Rociplents must follow their own applicable policies and procedures regarding temporary or tour appointments. Operational Overtime Costs. ()PSG funds should be used for operational overtime costs associated with Jaw enforcement activities In support of border law enforcement agencies for increased border security enhancement, Overtime pay is for enhanced pativil for certified public safety officas, along limited support for other law enforcement direct support personnel (e.g., Communication Officers/Dispatchers, non -sworn patrol pilots, etc), Overtime shall be reimbumed consistent with the non- federal entity's overtime policy and the requirements as stated beiow: * Overtime is timo 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 identAxi and approved USBP border security operations. * The °PSG overtime hourly rate of pay will be no more then the approved wartime rate per local law and policy and must be In accordance with applicable State and Federal regulations. 43 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 0 All overtime ex ¢ nses under OPSG meat be reasonai7le for the aorvloes rendered and conform to the nr rt.fr der al entity's astabilshed written policy, which must apply to both federally funded and non -federally funded activitl and comply with the other appilcable regtalrementa under 2 f:,F.R. § 200 430-200.431, The non-federal entity may not utilize °PSG funding to pay for an employ 'e overtime hours or pay that exoeeds le hours worked in any 24•hour period, Unallowable Casts (i P$ OPS 3 unallowable costs include costs associated with evidence collection, arrest ptpcessing, prosecution, and Traffic/DUI checkpoints, such as evidence documentation cameras, fingerprinting supplies, sic hol breathalyzers, portable wort lights, traffic barricades., and similar law enforcement expenses, Additional unallowable costs also include costs associated with staffing and general IT aomputtng illquipment and hardware, such os personal computers, a, foxes, 0Qpy machines, modems, eta. Ono is not intended es a hiring program Therefore, atppfyfnn funds toward hiring ftrlf.tlrne or permanent sworn public safety officers Is unallowable. OPSO funding shill not be used to supplant inherent routine petrels and few entorcement operations or activities not directly related to providing iding enlaanoecoordination n between lapel-and-f errr-1 law enforeemenVagencies,rinoily, oartetruatfor andfor renovation costa, and exercise expensEqs are prohibited under OPSG. D. Management and Administration (M ,A) Management and administration (M&A) aotivitioa are those directly rerating to the management acre administration of Iw18QP funds, such as tnancfal managemord and monitoring. Sub.Reclpiente awarded M&A cods under this agreement can retain a maximum! of up to 6% of their total agreement owerd arnownt for M&A cots, Allowable M&A eotivitles Include; O Hiring of fuii-acne or print -time stars or contractarsfoonsuftente; • To assist with the management of the rra$pecttve grant program, * To assist with application requirernrant*. • To assist Whit complianoe reporting and data collection requircm€ nts, • Development of operating plans for Jnformation collodion and poncewing necessary to respond to DI-IS/FEW. data calls * Overtirne arrct hackfflf coots « Travel * Meeting related expenses • Authorized office eguipITotrt • Recurring expenses stab as those eiodated with cell phones and faxes during the period of performance of the ;rant program ▪ Leasing or renting of space for newly hired personnel during the period of performance of the grant program • Co npfettng the Civil Rights Evolution Too • Conducing activities related to evaluating aluating protect efhartiven€ass for I-ESOP.funded protects Management and Administration ‘M&A) (OPSG) Management and adninistratian (M&A) activities errs those dtrectly miming to the management and administration of QP90 kind% mods ao tfnanolat management ment otrd monitoring, Recipients may retain up to 2.3% of the overall OP$G allocation prior to paesing.trmigh funding to Sub-Recipiarataa This funding must be deducted in an equal peroentage from each Sub.Redplent. Sub -Recipients and frier -idly forces may retain funding for M&A purposes, however, the total amount retained cannot exceed 5 percent of the 8ub.Rsriplerrt's subtwird. Friendly forces are focal' law onfarcernsnt entities tht�t are subordinate Sub.Reciplents under °PSG. In other words, friendly farces ere entitles that receive a suboword from a Sue -Recipient under the OPu& pmorim,'~riendty forces must comply with all regnfrements or Sub-Reelptents under 2 C,fa.R, Pert 200, 44 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 E., Allowable Rquiprat®rtt Related Costs (SHOP and UA$I) TM 21 allowable prevention, protection, mitigation, response, and recovery equipment categories for H GP are listed on the Authorized Equipment List (AEL), The AEi. Is ov rliabie at hops;lfwww.forna,gavisuthtsrized-equipment-list. Some equipment iteme require prior approval from DHSJFEMA before obligation or purchase of the items, Please reference the grant notes for each equipment item to ensure prior approval le not required or to ensure prior approval is obtained If r ewssary. Unless otherwise stated, all equipment roust meet all mandatory regtilistery and/or DliS{FEMA4stoptc d standards to be eligible for purchaso using these funds, in addition, recipients wIff be responsible for obtarrnng aid maintaining all necessary certifications and (lconeee forth v requested oquipment, Grant tunes may be used for the procurement of srredteat oous1terrt}eaaurs>s. Procurement di medics) countermeasures must be oondttcied €n collaboration with State/city/local health dartrr nts who administer Pederal funds from HMS for this purpose, Procurement must have a sound threetwb Y Erl justification with an aim to reduce the cone quencos of mass casualty incidents durtrfg the fiat crucial hours of a response, Prior to procuring phertneeouttcals, gt"antaes must hole itt plate era trtventosy -rmariageraerat plan to avoid f to periodic variations in supplies due to coinciding purchase and exptratiit fetes, trr - ,V-are-en urrrged toenterin(c-ratatii naFpro curesnent agreements-withl vendors and distributors, Purchases of pharmaceuticals must include a budget for the disposal of apt(' drug r within each pascal year's period of perform nee for H5C1P. The wet of d(spps i cannot be carried over to another PEMA 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 Stratecdyu, 'Equipment purchased with these funds will be utilized in the event of smergerieles, including, but not limited to, terrorisrn releted hazards. The Slim -Recipient shall place the equipment throughout the State of Florida In such a manner that, In the event of an emergency, the equipment cars be deployed on the scene of the emergency or ba available for use tit a fixed location within two (2) hours of a request for said deployment. The Florida Division of Emergency Management (19 EM) must approve any purchases of equipr110a4 not Itemized Ina project's approved budget in advanse of the purchase. "fig Sit41Z6PtiMI wi11, in nvordanes veth the fftat ride rntttua4 aid agreement or settler emergency reepanse purpose as specified In the 'Florida Domestic Security Strategy," ensure that all equipment purchased with he funds is used to respond to any arid all la101dants within Its regional respon, a areas appiic ble for 8o Jong as this Are meat remains in effeot. Prior to requesting a reeponeo, the FDFZltrt will take prudent and appropriate action to determine that the Inver or intensity of the Incident is such that trr0 apeciailzarl equipment and rasouroos are necessary to mitigate the Mtaorne of the iraofaferit. Allowable g d rotor (OPSG) ()PS() aquipmant la intended to be incidental to the enhanced border soeurtty operations being performed. The grant is not intended to be used to outfit or supply general equipment to SOT law enforcement agencies. Egiuiprnent taunt he rein:labia to and justified by the operational benefit it will provide. s equipment Marking. Because equipment purchased with OPSO funding Is Intended to be used to support apso activities, It may be approprE ttely marked to engurs its ready identification and Plenary use for that purpose, When practicable, any equipment purchased with OPSO funding should be prominently rrtnrkod as follows; "lottrollosed with DHS hinds for Operation Sfonegarden Use Fuel Cost and/or Manage roirribursarnent, There is no cap for reirnbureemerrt of Mei and mileage casts in support of operational ao Ivities, 45 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 * Vehicle and Equipment Acquisition, including Leasing and Rentals: Allowable purchases under OPSG include patrol vehicles and other mission -specific equipment whose primary purpose is to lnersaae operational capabilities on or near a border nexus in support of approved border security operations. A detailed justification must be submitted to the respective FEW HQ Program Analyst prior to purchase. • Medical Emergency Countermeasures: Allowable purchases under DPW include nerootio antagonist pharrmace ticafs, detection and identlileetiorr equipment, sate storage and transportation, personnel protective equipment, and initial equipment tattling, se wilt be reflected In the AEL and explained in IS 438. ineuracoo Coverage Requirement: As defined in the Code of Federal Regulations seratIon 200,310 the Sub -Recipient must, at a minimum, provide the egtriverent insurance coverage for real property and equipment acquired or Improved with federal funds as provided to property ownod by the ncn•Pedoral entity. Federally owned p€opedy need not be Insured unless required by the terms end nor►dltlens of the Pectoral award. P, Uraallowa tie L qu1pnrent tvosts (HSC P, UAW and OPSG) ▪ Per Fag popsy, the purchase of weapons and weapons accessories, includhq ammenittan, Is net allowed with HSGP ands, • Grant funds may not be used for the purchase of equipment not approved by DHS/F1 MA. Grant funds must comply with IS 420 and may not be used far the purchase of the following equipment: firearm%; ammunition; grenade Munchers; bayonets; or wsaponized aircraft, vessels, or vehicles of any kind with Weapons installed. • Unauthorized exercise -related casts include; o Reimbursement for the maintenance or wear and tear coats of general use vehicles (e.g,, oonstruortion vehicles), medical supplies, and amergenoy reeptrnse apparatus (e.g., fire trucks, ambulances). o Equipment that le purchased for perm rent Installation and/or use, beyond the scope of the c nciusleta of the exerdee (e.g., electronic mess ring sign), Raquirsmentolor UllITVIJIMod Aircraft System (S4$P, JAAI, and QPSG) All requests fe purchase Small Unmanned Aircraft Systems (SUAS) with F MA grant funding must comply with IS 4,2t3 and I1430 and Wade description oft.$ policies and procedures in ple.ce to safeguard Individuals' privacy, cbtil rights, and civil liberties cf the jurisdiction that will purchase, take tale to err ether ice use the StJAS equipment. tl„ Aoquisitlon and Use of Technology to Mitigate IJA3 { aunter.11A$) Prior to the testing, acquisit orr, Installation, or use of UAS detection andfor mitigation systems. Sub -Recipients should suck the advice of counsel experlerroxt with bath lederat and stag criminal, surveillance, and communications laws. rib -Recipients should conduct their own legal and technical analysis of each UAS detection and/or mitigation system and should not rely stalely on vendors' representations of the systems' legality orfunaliansiity. For further Information please sea the Di-t press release on this tapir; ltttpei/hvww.dhs,gravine 12020,r00147/interageney- Isa a se-advisory-u no.teclh n elegy-detect-aid4ni ttgete-ury manned -aircraft, ▪ Allowable Training Related Costs (SHGP and UASI) l la�uat�►c tra.lt'tirrrelated costs under hiSOP include t.he• establishment, support, conduct, and attendance of training .$pacif'cal ly identified under the HSGP and UASI pragrants and/or in conjunction with emergency prapeiredness training by ether Federal agencies (e,g., FIHS and DOT), Treating coroduoted using HSQP funds should address a performance gap identified through an AAR/IP or other assessments (e,g,, Netlonal Emergency Communications Plan N CFF anal Assessments) and contribute to bullding ,a capability that will be evaluated through a formai exercise» Any training or training gaps, including those for children, eider adults, pregnant women, and IndivIdua.ls witty dlsebllities and others who also have access or functional needs, should be identified 46 DocuSign Envelope ID: F1B18B2D-F1BA-4D48-9866-0670A55CC602 in the AAR/tP and addressed In the state or Urban Area training cycle. Sub-Reclpients ere encouraged to use existing training rather than developing new courses, When developing new courses, Sub -Recipients are encouraged to. apply the Analysis, Design, Development, Implementation and Evaluation (ADDIE) model of instructional design, • Overtime and backfill for emergency preparedness and response personnel attending DHS/FEMA...sponscrad and approved training classes Overtime and backflif expenses for part-tirne and volunteer emergency response personnel participating In DHS(FEMA tattling • Training workshops and conferences • Activities to achieve training inclusive of people with disabilities and others with •=COSS and functional needs • Full- Or part-time staff or contractors/consultants • Travel fa Supplies escalated with allowable approved training that are expended or consumed during the course a the planning and conduction of the exercise prolect(s). Addition 9 instructor cart trWta tpritre-csrtiflotd. fon • Coordination with Citizen Corps .Couricils in conducting -training exercises Preparedness training for community preparedness initiatives and programs • interaporable corrimunications training • Activities to achieve training InClusive of people with limited English.profferency • ininggration enforcement training Trathhig Information Per DHS/FEMA Grant Programa Directorate Policy :113 432, Review end ApproW Requirements ter 'Training Comes Funded Through .Preparedness arena,: issuedan 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 rionsDHS FEMA training ao long ao the traiftiing. is coordinated with and approved by the state, territory, 'Tribal or high -risk. urban .amie Training Point. of Contact (TPOC> and falls within the FEMA mission scope end the. jurisdiction's Eimrgency Operations Pien (OP). The only exception to this pelloyla for Countering Violent EXtrernisrn courses, DHS/FEMA will conduct perlodic.reViews of all state, territorancl Urban Area training funded by DHS/FEMA. These reviews may include requesta for all cOUrae materiels and physical observatiOn of, or participation in, the funded training, if these reviews determine that coursas. are outside the scope of this guidance, Sub -Recipients will be asked to repay grant fund s expended In support Of th.ose offorbr.. For Milner infornetion on developing courses using the instructional design methodology and tools that can facilitate the process, 'TPOCs are encouraged to FOVIOW the NMI) Rsi,sponder Training Deveipment Centel- (RTOC) webelte, 0113/FEMAProvIded Training, Those treinings inciude prograrns or courses developed or and delivered by InstitutiOrts .and organizations -funded by OHS/FEMA. This Includes the Center for Domestic. Preparedness (COP), the Emergency Manegernent institute (EMI), and the National Training and Education Division's. (NTED) Training Partner Programs (TFP). TPP. Includes the Centerfor Homeland Defense and Seaway, National DenTOStie Preparedness Consortium (NOPC)., Rural.Dornestio Preparedness Consortium (ROPC), and training partners through the Continuing Training Grants program, Approver/ State and Fediiral Sponsored Course Catalogue. This catalogue lists state and Federal sponsored morass that fell within the DHS/FEMA.MIssion scope and. have been approved through the. :FEMA course review and approval proCoss An updated version of this catalog can be cowed at wwwArstravondertraining,gov. 47 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 rraJ't frty tVot Provided by OHc/FE WA. These tralnrrrgs include courses that are either state sponsored or Federal sponsored (t c n-Dt*t&FEMA), ccrardtrrated and approved by the SAAar their designated TP00, and fait within the DH$/FEMA mission ecope to prepare state, local, Tribal, and territorial personnel to prevent, protect against, mitigate, respond to, and recover from sots of terrorism or oatauttraphic extents, ✓ State spolvaored Courses, Those Courses are developed for andlar delivered by Institutions or organizations tions ether then Feral settles or FS P end age sponsored by the ZAP or their designated TP00, • Joint Veining and )~xerril ree with the Public and Prlva: Sectors, These courses are sponsored and coordinated by private sector entities to enhance public -private partnerships far training personnel to prevent, protect against, mitigate, rer;pond to, and recover from aci Of iltiMISITIor catastmphio events, 1n addition, Skates, territories, Trib , and Urban Areas are encouraged to incorporate fhe private sector In government -sponsored training and exercises, !'t rfnt`ormatlon on batisl t ' Y1- provirfedireirrirt dnd irtiter-Fel f w d -telmining can be food at: w sv.tlrstrespc rrdertrairtirrg.gov, Training information aportiro System ("Web -Forma")„ Web -Forms is an star ronic form/data rangy ament system built to assist the SAA and its designated ate, territory and Tribal Training Point of Con = of (TPOC), Reporting training aciivittes through Web4 orrrra Is not required under FY 2Ct22 HSGP, however, the system remains available and oar be accessed through the FEMA Toot(clt located at https;i/www.flrstrespondartraining.gavlfrtfwebfvrms in order tea support grantees In their own tracking g of training deliveries, flDEM State Tralnlno mice Conditions: For the purposes of this Agreement, any training course listed on the DHS approved course catalog qualifies es an authorized course. The Sub-Ftoofplent can successfuily complete an authorized courim either by attending or conducting that course. A in order to receive payment for successfully attending an authorized training course, the Sub - Recipient must provide the Division with a oo,rtificate or course ccmpieticni additionally, the Sub -Recipient must provide the Division with all receipts that document the costs Incurred by th a pub -Recipient In order to attend the course. ▪ In order the receive payment for successfully conducting an authorized course, the Sub - Recipient roust pr>avide the Division with the course materials and a roster sign -tag sheet, additionally, the Sub -Recipient must provide the Division with all receipts that document the costs Incurr by the Sub -Recipient in order to conduct the course," • For courses that are non-DHS approved training, Sub-Rootpterrt must request; approval to conduct training through the use of the Non.TITD Form and provide a copy, along with email, showing approval granted for conduct, A For the conduct of training workshops, Sul -Recipient must provide a copy of the bourse materials and sign -in sheets, * The number of participants Mat be o minimum of 16 In order to Justify the cost of holding a course, For questions regarding adequate dumber of participants please contact the FDEM State Training O►fflaer for gouiSo 8poolflc guidance. Unless the Sub.11ecipient receNes Advance written approval from Ins State Training Officer for the number of partialpants, than the Division will reduce the amount authorized for relmhursement on a pro-rata basis for any trainning va4Th less than 15 participants. 4 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 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 (1PP) reflecting the training, J. Allowable Exercise Related Costs Exercises conducted with grant funding should be managed and conducted consistent with HSEIEP, HSEEP guidance for exoroise design, development, conduct, evaluation,,and improvement planning Is located at hitpsigwww.fsma,govlc rrtergency»tnetnagerstnatlonal-preperati yese erciseslhseep. • Design, Develop, Conduct, and Pvatuate en Exercise • Full or partMtfine staff or centraotxrs/consultants • Overtime and backlit! costs, Including expenses far pairt»tirnn and response personnel participating In DHS/F MA exorcise • implementation of HSEEP • Activities to achieve exercises inclusive of people with disabilities functional needs • Travel • Supplies assoelate with rlllowiabie approved exercises • iritercperable communications exercises Additional Exercise Information volunteer emergency and others with access and Sub -Recipients that decide 'to use HSQP funds to conduct an exorraiee(s) are encouraged to complete a progressive exercise series, Exercises conducted by states and high risked urban erees may be used to fulfill slznilaarr exercise requirements required by other gram programs. Sub.Reelpiertts are encouraged to Invite reprosentattvestplanners Involved with other Federally mandated or private exercise activities. States and high risked urban areas are encouraged to share, al a minimum, the multi -year training and exercise schedule with those departments, agencies, and orgenixations Included in the plan, • 'validating Capabilities. Exercises examine and vclidato capabilities -based planning acres the Prevention, Protection, Mitigation, Response, and recovery mission areas. The extensive engagement of#Pre whale community, Including but not limited to examining the needs and requirements tier individuals with disabilities, Individuals with limited English proficiency, and others with access and functional needs, is essential to the development of an affective and comprehensive exerrrlse program, Exercises are designed to be progressive Increasing hi scope and complexity and drawing upon results and outcomes from prior exercises and real. world incidents — to challenge participating communities. Consistent with Homeland Security Exercise and Evaluation Program guidance and tools, the National Exercise Program (Nt P) serves as the principal exercise mechanism for examining national preparedness and measuring readtnes% Exercises -should align with priorities and capabititlss Idantliied In an • .Special Event Planning. If a state or Urban Area will be hosting a special event (e.g., Super Bowl, G-8 Summit), the speotai event planning should be considered as a training or exercise activlty for the purpose of the IPP. States must Include ail confirmed or pletnned speolgl events In the 1PP. The state or Urban Area may plan to use MOP or UA;I funding to finance traIning and exercise activities In preparation for these evernte. States and Urban Areas should also consider exercises at major venues (e.g., arenas, convention centers) that focus on evacuations, communications, and command and control. • Regional Exercises. States should also anticipate participating in at least one Regional Exercise annually, States roust include all confirmed: or planned special events In the IPP, 49 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 • Role of Norkeaverr nentai Entltios In ,PaKercala , Non.govcrrnmentar partielpauan In all lever of exercises is strongly encouraged, Leaders from non -governmental entitles should be Included In the planning, design, and eva#uAtic 1 of an exercise. State, local, Tribal, and territrarlai Jurisdretians are encouraged to dovelep exercises that test the integration and use ei non -governmental resources provided by non -governmental entitles, defined as the private sector and private non-profit, faith -based, community, participation in exercises should be coordinated with the local Citizen Carps Councils) ar their equivalent and other partner agendas, FDF, Stab* Training aft ice conditions for Exercises: For the purposes of this Agreement, any exercise which Is compliant with IISFEP x ()thirds and contained In the State of Florida (and County 4t RegiOnai) lPP qualifies as tin authorized exaresise. The cub -Recipient can araoceaefeity complete ern authorized exercise either by attending or conducting that exercise, • In ardor to receive payment farsuccessfully attending an authorized exercise, the Sub. Recipient must provide the !Aviator) with a certificate Of completion dr aimitar correspondence siif netl by tie int act i I r t the assetie;_s _thsyStb- ecfp n#in provide the Division with all receipts that document the costs Incurred by the Sub -Recipient in order to attend the exercise, • hi order the receive payment for successfully conducting en authorized exercise, the Sub. Recipient rraaet provide the Division with erg I xPLAN, I I MP,1PCIMPCIFPC Meeting Minutes and Sign -In Sheet for exercise attendees; additionally, the Sub.Reolpient trust: prevkle the Minton with Mt receipts that document the costs lnr:urred by the Sub -Recipient irr srctev to conduct the tx srcise. 'lae sub.R ipfent rrtrtaf include with tho rermburrement package a separate copy of Pile page() from the Ex mile Licit which klsntiflcs the parttcilpant eget?cle and printed peye{s) rim the Suits (and County or Regional) IPP reflecting the exxrois +� Ifyou require foodIrveter for this event requoot must come to the Division within 2 days prior tote event, In the following format; ;conies T1tle: Location: Exercise Dots: Exercise schezciure: Estimated Number of Participants that MI be fed: Estimated Cot for food/water; Description of the Exercise: K. Matrrtertenea and eustartnetont (SHSP, t1AMi, and OPSO) The use of Di-I$/FEMA preparedness grant frinde for maintenance contacts, warranties, repair or r' place nenf oasts, upgratisa, Find user fees M allowable, as described in FEMA Polley FP 205M$02- 125 4 under all active and futures grant awards, unless otherwise noted, Except for meintertence plan or extended Warranties purchased incidental to the original purchase of the equipment, the period covered by maintenance or warranty plan must net exceed the POP of the specific grant funds used to purchase the pion or warranty, Grant funds ere intended to support the Coal by funding projects that build end scrstarn the core capabilities necessary to prevent, protect against:, mitigate the effects of, respond toy and recover from Moss throats s that pose the greatest risk to the security of the Nation, in order to provide recipients the ability to meet this objective, the polloy set forth in FEMA's IS 379, C,,uiclance to State Administrative Agencies to Expedite the Expenditure of Certain DFISIFEMA Grant rnt Funding, initially for FY 20074011, allows for the expansion of eligible maintenance and sur;tatnmant cots whiai Irtust in (1) (Moot support of existing capabllitiee; (2) must bean otherwise allowable expenditure under 50 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 the applioebie grant program; (3) be tied to one of the ogre capabilities in the five mtesion areas contained within the Goal, and (4) shareable through the Emergency Management Assistance Compact. Additionaliy, eligible costs may also be In support of equipment, training, and oritloat resources that have previously been purchased with either federal grant or any other source of funding other than DHS/FEMA preparedness grant program! dollars, L. Law Enforcement Terrorism Prevention (LETP) Activities Allowable Costal LEI? Activities eligrbie for use of LETPA focused funds include but are not limited to; • Maturation and enhancement of designated state and major urban Area fusion centers, lnriudIrlg Information :sharing and analysis, threat recognition, terrorist interdiction, and training/ hiring of intelligence analysts; ▪ Coordination between fusion canters and other intelligence, operational, eneiytic, or investigative efforts including, but not limited to Joint Terrorism Task Forces (JTTFe), Field Intelligence Groups (Ms), High Intensity Drug Trafficking Areas (MIAs), Regional Information Sharing Systems (KISS) Canters, criminal Intelligence units, reaktrne crime analysis centers and DH$ intelligence, operational, analytic:, end investigative entities; ▪ Regional count erterrortsm-training programs-forsmafl, radium nd large -jurisdictions - exchange information and discuss the current threat environment, lessons teamed, and best practices to help prevent protect against, and mitigate acts of tarrodem; • Support far 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 EXptosivea dete tIon and response capabilities, such as bomb detection/disposal capability deployment, austainment, or enhancement including china teams, .robotics platforms, and x.ray teohnole gy; « implementation and maintenance of the Nationwide MR initiative, Including training for front tine personnel on identifying and reporting suspiolous activities, tips/leads, end online/social media. based threats, as well ea the execution and management of threat assessment prograraa to identify, evetuate, and analyze Indicators end behaviors indicative of terrorism, targeted violenoe, threats to ilia, and other criminal activity; * Management and operation of activities that support the execution of the intelligence process and fusion centers, including hut not limited to: Fusion Liaison Officer (FLO) programs, security programs to proteot the fao;ttty, personnel, and information, and the protection of privacy, otvit rights, and eNit liberties. * implementation of the "If You Bea Something, Say Something" campaign to raise public awareness of indicators of terrorism and terrorlsimretated crime and assOCiated efforts to Increase the sharing of information with public and private seer partners, Including nonprofit organizations, o Note; DHS requires that all public and private sector partners wanting to implement and/or expand the b HS "if You See Something, Say Something€" campaign using grant funds work directly with the OHS °loe of Partnership end Engagement (OPE) Ica ensure ail public awareness materials (e.g., videos, posters, tri.folds, etc.) are consistent with the DHS`s messaging and strategy for the campaign and compliant with the initiative's trademark, which is licensed to DHS by the New York Metropolitan Transportation Authority. Coordination with OPE, through the Campaign's Office (see ayr hq.rfha.gov), must be facilitated by FEMA. i increase physical security, through law enforcement personnel and other protective measures, by implementing preventive and protective measures at critical infrastructure site or at -risk nonprofit organizations; • Development cif oounteering virulent 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 promotirsg training speoIfIcally for law enforcement executives and frontline officers on potential behaviors and 51 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 indicators ofviiiant extremlern and Row to appropriate + analyze end report them; supporting community and haw enforcement engagement; strategies such as tale top exorcises, roundtable events, town hail meetings, and peer to peer a ctJvitl , funding for existing and/or expansion of law enforcement comrnunILy relations , `arts, support for the vslopment of community engagement plans, arrdjoint projects to Increase) the awarerretts of violent extremist throats and community mitigation sc utJor ; • . Scr1iding and sustaining preventive radiological and nuclear detection capabilities, Including thoao developed through the Securing the Cites thKi ►five; end * Integration and lnterapersbllity of systems and date, such as computer aimed dispatch (CAD) and record management systems (f MS), to facilitate the collection, evaluation, and assessment of suspicious activity reports, lipsflesda, and or111ne/social media.besed threats. RC Law Enforcement Readfne (SHSP, UAW, and OP$G SEEP, UUMt, or CPS . graMlunds may be rec,ue%%d and may be rapprave6 on a casewtsy.o se basis for immigration enforcement training In support attire 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 207(g) program provided by D1-1a11ai:.', $H, �P, UASI, ar °PSGSub.Recioients with agreements under seotton (g)the-iigr lion-andNtionotitr-Ark ( t.Jvit§-138&())- receive -delegated authority for Immigration enfotternent within their Jurisdictions may also be reimbursed for section 2S '(f )+ lated taperetionel aetivitiea with approval horn FEMA an a oaseLby•nase basis, For O'SC, Sub Recipients must be authorized by USER Headquarters and Sectors, and operational aotivltfes must be coordinated through a US P Sector, OPEC grant funds may be used to increase operational, materiel, egad technological readin:7 of SLIT raw eraarnemont agencies, The Delegation of Immigration Authority, Section 27(g) of the Immtgratton and Nationality Mt (NA) program allows a 4hite or local law enforcement entity to enter Into a partnership with ICE, under a joint Memorandum of Agreement (MCA), to rooefvo delegated authority for immigration enforcement within their jurisadfctlons. N. Regional Border Projector (PSG) Scab -Recipients are encouraged to prioritize the acquisition and development of regional projects on the bardera to maximize lnteropor tbllity and coordination capabilities among federal agencies and whit stets, local, and tribal low erifc roement partner, Ouch regional projects Include. • Communications equipment; • Radio systems and repeaters • integration with regional intelligence and Information sharing effort (l,e. fusion centers) o lntelllgBrlo analysts • Situational Awareness equipment: o License Plate Reeder Networks o Visual detection and surveillance systems ca Sensor systems o Radar Sys -terns (for pair andlcr marine incursions) °Aircraft systems (manned or irrrrnannod) 0. Critical Emergency Supplies (SHSP and UA81) Critical emergency supplies, such as shelf stable products, water, end medical equipment and snit fafles are an allowable expense under SHEP and UA$l, Prior to the allocation c}f grant funds for stockpiling purpoa,s, mach state must ;lava DFHS/F MA,s approval of a five-year viable inventory management plan, which should Include a distribution strategy and related suetinrraent casts if planned grant expenditure Is over $100,10(00. if great expenditures exceed the minimum threshold, the Jive -year inventory man gentenl plan wiif be developed by the recipient end monitored by FEMA, FEMA will provide program oversight and technioel assistance as It relates to the purchase of critical emergency supptlea under UASt. FEMA will establish guidelines and requirements for the purchase of these 52 DocuSign Envelope ID: F1B18B2D-F1BA-4D48-9866-0670A55CC602 supplies motor UASI and monitor development and statue of the .stata's inventory management plan, P. Construction and Renovation (SHSP and UASI) Project construction using SHSP and UAW funds may not exceed the greater of $1,000,000 or 15% of the grant.award. For the purposes of the limitations on funding 'levels, CammunIcations towers are not considered Construction. Written approval must be provided by DHS-/FEIVIA prior to the use of any HSGP funds for construction or renovation. When applying for construction funds, recipients must submit evidence of approved zoning ordinances, architectural plans, arid any other locally required planning permits, Additlorratiy, recipients are recital:1d to submit a SP-424C:form. with budget detail citing the project costs, and an SF-4240 Form for standard assurances for the constructlen project. Recipients using funds for construdon projects must comply with the 0aVis,43econ Act (codified as amended et 40 U.S.C. §§ 3141 Ot.seq.). Recipients must ensure that their contractors or subcontractors-foroonstrudorrprojects-pay-worikers-no.less-tharrth-e prevalling-wages-for borers and :mechanics employed on projects of e character like thecontract work in the civil subdivision of the State Ir: which the work I to be performed. Additional information regarding compliance With the. D. avis.Becon Act, includingpepertrnent of Labor (001.).wage determinations, is available online at bt13..,§11WwW,0014ovtwhcitgovcontractsidbra,htm, Recipients using funds for constructIon projects must .also comply with the requirements set forth in the governmentmide award terrn on Reporting. Subswerds. and Executive Compensation located :at 2 CAR. Fart 170, Appendix A, the full teXt of which is Incorporated.hero by reference hi the av4A0 terms and conditions, (1) all Iron and ,efeel used in the project ore produoad in the United States -this means ail manufacturing processes, from the initial melting stage through the application of • coatings, occurred nthe United States.; (2) ail Manufactured oducts used in tie project aro produced in the United States -this means the inanufacturad product Wes manufactured in the United States; and the cost of the components of the manufactured .product that are mined, produ.ced, or manufactured Ira the United States' is greater than 65 percent of the total cost of ait components of the manufactured product unless another standard for determining the. minimum .amotintof domestic: content of the manufactured product has been- established under a.pplicable law or regulation; and (3) all construction materials ere .nienufactured n the United States-thiS Means that all manufacturing. processes :for the construction ;material occurred Jr: the Linitsd States; l'he Buy America preference only applies to articles, materials, and supplies that .are coneumedin„ Incorporated into, or affixed to an Infrastructure project. As 'such, it does -not apply to tools, equipment, and sUpplies, such as temporary scaffelding, brought to .the construction site and removed at or before the completion bf the Infrastructure project. Nor does. 413Uy America preference apply to equipment and furnishings, such as movable chairs, desks, and -portable COMPUter equipment, that era used at or within the finished Infrastructure project but are not en Integral part of the structureor psrMenentlyaffixed to the infrastructure project. Q. CommUnloations 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,1„.,• No. 80-665, as amended, review process has been completed. DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 R. Disposition When original or repiaoernent equipment acquired under a Federal award is no longer needed for the original project or program or for other activities currently or previously supported by a Federal awarding agency, eaxoc3pt as otherwise provided in Federal statutes, regulations, or Federal awarding agency disposition Instructions, the Bub-Reclpiont must request disposition Instructions frorn FDEM Office of Domestic Preparedr~ees and the State Administrative Agency will request disposition instruotkrne from Federal awarding agency as required by the terms and conditions of the Federal award. The Sub Recipient shalt notify the FDEM Office of Domestic Preparedness at 2555 Shumard Oak Blvd., Tallahassee, Florida 32399 one (1) year 1n advance of the expiration of the equipments poste shelf -life or normal life expectancy or when it has been expended. The Sub•Reciplent shall notify the FILM 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 notivitlss, including those related to the building, sustaainment, end delivery of care capabilities, In a rrrenner that reapeots and enures the protection of clvtf rights far protected populations. Federal civil right: statutes., such as Section 300 of the Stafford Act, Section 504 of the Rehabilitation Act of 1973, end Title VI of the Civil Rights Act of 1064, kis Discrimination Act, along with DNS end FJwMA regulations, prohibit discrimination: on the basis of race, color, notional origin, sex, religion, age, disability, limited English prof olenoy, or economic stratus in connection with programs and activities receiving federal financial assistance from FE*MA. Monitoring and oversight requirements in connection with Sub -Recipient oorrrpitance with federal civil rlglhis laws are also authorized pursuant to 44 C,FA Part 7, in accordance with civil rights laws and regulations, Sub -Recipients must ensure the consistent and systematic felt, just, end impartial treatment of all Individuals, Including individuals who belong to underserved communities that have been denied such treatment, Recipients (e$ defined in 2CFR Part 200 and Including reoiplente acting as pass -through entitles) of Federal financial assistance from The tJ,S. Department of Homeland Security (DHS) or one of Its awarding component agencies must complete this teat within thirty (30) days of receipt of the Notice of Award for the first award under which this term applies. Recipients of multiple DNS financial assistance should only submit one oompleted tool for their agency, not per award, Sub-R:eolpiants ore not required to complete and submit this tool to OHS. However, Sub -Recipients have the sortie obligations as pass -through entitles and Recipients to comply with applicable civil rights requirements and should follow their pass -through entities instructions for submitting civil rights information to those entitles. To demonstrate successful completion of task 1E3 for Quarters 1, the Sub, Recipient must submit the fallowing Items In the Division's Satssforoee system: • Complete and submit. The Civil Rights Evaluation toot https://www.itsgovipublioalionidhs- civii-rights-evaluation-tool to Include eupporlincg materfais 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-Reolpterits 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 initiaal submission„ Sub- ontplents are only requirred to submit updates, if they are no updates since the Initial submission, the Sub -Recipient must Indiesite &no Change" far each item as applicable to satisfy fhar biyeasriy 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,Reclptents last submitted the tool to the SAA 54 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 (FOEM), FIDE M will send an emit reminder to the contact person identified In Section 2 of the tool prior to the due date for the biyeady update. T. National incident MVlariragement System (N MS) implementation (HSGP, OP$G, UA8 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.Rea1pionts of federal preparedness (non -disaster) grant awards, jurlsdlctlona and organizations must achieve, or be actively working to achieve, all of the NIMS implementation Objectives. The objectives can be found on the NIMS webpege at hops:Iiwww.ferna,goviemergency- rnanageraJnimeilmplernsntation4trallning. t), PiratNet FIrstNet provides public safety entities with misslon•orltioal 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 entitles seeking to enhance their operational capabilities using broadband technology may seek grant funding from appropriate programs to support the following: • Planning for Integration of information technology (11) Infraetruoturo, software, and site upgrades necessary to connect to FirstNet 9 Handheld broadband devices Including smartphtonee, feature phoney, tablets, wearable*, push -to -talk (PTT) devices + Vehicle -mounted or otherwise field operated data devices, such ae ruggedized laptops • Network access devices, Including portable 1Ail-3~i devices, Universal Serial Sus (M.}B) modemsidongies, tyunk.rnaunted modems, routers • Customer -Owned and Managed (LOAM) broadband deployable equipment, enabling public safety to own and dispatch coverage expansion or capacity enhancement equipment within theirjurisd€ration • i3roedbend device accessories that enable efficient and safe public safety operations such es headsets, belt clips, earpieces, remote i3fuetooth sensors, ruggedlzed cases • Subscriber Identification Modules ($1Mr;)il.fniversai Integrated Circuit Cards (t,irCCs) to allow public safety users to update existing devices to operate on public safety prioritized service a, One-time purchase arid aubsoriptronwhased applications for public esfety uae which could Include, among several other options, enterprise mobility management (EMM), mobile device management (MDM), r ot>ile Virtual Private Network (VPN), identity services, or cloud service toots Sub -Recipients must be coordinated with the Statewide Interoperability Coordinator (SWIG) and FirstNet on the planning, deployment timelines, and operational availability of the network deployment within a specific state or territory and to ensure that project does not conflict with network planning efforts and compiles with all technical requirements. FirstNet requires participating agendas to demonstrate a subscription to public safety-prrorit]zad broadband son/Ices to purchase FirstNet broadband devices or applications. Sub9Reciplents must coordinate with FirstNet in advance of any strati lc acquisition of bro adband LTE equipment to ensure that purchases adhere to all applicable standards for public safety entities., V. SAFT COM All Sub.Reolpiente using preparedness grant funding to support emergency communications systems and equipment must meet applicable SAPECOM Guidance, Sub-Reciplenta must be coordinated with the SWIC and the State lnteroperabriity eovernrng Body ($ GB) to ensure tntaroperabillty and long-term compatibility, W. Cyberaeourity SulanRecipionts must use HOP funds for cybnrsecurtty projects that support the eaourlfy and functioning of critical Infrastructure and core capabilities as they relate to preventing, preparing 55 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 for, protecting against, or responding to acts of terrorism. Sub -Recipients of FY 2022 NSGP grant awards will be required to complete the 2022 Nationwide °Cybersecurity Review (NCSR), enabling agencies to benchmark and measure progress of improving their cybsraeaurlty posturo, The NCR la an annual requirement and Sub -Recipients must complete the first available NCSR offered after this subaward has been issued. X. Prpcurn vent The purpose of the procurement process is to ensure a fair and reasonable price Is paid for the services provided. All procurement transactions wilt be conducted to a manner providing flail end open competition and shall comply with the standards articulated in; • • 2 C.F.R. Part 200; Chapter 287, Florida Statues; end, eub...Res ipient's load procurement polloy, 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 then a Feder l-ragul , ttT rit e-SutFReciptent-must here-to-tthe-avir rnoiits of thtuSto dtatut9. The State of Florida procurement polloy and procedure 1a es follows: Amount Up to $2,400 $2,500'but less than 38 000 $35 000 All Sole Source Alternative Contract Source Documentation Re ulred Shall be carried out using good purchasing practices which may include certification of written cartels hone . cotes Submit summary of 2 (minimum) written quotes, signed by the vendor representative. For vendors not on STC; submit documentation of invitation to Bid Process f"l"h west Parpropoeal„(.F'tPP) or intent to Ne* otfat e 1TN FDEM prey aanvel Is required Commodities or Services available to the Statue via outside contract vehicle. A copy of the executed contract must be submitted along with additional *uotes if OBA 70 or GSA 84. Formal Crsmpeetttiva Solteltrtttons: $36,000 and above and not available on STC include iravitatioa to Sid ors), .Request for Proposal ( FP), or invitation to Negotiate (ITN). Each requires a Scope of Work that meets all statutory requirements and format posting or publication process, kxampfes of when to use each method: o le'vltatton to PA; When a $ub.Reciplent can establish precise specifications for a commodity o:r dsilning, with specificity, a scope of work for the crommodtttes or contractual servdoes sought, If not using an ITS, Sub -Recipient must justify in writing why an ITB la not practicable, Beatles( iuest for Proposal; Through this process, vendors can compete on a cost basis for like items or services. The request for proposals method of procurement is used when it is not practicable for the agency to specifically define the scope of work for which the commodities or contractual services is needed. Simply put, the Sub.Reoipient can describe what it wants to accomplish but the methods or means to accomplish the desired outcome cannot be easily defined. Thera may be several methods available to accomplish a task, and the agency is considering all the available options. a ,#,oy tetiora tca, l< of aft, : If the Sul Recipient has determined that en rTB or an RFP will not result in the beat value, the Sub -Recipient may procure commodities end contractual services using the ITN process, The procurement file must be documented to support why 56 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 an ITS and a F FP will not result in best value (287.057(1)(c), Florida Statutes). Contracts that exceed $1M require a Florida Certified Contract Negotiator, Contracts rnore than $1 OM In any fiscal year, requires a Project Management Professional on 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 Sul-Rsolpient must provide the Division with a ausPension end debarment farm for each vendor that performed work under the agreement. Furthermore, if requested by the Division, the Buts»Rao+plant shall provide copies of solicitation documents including responses and justification of vendor selection. :Contracts may Include. State Term Contract: A State Term Contract la a contract that la ccempetltivety procured by the Division of States Purchasing far selected products and services for use by agencies and eligible WW1. Florida agencies and eligible uses may use a request for quote to obtain written pricing ar services information from a state term contact vendor for commodities or contractual services available on a state term contract from that yonder, Use of state term contracts Is mandatory for Flortdt agendas`in-a laden -rdithaiactton-2 7 ,058TFiorici tutea . 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, bared on a deterrninetion that the contract is cost.effective and In the bast interest of the state, for use by one or ail Florida agencies for purchases, without the requirement of competitive procurement. Alternate contract sourcas ere authored by subsection 287,042(16), Florida Statutes, as implemented by Rule 60A-1.045, Florida Administrative Code. General Services Administration Schedule . The General Services Administration (GSA) is an Independent agency of the United States Government, States, tribes, and local governments, and any instrumentality thereof (such as local education agencies or Institutions of higher education) may participate in the GSA Cooperative Purchasing Program. ), Refcrto the appropriate GSA Schedule for additional requirements. Y. Piggybacking The practice of procurement by one agency using the agreement of another agency is called piggybacking. The ability to piggyback onto an existing contract is not unlimited. The Serb.. Recipient's written procurement policy must bca submitted to the SAA and must allow for piggybacking. The existing contract roust contain languages 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 contractmerely es .a "basin to begin negotiations" for a broader or materially different contract. Section 215.97j, Flovtda Statutes Statutory changes enacted by the Legislature lrlpose additional requirements on grant and Sub. Recipient agreements funded with Federal or State financial assistance. In pertinent part, Section 215.971(1) elates: Ann agency agreement that provides state financial assistance to a Recipient or $ub4t eoipient, as those terms are defined in a. ,` 15.97, or that provides federal financial assistance Ira a Sub. Recipient, as defined by applicable United States Office of Mans ennent 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- eoiplent Is required to perform, - 57 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 O A provision dividing the agreement info quantifiable units of deliverables that must bs received and accepted In writing by the agency before payment Each deliverable must be dirtcliy related to the Scope of Work end specify the required minimum we of service to be performed end the criteria for evaluating the sracosccmpicatkan of oath deliverable. * A provision specifying the financial consequences that apply if the Recipient or Sub. ciplart fair t parfarre the minirnortt lavel of service required by the agrooment, The provision can boa excluded from the agreement only if financial consequences ere prohibited by the federal srt(ly awarding the grant, Funds refunded to a state agency from a Recipient or Sub. Fteclpientfor failure to perform as required under tho agreement may be expended only In direct support of the program from which the agreement originated, 10 A provision specifying that a Recipient or Sub -Recipient of federal or state financial assistance may expand funds only for allowable coots resulting from obligations fnrurred during the specified agreement period, O A provision specifying that any balance of unobiigated funds which has been advanced or paid must be refunded to the stain agency. • A provision specifying that any funds paid in excess ofthe amount to which the Recipient or Sub -Recipient is orrtitled tinder the terMS and conditions of the agreement must be refunded to the state agency. • Any additional Information requires pursuant to 0. 215,97. Unique EntIdentifier and System for Award Management (6A4,1) Sub-.F elpl+eota for this award .roust O i3e registered In SAM; • Provide avaliid UUEiDiiAM number; and • Continue to maintain an active SAM registration with current information at all times during which it has en active federal sward, Z.1 iktforting Requirements t. Quarterly programmatic Reporting: That Quarterly Programmatic Report Is clue within thirty 0) days der the end of the reportIng periods (March 31, Jurie 30, September 30, and Oacerubar 31) for the life of this contract. • If a report(a) is delinquent, future flnFanoiai reimbursemante will be withheld until the Sub -Recipient's reporting Is current, • If a report goes threes (3) consecutive quarters from date of execution without the SuJb.pttecipient reflecfilrig any activity and/car expenditures it will result In the itsi uet ae of a r4orwcampllance letter, ands written justification must than be provided. o Based on the SAA's determhn on, the Sub -recipient will have 30 days to scbmit a latter of appeal to the SA u11~ISA. c Suh ecipi:ert}s will only be allowed one opportunity to appeal, o If the appeal is denied, or it there is no response to the notification of nonornpllanne, the Sub -recipient's funds will be terminated. • tf a report goes four (4) consecutive quarters from date of execution without the Sub. Recipient reflecting any activity and/or expenditures, It witt result in termination of the agreement. 5a DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 pagray.trnatic Remitting, Schedule Reporting Period January 1 through Mnrch,3,1 _ April 1.-through June 30 July 1 through September 30 October 1 throu h 17ecerrrber 31 Report dire to FDEM no later than April 30 July 31 October 31 January 31 2. Programmatic Reper?ttng. Biannual Strategic Impiemrentatlon Report ($$I !» After' the end of each reporting period, for the life of the contract unless directed otherwise, the SAA, wilt complete the Biannual Strategic Implementation Report in the Grants Reporting Tool (CRT) Wps;146Ampiv.reportIng odp clha gov,. T s rnpar1Ing edods are -January 1-June-30 end July 1-Docember 31. Data entry is scheduled for December 1 and June 1 respectively. Future awards and reimbursement may be withheld if these reports arc delinquent. 3, Reimbursement Requests: A request for reimbursement may be sent to your grant manager for review and approval at any time during the contract period, Reimbursements must be requested within ninety (00) calendar days of expenditure of funds, and quarterly at a minirnurrr. Failure to submit request for reimbursement with.in ninety (00) calendar days •of expenditure shall result in denial of reirr•rburssment. The $ub.t eolplent should include the cateegory's corresponding line -Item number in the "Detail of Claims" form. This number can be found in the "Proposed Program Budget', A fine -stern number is to be Included for every dollar amount listed in tare "Detail of Oahe" form. 4. Cloos-nut Programmatic; Repotting; The Close-out Report la due to the Florida Division of Emergency Management no later than sixty (50) 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. FDENI will make three written attempts to collect required information before Initiating an admfnistratIve closeout, If an award Is administratively closed, POEM may decide to impose remedies for noncompliance per 2 O.F.R. § 200.338, consider this information In reviewing future awaard applications, or apply special conditions to existing or future awards, .2. Period of Performance (POP) Extensions Extensions to the period of performance Identified fn the agreement are allowable under /united circumstances and will only be considered through formal, written requests to the SAA. AB extension requests must contain specific and compelling Justffoations as to why an extension Is required, and must address the ioflcwing: 1. The grant program, fiscal year, and agreement bomber; 2. Reason for the delay4includlrrg details of the fegal, policy, or operational challenges that prevent the final expenditure of awarded funds by the deadline; 3. Current status of project eotivify; 4, Requested POP termination date aridnew project completion etion date; 5. Amount of funds reimbursed to date; 6. Remaining available funds; 59 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 /. Budget rrtatlining hew the remaining funds will bs expended; plan for completion, including milestones and flineframss for achieving each mil wwi one and the position OF person r ponaibfe for implementing the plain for completion; and 9, Certification that the activity(ies) will be compfeled within the extended POP without any modification to the ariginat statement of werlc, as des'crlbod in the investment Justification and as approved by 1PEMA, Extension requests are typically granted far no more than a slx.rnanth period, and wflf ba granted only due to compelling legal, policy, or operational challenges. Extension reeluests, M11 only be considered for the following reasons. • Conintetuol commitments by the recipient or Sub -Recipient with venders proven, completion afthe project within the existing POP; • The proOct must undergo a complex environmental review that cannot be completed w.ithiin the existing FOP' • Projects are long-term by cleslgrt, and therefore acceleration would oampramlkte core programmatic goals, car Where other special • or extenuating circumstances exist. • 11 Programmatic Point of Contact Contractual Point of Contact derntita Jackson POEM 25F Shurnar'd.Oak Blvd. Tallahassee, FL 22309.2100 ($50) 816-4944 . mikaJaoksolLtempltiorida.oem Programmatic Point of Contact Klzzy K. Cagan POEM 2858 8l umard Blvd. Tallahassee, FL 32399.21 t 0 (850) 8154.340 Klzzy,Ceban em, 04..'1eik7,c(?m Z.4 Contractual Responsibilities • The P 7EMM1 shafi determine eligibility of projects and approve changes In `cope of Work. • The FDE,M shalt administer the financial preemies, ,tf,, Failure to Comply • Failure to amply with any of thprovisions outlined above shall result irr disallowance of reimbursement for expenditur a. )Rem lrtdor of page intentionally left blank) DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 ATTACHMENT C DELIVERABLES PERFORMANCE State Homeland Security Program (HSGP). HSGP supports the implementation of risk driven, oapablkitles.hased State Homeland Security Strategies to eddreas capability targets set In Urban Area, State, and regional Threat and Hazard identification and Risk Assessments (THIRAs), The oapttblilty 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 iuriding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for ttio actual cost of successfully completing Planning activities Consistent with the guidelines contained in than Comprehensive Prw.•aredness Guide CPO 101 v,2, For additional information, please see httpelfwww,fema.govlemergericy-rnanageratnattonal-preparednesstpiari 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 t".1sk Analysis (l'H1RA), State Preparsdrses Repoli (SFR), and other planning -activities that support the National Preparedness Goal (NPG) and place an emphasis on updating and maintaining a current Emergency Operations Flan (DP) are eligible. The Sub -Recipient can successfully complete a planning activity etther by mating or updating such plan(n). Organization Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub. Recipient for the actual eligible costs for Personnel, Intelligence Analysts, Overtime and Operational Overtime. Exorcise 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 Seourlty Homeland Security Exercise and Evaluation Program (HSEEP) standards and is listed In A) the State of Florida !PP, and 15) County or Regional TEP for the region in which the Sub - Recipient Is geograptaIoally located. Informatikn related to TEPs arid HSE E P compliance oran be found online at: hltps,llwww,fenlea.gc vic mercgar?ey-rrranagerslttatiorxal-pre{aarednesafa xerrisas/hscaep. For the purposes of this Agrearnent, any sxerofeee which Is compliant with HSEEP.standards and contained In the State of Florida 1 PP qualifies as an authorized exercise, The S h R oipient can successfully complete an authorized oxercise 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 Hon.TFD form by contacting their grant manager. 'Fire £»IS course catalog Is available online at http;Ntralning,ferna,govl. For the purposes of this Agreement, any training course listed on the i his approved course catalog qualifies as en authorized course. The Sub.Reciplent 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 shaft reimburse the SuhµReoip1ant for the actual cost of purchasing an Item identified In the approved project funding template and budget of thls agreement and listed on the DI -IS Authorized Equipment list (AEI,). For the purpose of this Agreement, any Item listed on the.AEL qualifies as en authorized item. The 21 allowable prevention, protection, mitigation, response, and recovery equipment categories and equipment standards for HStF are listed on the web -based version of the Authorized Equipment List (A,) on the Laasans learned Information System at hitp,ltwww,fsmsa.govfeuthorized-eq,ulpment-list, in addition, agencies will be responsible for obtaining and maintaining all necessary oortlfloaticns end licenses for the requested equipment. 61 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Management Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Bub -Recipient for the actual costler Management and Administration {M&A) activities. tiOe13 for allowable items will be reimbursed if Incurred and completed within the period of performance, Ike accordance with the Budget and Scope of Work, Attachments A and of this agreement. [Remainder of page Irktentionelly loft blank1 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 ATTACHMENT D Program Statutes and Regulations 1) Age Discrimination Act of 1975 42 U.B.C. § 6101 et seq. 2) Americans with Disabilities Act of 1990 42 U.SA § 12101.12213 3) Chapter 473, io ,aatu e 4) Chapter 21$, ElQ, St{11y{t s 5) Chapter 262, mr10,Vatutes 6) Title VI of the Civil lights Ant of 1964 42 U.S.C. § 2000 at sect. 7) Title VIII of the Clvll Rights Acts of 190$ 42 U.S.O. § 3601 at seq. 8) Copyright notice 17 U.S,O. §§ 401 or 402 9) Assurances, Administrative Requirerrlente, Cost Principles, Representations and Codifications 2 C.F,R, Part 2.00 10) Debarment end Suspension Executive Orders 12549 and 12689 11) Drug Fran Workplace Mt of 1988 41 U.S.C, § 701 et seq. 12) Duplication of Benefits 2 CF'.R, Part 200, Subpart E 13) Energy Policy and Conservation Mt 42 U.S.C, § 6201 et sag, 14) False Claims Aot and Program Fraud CM Remedlee 31 U,S,C, § 3729-3733 also 31 U. 4.C. § 3801.3612 16) Fly Americas Act of 1974 49 U.S.C.§ 41102 also 49 U.S.C. § 40118 1 6) Welland Motel Piro Safety Mt of 199 016 UI.S.C. § 2226a 11) Lobbying Profslbitions Si U.SA § 1362 18) Patents rand Intellectual Property Rights 35 USA § 200 et seq. 19) Procurement of Recovered Materials section 6002 of Solid Waste Dispose' Act 20) Terrorist Financing Executive Order 13224 21) 'i'Itte IX of the Education Amendments of 1072 (Equal Opportunity in education Act) 20 U,S.C. § 1681 et seq. 22) Trafficking Victims Protection Act of 2000 22 U.S.C. § 7104 23) Rehabilitation Act of 1973 Section 504, 29 U.S,C, § 794 24) USA Patriot Act of 2001 18 U,S,G. § 175'172c 25) Whistleblower Protection Act 10 U.S,C, § 2489, 41 US,C. § 4712, and 10 'U.S.C. § 2324, 41 U,8.C. § 4304 and § 4310 26) 53 Federal Register 8034 27) Rule Chapters 27P-6, 27P-11, and 27P-19, Florida Adminlsirative Code DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 ATTACHMENT t; JUSTIFICATION OF ADVANCE PAYMENT SUB -RECIPIENT: If you are requesting an advance, Indicate same by checking the box Wow. ADVAN '1,►' RRT;QUISSTED Maximum request amount ran not exceed fifty percent,) Advance p ynreut of r is requested, Balance of payments will be rude on a reimbursement bads. This advance wit be used on cquipn nt speaWo prolate with), the budget of the agreement. We would not bo able to • operate the program without this advarxce, 1f you are requesting an advance, oornplcte the following chalrt nd line item justification below. 14 oSTuyixj, D EXPENSES PrAect ;3ays to cotanplote xtaci3:txarxnt requested gietE•I'%, ari„aw Y'IFIcA►Ti 11 (For each line item, provide a detailed justification explaining the Head for the cash advance. The justification must inrttude supporting documentation that clearly shows the advanoo will be expended within the first ninety (90) days of the contract term. Support documentation should include but is nut limited to the following: quotes for purchases, delivery timelines, salary and expense projections, etc, to provide the Division reasonable and rxecesaary support that then advance wifi bo expended within the first inety (9M) days of the contract terra unless an EMP Is required.. Any advance funds not expended within the first ninety (90) days of the contract term shall be returned to the Division Cashier, 2656 Shimmed Oak Boulevard, Tallahassee, Florida 32399, within thirty (30) days of receipt, along with any interest earned an the advance) • *REQUESTS FOR ADVANCE PAYMENTS WILL, SE CONSIDERED ON A CASE BY RISE BASIS* **War r musTEE COMPLETED AND APPROVED EY FEMA PRIOR TO ADVANCE" Signature of sub.Reciptcnt Name and Title of Sub -Recipient Data; 64 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 ATTACHMENT F WARRANTIES AND REPRESENTATIONS mane � The Sub -Recipient's financial management system must comply with 2 C.F.R. §2OO.302. Pro9uremept$ Any procurement undertakers with funds authorized by this Agreement must comply with the requirements cal` 2 G.F.R. §200, Part DD—Post Federal Award Requirements —Procurement Standards (2 .F.i . § 200.$'i3through 200,.327). wines Flaur The Sub.Reciplent shall have Its offices open for business, with the entrance door open to the public, and at least one employee on site, front: prenetrro and. PermlttI All subcontractors or employees hired by the Sub -Recipient shall have all °arrant licenses and perm is required for the particular work for which they ara hired by the Sub -Recipient, DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 ATTACHMENT 0 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Subcontractor Covered Transactions The prospective subcontractor, wµ� , of the Sub -Recipient certifies, by submission of this document, that nnithor It, its principals, nor Ha afiillates are presently debarred, suspended, proposed for debarment, declared Ineligible, voluntarily excluded, or dlsquallfled from participation In this transaction by any Federal department or agency. SUBCONTRACTOR: Signature Sulx»Recipient's Narne h arns and Title POEM Contract Number Street Address DHS Grant Award Number City, State, Zip Date. 66 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Al""I'ACH1l1E T Fi STATEMENT OF ASSURANCES All of the instructions, guidance, limitations, and other conditions set forth In the Notice of Funding Opportunity (NOF0) for this program are incorporated here by reference in the terms and conditions of your awed. All Sub -Recipients must comply with any such requirements sat forth In the program NOFO. All Sulu-Reoipienta who receive awerde made under programs that prohibit supplanting by taw must ensure that Federal funds do not replace (supplant) funds that have been budgeted for the earne purpose through rion-Federal sources, All Sub -Recipients muet acknowledge their use of federal funding when issuing statements, press releaees, requests for propaeels,'bid Invitations, and other doournents describing projects or programs funded In whole or in part with Federal funds, Any cost allocable to a parrtleular Federal award provided for In 2 C,F.R. Part 200, Subpart E may not be charged to other Federal awards to overcome fund deflofencles, tr.,.avoid .reatrictlori9 imposed by Federal statutes, regulations, or terms and conditions of the Federal awards, or for other reasons, However, title prohibition would not preclude a Sub -Recipient from shifting coats that are allowable under two or more Federal awards in accordance with existing Federal statutes, rsgutatiorls, or the terms and oonditltns of the Federal award. Sub -Recipients are required to comply with the requirements set forth In the government -wide Award Terry regarding the System for Award lvlanagernent and Universal Identifier Requirements lonated at 2 O.F.R. Part 25, Appendix A, the full text of which Incorporated here by reference In the terrna and candilione of your award, All Sub-Reoipiente must acknowledge and agree to eamply with applicable provisions governing OHS access to records,. accounts, documortta, information, faoliitlos, and staff, 1. Sub -Recipient must woperate with any complianoa review or compliant investigation conducted by the State Adrrtinletrattve Agency or OHS. 2. 'Sub. -Recipient will give the State Administrative Agency, OHS or through any authorized representative, access to and the right to examine and copy, records, accounts, and other di ouments and sources of Information related to the federal financial assistance award and permit aooess to facilities, personnel, ,end other individuals and information as may be nocossary, as required by OHS regulations and other applicable laws or program guidance. a Sub -Recipient must submit tamely, complete, and accurate reports to the FDEM and maintain appropriate backup dccsurnentatIon to support the reports. Sub -Recipients roust also comply with ail other special reporting, data colleotlon and evaluation requirements, as prescribed by law or detailed in program guidance. Sub -Recipient gilt acknowledge their use of federal funding when Issuing statements, press release, requests for proposals, bid invitations, ,and other documents describing projects or programs funded in whole or in part with Federal funds. a. Sub -Recipient whoa receives awards made under programs that provide emergency oommunloattons equipment and Its related activltlee rnuat comply with SAI=ECOM Guidance for Emergency Communications Grants, Including provisions on technical standards that ensure and enhance Interoperabto communications. 6. When original or replacement equipment acquired under this award by the Sub -Recipient is no longer needed for the original project or prograrn or for other activities currently or previously 67 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 supported by DH$/FEMMMA, you must request instructions from FOEM to make proper disposition of the equipment pursuant to 2 C.F.R. Section 200.313. 7. DH3/FEMA funded activities that may require an EHP review are subject to FFMA'e Environmental Planning and Historic Preservation (EHP) review process. This review does not address all federal, state, and local requirements, Acceptance of fedarai funding requires recipient to comply with all federal, state and local laws. F'allure to obtain all appropriate federal, state, and local environmental permits and clearances may jeopardize federal funding, if ground disturbing activities odour during construction, applicant will monitor ground disturbance, and If any potential archeological resources aro discovered, applicant will Immediately cease work In that area and notify the pass -through entity, if applicable, and DH/FirMA. 8. Sub -Recipients are regufr ad to comply with the Build America, Buy America Act (SABAN, which was enacted as part of the infrastructure Investment and Jobs Act Sections 70901 70 27, Pub...L.. No.117458 (2021), and Executive Order 14006, Ensuring the Future is Made In Ali crf America by Ail of America's Workers. 9. Sub -Recipient will comply with the applicable provisions of the following laws end policies prohibiting discrimination: a. Title VI of the GM! Rights Act of 1964, as amended, which prohibits discrimination based on race, color, or national origin (including limited English proficiency), b. Section 504 of the Rehabilitation Act of 1973, as amended, watch prohibits discrimination based on dlsabliltY, a. Title IX of the Education Amendments Act of 1972, as amended, which prohibits discrimination based on sex. in education programs or activities. d. .Age Discrimination Act of 1975, which prohibits discrimination based on age. e. U.S..Departnent of Homeland Security regulation 6 G.F.R. Part 19, which prohibits discrimination based on religion in social service programs. jRermiaaincler of page intentionally left blank) 68 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 ATTACHMENT I MANDATORY CONTRACT PROVISIONS Provisions; Any contract cr subcontract funded by this Agreement must contain the applicable provisions outlined In Appendix 11 to 2 C.F.P.. Part 200. It le the responsibility of the sub -recipient to include the required provisions, The fallowing In a list of soirsple provisions fare Appendix 11 to 2 C,F,R. Part 200 that,, u be required:1 Appendix II to Part 2O0--Contract Provisions for Non-Fedarat Entity Contracts Under Federal Award In addition to other provisions required by the Federal agency or non-Faderel entity, all contracts medo by the non -Federal entity under the Federal award must contain provisions covering the following, as applicable. (A) Contracts for more than the simplified acquisition: threshold, which la the Inflation adjusted amount determined by the Civilian Agency AcquisitionCounciland-tile-Defense-Acquisition Regulatlona Council (Councils) as authorized by 41 U.S.C. 1900, must address administrative, contractual, or legal remedies in instances where corYtraetorra violate or breach contract terms, and provide for euch sanctions and penalties as appropriate. (B) All oaritrstota in excess of $10,000 rnuat addroea termination for cause and for convenience by the non -Federal entity including the manner by which it will be affected and the bar3rs for settlement, (0) Equal Employment Opportunity. accept as °therwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" In 41 CFR Part 60-1.3 must Include the equal opportunity clause provided under 41 CFR 60-1,4(b), In aocardance with Executive Cider 11240, "1,=qua EmploymentOp Ortunity" (30 FR 12849,12936, 3 CFR Part,1964AM Comp., p. 339), ea amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and Implementing regulations et 41 OFR part B0, "Office of Federal Contract Compliance Programs, Equal : Employment Opportunity, Department or: Labor." (lI) Davis -Bacon Act, as amended (40 U.S.C, 3141-3148), When required by Federal program legislation, ail prime construction contracts in excess of $2,000 awarded by non -Federal entitles must include a provision for compliance Witt: the Davis -Bacon Aot (40 U.$.C, 3141-3144, and 3146.3148) as supplemented by Department of Labor regulations (29 CFR Part 1, "Labor Standards Provisions Applicable to Contracts Covering Fedemily Financed and Assisted Construction"), in accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not lass than the provallirig wa los specified in a wage determination made by the Secretary rretary 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 detannination Issued by the Department of Labor in each solicitation. The decision to award a contract or 9ubc0ntract must be conditioned upon the acceptance of the wags determination. The non -Federal .entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision tor 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 Bub -recipient must be prohibited from Inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is othenvise entitled, The non - Federal entity must report ail suspected or reported violations to the Federal awarding agency. (i) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non -Federal entity In excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of tabor regulations (29 CFR Pert 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to ocmputo the wages of ovary mechanic and laborer on the basis of r I For example, the Devis-Bacon Act is not applicable to other FEMA grant end cooperative agreement programs, Including the Publics Assistance Program or Hazard Mitigation Cram Program; however, sub - recipient may include the provision irk its subcontracts. 69 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 standard work week of 40 hours, Work In excess of the standard work week is permissible provided that the worker is compensated at a rate of not loss than one and a half tithes the baslo 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 ccanstruotlon work and provide that no laborer or meohanlc must be required to work 1n 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 meet the definition of "funding agreement' Under 37 CFR § 401,2 (a) and the recipient or $uborecipient 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 Sut',recipient must comply with the requirements of 37 CFR Part 401, "Rights to inventions Made by Nonprofit organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,' and any Implementing regulations issued by the awarding agency, (0) Clean Air Act (42 U.S.C. §§ 7401-7871q.) and the Federal Water Pollution Control Act (33 it:8:C:1 81�1 3E17), as amended .-Contracts, and sribgranta of.ernounts I.n_excese of $160,000 roust contain a provision that requires the non -Federal award to agree to comply with all applicable standards, orders or regulations Issued pursuant to the Clean Air Act (42 U.S.C. §§ 740147671q) and the Federal Water Pollution control Act as amended (33 U.S.C. §§ 12' 1,1387), Violations rnust be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA), (H) Debarment and Suspension (Executive Orders 12549 and 12t 69)---A contract award (see 2 CFR § 110,2220) must not be made to parties fisted 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 1906 Camp., p, 189) and 12689 (3 CFR Part 1989 Comp p. 236), "Debarment and Suspension." The Excluded Parties List System in £AM contains the names of parties debarred, suspended, or otherwise excluded by agencies, es Weil as parties declared ineligible under statutory or regulatory authority other than Executive order 12649, (I) Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352)---Contrnotors that apply or bid for an award of $100,000 or more must tile the required certitioation, Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an otf1oer or employee of any :agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress In connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1382. Each tier must also disclose any lobbying with nonµFedorat funds that takes place In connection with obtaining any Federal award, Such disclosures ere forwarded from tier to tier up to the non -Federal award. (J) See § 200.323 Procurement of recovered materials, (K) See §200.216 Prohibition on certain telecommunication and video survelliance services or equipment. (L)See §200.322 Domestic preferences for procurements (.Appendix 'Ito Part 200, Revised En:11/12/2020). Please nate that the sub -recipient alone i$ responsible for ensurtng that all language included in its contracts rncets the requirements of 2 CFR R , ' 200,327 and 2 CPR, part 200, Apperulix I1, 70 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 ATTACHMENT J FINANCIAL AND PROGRAM MONITORING GUIDELINES Florida has enhanced state and local oapataility and capacity to prevent, prepare and respond to terrorist throats since 1990 through various funding sources including federal grant funds. The Florida Division of mergency Management (POEM) hes e, responsibility to track end monitor the status of grant activity and Items purchased to ensure compliance' with applicable Homeland Security Grant Program (HSC P) grant g111C1$nce and statutory regulations. The monitoring process is designed to assess a Sub-Reciplent agency's compliance with applianbla stag and federal guidelines. Monitoring is a000mpilehed utilizing various methods 1noluding desk monitoring and on -site visits, There are two primary areas reviewed during monitoring activities - financial and programmatic monitoring. Financial monitorfng primarily focuses on statutory and regulatory compliance with administrative grant requirements.. It involves the review of records associated with the purchase and disposition of property, projects and contacts. PrograMMatiO monitoring seeks to validate and assist In the grant progress, targeting Issues that may be hindering project goals -and ensuring compliance with the purpose of the grant and overall grant program. Programmatic monitoring involves the observation of equipment purchased, protocols and other associated records, Various love's of financial and programmatic review may be accomplished during the monitoring process. Mon tor'pg SpteatIc n a o .e, r Each year the FDEM will conduct monitoring based on °Disk kseessmeni'. The risk assessment tool is used to help In determining the priority of Serb -Recipients that should be revie+ved and the level of monitoring that should be performed. It 14 important to note that although a given grant may be dosed, it is still subject to •either desk or on -site monitoring for a five (S) year period following closure. X�re„„ as tt is vrilll ha ecanelned jnclgtha: • Management and administrative procedures; i Grant folder maintenance; a Equipment accountability and sub -hand receipt procedures; Q Program for obsolescence; • Status of equipment purchases; a Statue of training for purchased equipment; • Status and number of response traininga conducted to include number trained; w Status end number of exercises; • Statue of .planning activity; Anticipated projected oornpiettan, • Difficulties encountered in completing projects; • Agency NiM$IICS compliance dooutnentationl • Equal Employment Opportunity (EEO Status); • Procurement Policy PLEM may request additional monitoring/Information of the activity, or lack thereof, generates questions from the region, the sponsoring agency or FE11 tv1 leadership, The method of gathering this information will be determined on a case -by -case basis. itjg eikcrirrp.Artivitiest 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 a -uteri 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 wlN be required to participate In desk top monitoring as determined by FDEM. This confect will provide an opportunity to identity the need for 71 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 teohnit i assistance (Ti) and/or a site visit if MEM dtatermtnes that Et Sub-Rocipiant Is having difficulty completing their project. As difficulties/deficiencies are identified, the respective region or sponsoring agency will be notified by the program office via email'. information wilt fr>clude the grant ub-Rec,iplent agency name, year end prajeet description end the nature of the Issue in question, Many of the issues that arise may be revived at the regional or sponsoring agsnc'tevei. Issues that require further TA wilt he referred to Fl i M for assistance. txarnples of TA include but ere not limited lei A 'E dui prrient selection Or available vendors • Eligibility of items or services • Coordination end pertnersftip with other agencies within or outside fha region or diselpitne • Record Keeping • Reporting Requirements 4 Documentation Insuppott at s Request st for f ,sir i yarsemerrt On-stie monitoring will be conducted by POEM or designated personnel. On site monitoring visits will be eched‘ited ter advance with the Sub -Recipient agency POO designated in tiie grain agr� ri ant: POEM will also c;onduot coordinated firrartclei and grant file monitoring. Subject molter experts from other ageracieawlttrin the region or state marry be called upon to assist In the form of a peer review as needed, Pu4i, t c tl art pro oi i~3rt its monitcaring visits will begin with those grantees that are currently spending or have completed spending for that federal fiscal year (fry), $lie ;Alto may be combined when geographically ccrwerrlent. There is a tinaricial/.pragrrrrnrnatlo On -site monitoring checklist to assist in the txampretian of required tasks, Pita Mott Prvaration rAletter Mt be sent to the $tab-i eoipient agency Point of Contact (POO) outlining this date, time and purpose of the site visit before the planners arrive! data, The appointment should be confirmed with the grantee in writing (email is acceptable) and documented in the grantee feline[. The physical location of any equipment located at an alternate aim should be confirmed with e representative from that location aril the address should be documented in the grantee tenter before the Ill@*It, _gaffe Mon itottrip visit Once POEM personnel have arrived alto site, on orientation conference will be conducted, During fhis time, the puipcso of the site visit and the items FO M intends to examine will be identified. Ail oblecatives of the site visit wilt be explained during this time, POEM personnel i 41 review all tiles and supporting docurrrentatien. Once the supporting documentation hier been revto+r'red, tourlviettetfsp st inspiiction of equipment will toe concluded, Each lt)m eetected for review should be visually inspected whenever possible, Digger Items (computers, response vehictes, etc.) should have era asset decal (information/aerial number) placed in a prominent location on each piece ofequipment 613 par Sub,-Rec€pient agency requirements.. The solar number should correspond with the appropriate receipt to confirm purchase, Photographs should be taken of the equipment ent (films capital expenditures in excess s of $1,000, pot" Warn), if an Item la, not available (being used during time of the site visit), the appropriate dooramentarion must be provided -to account unt for that particular piece of equipment. Other programmatic Issues can be discussed at this lime, such as missing quarterly reports, payment voucher'Ireimbursarcent, equipment, questions, sic, 72 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 P st POEM pereonnel 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 alto 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 riortcomplience latter to that effect will be generated end sent to the Sub -Recipient, The Sub -Recipient will submit a Corrective Action ;Plan within a tirneframe as determined by Fi EM, Noncompliance on behalf of sub -grantees Is resolved by management under the terms of the Sub -Grant Agreement. The On -site monitoring report end,tart Pack up documentation will then be included In the Sub- Rscip:lent`scte, QS i"g;tnra.RMns.,Lilit s ee tliMra , Serb-Rsciptents who are pass -through entltiee are responsible for monitoring their Sub -Recipients in a manner consistent with the forme of the federal award at 2 0,F,IR. Part 200, including 2 C.F.R, § 200,332, This Includes the pass.through entity's responsibility to monitor the activities of ttra..Sub.Recipient es necessary to ensure that the subaward is used for authorised purposes, In compliance with federal e lutes, regulations, and the terms and conditions of the subaward; and that subaward performance gams era aiwhleved, Sub-Recipteot responsibilities also Include but ars not limited to: accounting of receipts and expenditure, cash management, maintaining adequate financial records, reporting and refunding expenditures disallowed by audits, monitoring if eating as a pass -through entity, other assessments and reviews, and e nsuring oversell compliance with the terms and conditions of the award or subaward, as applicable, including the terns oft C.F.R. Part 200. JRcrrrainderof page intentionally left.blar kj DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 ATTACHMENT K FFIP GUIDELINES ENVIRONMEMTAL PLANNING & HISTORIC PRESERVATION (Elli) COIVIPLIANCE GUIDELINES The following types of projects are to be submitted to FEMA for compliance review under Federal Environmental Planning and Historic Preservation (EHP) Taws and requirement prior to initiation of the project: a New Construction, installation and Renovation, including but not limited to: K} Emergency. Operation Centers a Security. Guard facilities c Equipment bi►ildinge (such as those accompanying communication toe ens) o Waterside Structures (such as dock houses, piersa, etc:) • Placing a repeater endIor. other equ Prrlant en an erclstirig tower ._ . • Renovation of and modification to buildings end structures that are 60 years °Id or older • Any other construction or renovation efforts that change or expand the footprint of a facility or structure including security enhancements to improve perimeter security • Physical Security I ii arioemet'rts, Including but spot limited tot a Lighting a Fencing o Closed-oircutt television (CCTV) systems n Motion deteoticn system a Barriers,. doors, gates and related security enhancements In addition, the erection at comnluiiicatiorr;a ;towers that are Included In a.jurisdictlQrr,s lnteroperabte communications plain Is allowed, subject Well applicable laws, regulations, and licensing provisions, Communication tower projects must be submitted to FEMA for EHP review. EHP SCREENINCi FORM SUBMISSION I. For projects requiring EHP review, the $ub,Reclplert must submit the EHP Screening Form to the Stele Administrative Agency (SAA) for review prior to funds being expended„ The SAA Point of Contact for EHP review is: Ms, Felicia.1?iliipo% puree aPreparedngsg -- icrnestic Security Z655 Shurnard Oak Eieuleuard Tallahassee, Florida 32399.2 j'Q0 Telepfi pe:85a-51t-434s akaPiliook ern.myl'Igr.iil;1,cnrn II.. The SAA POC will forward EHP Screening Forms to I HS/FE'VIA for review ;:and approval, lit. Sub.Reolpientis must receive written approval from the SAA prior to the use of grant fiends for project implementation. THE PROJECT MAY MOT BEGIN UNTIL FINAL. FEMA APPROVAL IS RECEIVED, 74 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 ATTACHMENT L REIMBURSEMENT CHECKLIST t, Does the amount billed by consultant add up correctly? Ej 2. Has ail appropriate documentation to denote hours worked been property signed? E S. Have copies of all planning materiels and work product (s,g, meeting documents, copies of plans) been included? (Note If a meeting we held by Sob.i eciplent or contractor/consultant of Sub. Recipient, an and and signup sheet with meeting date 4, Has the zero dollar invoice and signed from the consultant/contractor been include? 111 5, Has proof of payment boon Included? ... ... . .. _ . . _ Canceled oho k, bank statement or transaction history (Showing the Venal) flan wa processed by the bank) Electronic Funds Transfer (EFF") Confirmation Credit Card Statement ,k payment to credit card company for that statement 6. Has Attachment q (found within Agreement with MEM) been completed far this contractor/consultant and Included In the reimbursement package? 7, Hee proof of purchase methodology been included? Please 8oe Form d of Reporting Parma or Purohesing Elesio8 Attechrnotit If further cliarflylo neerf +d, Sole Source (approved by EDIM for purehasae exceeding $26,000) Stagy Contract (page showing contract #, price list) Competitive bid results (e.g. Quotewire, bid tabulation page) ('.gpsuitan jCtrntractars.LNat r_ti(s rppljes:tq.pot. tc(ors,QIao bitltdqun+;tar ilkagallegtd Mg is the comae DHS approved? Ei 2, is there a curse or catalog number? El S. If not, has MEM approved the non.OHS training? 4. I -lave Sign.ln Shasta, fosters and Agenda bean provided? 5. if billing for overtime andlor bacictill, has documentation been provided that fits attendee names, deportment. t of tsours spent at training, hourly rate and -total amount paid to each attendee? Have documentation from entity's financial system boon provided es proof attendees were• paid? For beckfitl, has a clear dolineattonfcross reference been provided showing who was #ackftlling who? 3. Have the names on the sign -In shoots been crouspreferenced wish the names of the Individuals for whore training reimbursement costa are being sought? El 7. Have any expenditures occurred in support of the training such as printing costa, costs related to administering the tubing) ptanninA scheduling, facilities, materials and supplies, reproduction of materials, and equipment? If sa, receipts and proof of payment must he submitted. 75 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Canceled check, bank statement or transaction history (Showing the transaction was prnaes:sed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Cord Statement & payment to credit rand company for that statement Ej 8, Has proof of purchase methodology been Included? Please see Form 5 of Reporting Forms or PurchasIng Basks 4tiaohment !f rtttther clarlty Is needed. Sale Source (approved by FDEM for purchases exceeding $28,OO8) State Contract (page showing oaniraot #, price list) Competitive bid results (e.g. Q otewfre, bid tabulation page) Has documentation been provided on the purpose/objectives of the exarolse? Situation Manual .w, . Exercise Plan 2. if exercise has been sonduottad are the following included; A€terwaction report 91gn�ln sheets agenda Rioters a. if billing for cnrertfrrre and barkflll, has a spreadsheet been provided that lists attendee names, department, # of hours spent at exercirap, hourly rate and total paid to each attendee? Have documentation from entity's financial system been provtdead to prove attendees were paid? For backf ii, has a clear delineation/cross reference bears provided showing who was backfilling who? I 4, Have the names on the elgn43n sheets been crass•reierenced with the names of the Individuals for whom exercise reimbursement costs are being sought? E 7. Have any expenditures occurred on supplies (e.g„ copying paper, gloves, taps, eto) in support of the exercise? If so, receipts and proof of payment must be Included. Canceled check, benk statement or traneer tlon history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Cam Statement & payment to credit cerd ornpany for that statement Have eny expenditures ocourted on rental of apaoelioioatiens for exercises planning and conduct, exercise signs, badges, et ,? if 60, receipts and proof of payment must be Included. �.,.... Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Fundh Transfer (EFT) Canf rmatlon Credit Card Statontant & payment -to credit card company for that atetement Has proof of purchase methorloirsgy been Included? Plsse see Form G of Reporting Forms or Purchasing Bastes Attaahmenf If further clarity i4 needed. tole Source (approved by FDEM far purchases exceeding $25,000) „ State Contract (page showing oontrtaot0 price list) Corripetitive bid results (e.g. Quotawire, bid tabulation page) .QUMEN ': Ej 1, Has the zero dollar invoice end signed from the caneuttantfccrntractar been include? 2, Has en AEL # been identified for each purchase? 76 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 Li 3. if service/warranty expenses are listed, am they only for the performance period of the grant? 4. :Has proof of payment been included? Canceled check, bank ststernerst or transaction history (Showing the transaction was processed by the bilk) Electronic Funds Transfer (EFT) Conflrnnatfon Credit Card Statement & payment to credit Gard company for that statement ti, If EHP form needed, hoe a copy of the approval' OHS been included? 0 0 0, Has proof of purchase methodology been Includes[? Please sea POIM S of #opening Farms or Purchooing gaskt Atiaohrnenf If Other clarity is flooded. Sole Source (approved by FDEM for purchases exceeding $26,000) State Contract (page Showing contract*, price Het) CompsWive bid results (e.g. Quotewlre, bld tabulation page) 1, Have all receipts been turned in, Itemized and do the dates on the reoeipto match travel dates? Airplane receipts Proof of mileage (Goggle or Yahoo reap prrntaut Or mileage log) Toll artdfar Parking receipts Hotel receipts (is then a :zero balance?) Oar rental receipts Regfstration fee recoipta Note: Make sure that meals paid for by conference are not included In ppr diem amount 2, If travel le et conference hes the conference agenda been Included? 3, Has proof of payment to traveler ben included'? %d? Canceled chock bank statement or transaction history (Showing the transaction was processed by the bank Electronic funds "transfer (EFT) Confirmailon Credit Card Statement & payment to cretin card company for that statement Copy of paycheck if reimbursed through payroll maapsaimmg 1. Has a pinned timeaheet by employee and supervisor been included? i`imaerheet must certify the hours and Informaticn presented ea true and ccsrreet. 2. Has proof for time worked by the employee been included? Is time period summary Included? Statement of Earnings w Copy of Payroll Chock Payroll Register Fier fusion Center analysts, have the certirlcatton documents bean provided to the SAR to demonstrate consonance with training and experience standards? 2l` 3ANIZAIrro 0 if bitting for overtime and baatdfii, hasp spreadsheet boon provided that lists attendee Haines, department, # of hours spent at sxerclss, hourly redo and total paid to each attendee? Have documentation from entity's flnanclai system been provided to prove attendees were paid? Par backlit, has a clear delineation/cross reference been provided showing who was beckfilling who? 77 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 0000 ED 1, Have all retevant farms been completed and included with each request for relmbursernent (including Daily Acthrlty Re.parta for APOO)? Have the coats Incurred been charged to the appropriate POET! category? 3, Chose the total on ail Forms submitted match? 4. Do all quotes and Invoices from the sketeoted vendor provide a legible eignatura from vendor? 5, Do all paid Invoices show a $0.00 batanoe? 8, Has Reimbursement Form been signed by the Grant Manager and Flnanolpl Officer? 7, Han the reimbursement package been enterers Into SubAeciphsnts reocrclslspreedsheet? 8. Have the qt./entity end unit cost been notated on Reimbursement. Budget Breakdown? ED 8. if NO purchase was made via Sole Source, have you included the approved Sole Source docurnentaation and justification? 10. Do all of your vendors have a otsrrent W-9 Taxpayer identification) on Me? El 11. Has the Attachment 0 (found within Agreement with FDEM) or proof of $AM,cjnv registration been provided for the contractors/consultants with to refrnbursemont package. Please Mate: M M mservea the right to update this checklist throughout the life of the #1rar1t to ensure compliance with applicable federal and state Mee and regulations, FY 2022 Budget -Miami -Ft_ Lauderdale UASI •�.u..f.i� :R :E^i6'£%')�> ..S:- �$`9tFebt...''- g ... I�` �:ia�Effid>sd4.S',S.iE!?k^{.�g§ Ys.F 's,'Y •"x«-"- .3��-tty ..�aT� :< , a b,@ «.,<E.r.i,.sx�s:`)-'a,»{ .., Ifec"•? g^-6&:C.i:.. .,:p_ip.Ld.# i2t,}.'UI• � ...,E mdep 6 V "2 a-..° P 6 �i- BEM4 Planning Emergency Management 2022-06A Emergency Management Planner and LogisticsCapahRity Assessment Tool No 2 $164,32540 $564,325.00 fEMMA Planning All Disciplines 2022-➢5A Y CyberseCurity Assessment of PuMr.5aety infrastructure to include 012 system and radian Na I $2000€3040 $200,00040 SSC3 gaining Emergency. Management 3022-06B BS0 PTE - EEMP/COOP/CQG -. NationalHomeland SecurityNo tanjerenre 1 $50,325.00 $Sit 335-t1t7 850 Equipment Emergency Management 2022-074 Sheriff's EOC Sustainment and Enhancements 041.1 it-01-1NIIW .2.IC-60-0CEQ OJFAP-05-Cass 1311-00-ALAT 04.3 P-0i-CADS. 0,01D-02-PROJ 0$CC010ELL 216W-00-CNST 2JG t-00-41ALN 06C-`C' it3-SAT13 2lG"4-08-SHIP 21GN 0O-1NST 61011?-03-P1SP iniCF 05-lVCON 14SF€-01-P- GS 14CI-1,3-COOP 07SE-03-ENVS 05CC-02-DS.4i) des I $&€� dil3A.(i0 $6t3 AfiA 00 B50 Planning Emergency Management 2022-020 Emergency Management Teechnicat.Suppo?t Specialist No I $1O( Oi30.00 $100,000.00 0S0 Training Ail Disciplines. Z022-058 Y CybersecurityA.warenesSTraining far 65Ci Personnel . No 1 $6€,000.00 $60 000.00 BSD Equipment Law Enforcement 2022-03A 1150 SWAT SUAS 030E-Ci7-SLiAS. No 4 $15,000.00 . $60,00(LA0 BS0 Equipment Caw Enforcement 2022.030 Y EGO 2ndLineTool Kit Oland Tanis) 02E5-01-TLR.a $9000.00 $9,00000 BSc] Equipment Low forcemeat EnCoral 2022-A3C Y f©13Fiber Scope Kit 02EX-00-kTFO No .I $25,000.00 S25,000Ea0 Gables Planning Emergency Management 2022-S5C ENl PlannerPosition No 1 $100.000.00 $200„00-00 1 Z090oSSvOL90-9886-817a17-ve Id :al adoIanu3 u6!snooa til 99 3pyyJ ' }. e".P.•_xi4?((!je ...,g"Y '9.�° � L "`rz".°e Y <i �ik'.:(y^Sd".sgFiCr�SiA. , " At, 2a€ ° �"E ,�. 3 Coral Gables :..:.x. Equipment Fire Rescue 2022-0RA Main tenancefSustainneen tf Repair/Repinrementfur i/56P Purchased Equipment. 21G1ti1-00-MAW 1 $48,755.00 $48,755_70 Camil Gables Training Fire Rescue 2022-060 Training and Exercise 1. $25 000.00 $25,000.0O Carol Springs Equipment Ali Disciplines 2022-13A Harmat Emergency Traffic Srgnais 08D2-01-TDCS 2 $15,000.00 $70,000.00 Coral Sprintis Equipment Law Enforcement 2022-024 Y Real Time Crime Center - Edge Recorders with licenses 04SN-01-XM€T Na 4 $7 SOp 00 $30 000.00 Carol Springs 'Equipment All Disciplines 2022-12A Multi Discipline Training Prop {Technical ReseueTeams 21GN-00-CNST bra 1 $/2€,000.O0 $120 000 00 Cara( Springs Equipment Luur Enforcement 2022-031 Y Fixed Wing prone O3DE-O7S4J4S lk 1 $100,000.00 $100,000.00 Fort Lauderdale Equip tnertt Emergency Management 2022-O7C Ft, LaudErdaieMC-Sirstainment and Res beney 21GN-00-OCErz 06CP-0S-VCON, 21GN-00-111151 O4H57r-01-1NHiN, 0 41 AP-05-005S, 21GN-00-MAIN Etta 1 $67,831.00 567,8814OD Fort Lauderdale Equipment Low €nfareement 2022-03E Y FixedLicense Plate Readers 030E-01-A1PR Nu 5 $21,0O0.00 $100,M0470 Fort Lauderdale Equipment Fire Rescue 2022-03F Y Hazmatmonitors 07C5-01-KAvC, O7CD-01-DPMG 21GN-00-MAIN Ma 2 $71,650,00 $71,650.00 Fart Lauderdale Equipment Fire Rescue 2022-12E TRT Structural, Vehitie autt Trench Equipntont 035R 02-TR1Ca 03381 01-SH-ICR,03SR-02- }THY No .1 $69,985.00 $59985.00 Fort Lauderdale Equipment Emergency Management 2022-01A Y E0C Facility Security Enhancements (CCTV) 145W-01-inDA, 21GN-00-INST and 2161V•'00 €NST Yes 1 $45,00€.00 $45,000.00 r - H€aleah Equipment Law fn/flrcement 2O22-0.18 Y Law Enforcement Surveillance (CCTV) 'The Closed Circuit TV project will allow the Flialeah Police Department the opportunity to install Calf equipment in the !rag of soft targets and enhance airr ability to deter and investigate terrorist activit r,l 145W-D1-VIPA4 13411W-01-€NNW 04147D-03-VISP 21GN-00-MAIM 21 GN-OLWNST Yes 21 - $19,000.00 $399,,000.00 2 Z090oSSvOL90-9886-817a17-ve Id :al adoIanu3 u6!snooa Hialeah Training R#i Disciplines 2022-06E Pr&E: HazMat courses, Homeland Security Conference Np $41,000.00 $41,000.00 Hialeah Planning Law Enforcement 2022-031 Y LPRAna!y Analyst Na 1 $62,000.00 $62,000.00 Hialeah Planning Emergency 2022^00F Management Emergency Management Planner Nd $130,000.00 S110,00000 Hialeah Equipment Law Enforcement 2022-03H Y License Plate Reader System (LPR) Fixed on poles 030E-01-ALPR, 2IGN-0O-INST, Yes 21 GN-0o-CNST 18 $23,035.00 1 $414,630.00 Hialeah Equipment Emergency 2022 L#7D Management EQC.Enhancements to include monitor, software, servers. smart boards and installation of equipment 21GN-00-OCEQ, 2101-00-INS7; 04HW-D1-4NHW, Na 04M13-03-DISP, 216N-00-MAlN 1 $191,000.001 $191,00aou Hollywood Equipment All Disciplines 2022.0SC Y Cybersecurity Equipment Hardware/Software 05NP-O5.51EM No 1 $243,497.00 $243,497.00 Hollywood Equipment Law Enforcemen 20224 31 Y Portable Llrense Plate Reader System (,PR) 030E-01-A1PR, 21GN-00-lNST Nn 2 $45,000.00 $90,000.00 Key Biscayne Equipment Emergency 2022-10A Management Emergency Management Vehicle, Sprinter 12VE-00-SPEC 1 $44,840.001 $44,24000 M&A Miami MLami Management and Administratio All Disciplines .2022.47 Equipment Ali Disciplines 2022.080 Emergency Equipment Management 2022-07E M&A Main £eararce/Sus tainmentj Repair/Replacement far HSGP Purchased Equipment. £M $138.000 R4&A Nn 21GN-taLI-MAW Na 21GN-00-0CEQ 14C1-00-COOP 075E-03-ENVS EOCEnhOncements/Muintenantej 06CC-O5-ARTY Sustaloment 06CC-02,DS4L 21GN-O0-INSr 04MD-03-D15P, 04HW-01-WHIN Yes 1 1 1 $560,504 001 $560,900.00 $129,734_00 ] $129, 7 $195,wa.O01 $195 000.09 Miami Equipment All Disciplines 2022- This project will continue se tykes far a Metro -Ethernet line that provides fast network connectivity between the City`s network and the F911 backup center. 140-01-COOP No 1 $250Oa.00 1 $25,0O0.00 Z090oSSvOL90-9886-817a17-ve Id :al adoIanu3 u6!snooa gg �t� r �1 W - p _ i' 1fl 'I ai• i•j �:sjs..i { .( I '! i 3 i� ,yp 'may, Sri � d fie- �! 1 ii i, ggy `,i j %€ t.�31 (� �.5 �' 1' 4� � �,jJ 0 '• 1 �I F i• Qph€! F'�.-: �u, 'r k .. i �. d�a ' 1 ' .n Miami Equipment All Disciplines 2021-15A Satellite Phone Sustainment Citywide 112 months). This project will sustain the satellite phones that are installed throughout Cffy Deporbments including police and fire stations which allow allfrst responders to communicate when primary communication services are down. Includes Key Biscayne t 5CC-03-5AT0 No 1 $3L 000 00 $30,000.00 Miami Planting All Disciplines 2022-06G T & E. This project will support main-dclpfnory projects for the Cityof Miarrrr anrier the kadershfp of MEIN Project scope will involve a full scale exercise, revision of planning documents such as the CEMP/COOP/COG and Millings that benefit tsrrorssm- related emergency management trafnings. Trainings will include IC3, marmot 150 and any other specialized courses needed due to staff attrition. Fire $41,628, FM $78,265, Police$71,25$ No 1 $191„1,52.00 $191,152.00 Miami Planning Emergency2022-04k Management CERT/iYliarsai- Troirsirrgand equipment No 1 $145000-00 5145,000.00 Miami Organization Fire Rescue 2022-01C Y Operational OT for Special Events approved hyFEMA;Fire $5,000 No 1 $5,000.O0 $500aoo Miami Equipment Law Enforcement 2i22-028 Y Installation of Real Time crime Center Dashboard With a5year maintenance plan 21GN-00-4NST, 21GN-00-MAINand 131T-00-1NT1 Yes 1 $500,000.00 $500,000100 Miami Equipment Law Enforcement 2022-031 YFaced License Plate Reader System (1PR) on poles 030E-01- LPR, 21GN Q0 iNSF 25 . 15 f010.00 $390,000.00 Miami Planning Emergency Management Emergency Management Coordinatw(12months)_ This positionposition will assist with theNo development/rods-ion of citywide emergency management plans such as the CEMP, COG and COOP- 1 $330,Oo0.00 $138,000.1+0 4 Z090oSSvOL90-9886-817a17-ve Id :al adoIanu3 u6!snooa a ai;� :t i`•`• SU �.•'j Planning :ll Emergency Management t ,' ,-! J I,n - •-�a 1 . R i a. tag 3 r ; 3 . E ,..'1 7 q.i ! ,1 N Miami Emergency Management Planner (12 months). This position will assistassist with general planning responsibilities related to the implementation of the UASI grant program. Na 1 $95,0OO O0 $95 OOO.00 Miami Planning Emergency Management 2023 f)fif Equipment inventory Planner (12 Arunths}, This position w fi be responsible for resource management tracking and planning planning portion of she EHP process. 0 3 $70,0 $7t%000 00 Miami equipment Fire Rescue 2022-14A MCI Bus Upgrades torn BLS to MS09NEE 03-6EhliP 091v1-01-SAGM 1 $426,000.00 $426,000.00 Miwn Miami Beach035R-03-KMON, Equipment Levi Enforcement 2022-12C Y TRT Search and Rescue Buildout O1SR-01 ARAG, 035R-02-TPEL, 10GE- 00-GEMR, 0802-Ol- LiTE,1955-0O-SHEN, o35R-o3-SCAM O35R-03-TPHY, 03OE-07 SLirL, 03OFO37-UPGLI, 52TR-00-MOVR, 12VE.-00-MISS Yes 1 $26 0ti000 $255,000.90 Miami Gardens Equipment Law Enforcement 2022-1OB N Mobile Command Vehicle 12VE-00-CMDV Nis 1 $327,234.00 $327,684.9O Miami- Dade Equipment Fire Rescue/TM Mobile Command Vehicle 12VE-OO-EMDV No1 $1,603,030.00 $1,603,030.00 A4101211- Dade Equipment Law Enforcement 2022-03k Y Marine Patrol NYG 030E 02-TILA Yes 4 $15,730 00 $57,000.00 Dade MiamF Equipment Law rtem�nt Ea/oSurveillance 2022-03L Y Containment Vessel O2Ex-00-YCYV Yes 1 $SS,hi 00 Sg ,575.00 Miami- Dade Lay.r Enforcement2022-02C Enforcement Y Platform and Intelligence Gathering System for S1IAs 030E-07-SUAD, 00140-03-DJSP 030E-07-ROVE 1 $220,000.00 .$110,0170.130 Miami- Dade Planning Law Enforcement 2022-061f Planning, Training and Exercises: UASI Homeland Security Conference NIA No 4 $3ooao0 $12,000_00 Mr Dade Training LOW fgrtement EnMiami- 2022-06L Y Total Containment Training 1 $7,150.00 $7,150.00 Dade Exercise Lass Enforcement 20.22-06h7 Y ,terrorism Priority Response Team Counter Exe:cise 1 $260,000.00 $260,000.00 5 Z090oSSvOL90-9886-817a17-ve Id :al adoIanu3 u6!snooa b. i, s? S • ' ee . €° . Y •1•+ePEE 4:5 :Eede$.e P.... ,y _B-. __. .3. �g em l'' •,d '� _.�: m. es€?=° J lr r dui ' • �}.� ¢� $yS r.. F'°v It 9fli 4h::q .ems ._.. .iv ;6.tt. S' ° adgd 3e. .aa '� ;a.;d_..•, :.e" - �9 age@ . FFpE $5°.fl�..{..Ebp:<i ig-et L..i.:_.B _<..Ef iti°i._lE.se A ez 'z4%dPBasE6 «€ e "9 xava pp (( . EYM. d`, ei ...a�99�9.+yB P _..�. P:S !pp ° "si YB ..,. ,.�.a .. '. ,' � �• 4.' , ia - I G<".�-,«Yk'."E.>.: 9 6.i B d :C»,'&:S. 6E&7[9°i..Ci.*:«» _..»::.-..w"r p.3s�(%' �baa : 9Y F F° 'C^y�' ;...'°. i. .>. .• ..?'t: .s..: aS}, Y.E. a � p°;;ir;€:�: :;:... a Ea"fr_,£� ea C a r . ` ft g•..E F {t 99 Y,Yz 3 -ke�^ °xdPd' EFL ...',-0t�.y M.p�E ... -.:i i`I'",: E. �. SiY' •Yzf�� xu£ d i:3g=� d:: dh ` z: ri '°` kj�' �' - y .52�a;d e"�:<p.�. E: 4 _ Y3i :yg,? p< .-f .n..i.>s...�5..%.6 .SPCE...'e a��p „zt = T8 9. g (-3 �'9 Ti:, SS1uE.«.T;n _.e.;.c, ' f+.. @. - i° E_.o.b -,��}(p E �Ai�ai�'d^. ?"'!^a, Ca ltk a . s.:-ago �h y'�re:�'��r 3�' ° "�� ::... Y.'`".3 Y 93 :e ''•• `YP' 'sa8' _,e�'e - .y iL•d$.- is°d{.•:^�9 .;.G J �a,3.: : id,ri !oat ...rfl ..... -- r" �j�` •' 1 �'::: a:6 ik°' j1��tiIf;6E`oE -.., .�' . .>, .E ?T [.:$P: ; i4"q�.k Y 1'Y. Adtle9it S4P®q .„.ids ,: F£:. FX ,t+ i:°�. 9m Miami- Dade Equipment Law Enforcement 2022-100 SOT Surface Beat- Inflatable with trailer 17WC-00-BOAT 2 .$40 001,00 $80 002.60 Miami- Dade Exercise. taw. Enforcement 2022-0EN Y SRTCounter-Terrorism Exercise 1 $177,188.00 177788,00 Miramar Equipment Fire Rescue 2012-WE Prime Mover and FORTE Shelter for Mobile Command Center Operations 127R-00 MOYR, 1955-£t0-SHFI Nb 1 $239,4fiflfiCt?39,000-OQ Miramar Equipment Fire Rescue 2022-07F WehEOCFleet Eyes Software 04AF-EiS-LOSS, 04AP-tit-AklLS No 1 $30 000 00 $3� (Mf1.00 Munroe Equipment All Disciplines 2022-11A 2 Forklifts for Monroe Airport 19MH-00-BULK 2 $45,000.00 $90.060.O0 Monroe Planning All Disciplines 2022-I15D Y CyberserurityAssessment and Training Na 1 . ,QOOIi[t $30 $30,000.00 Monroe Training Emergency Management 2022-060 Position Specific 1CS Training 1 $12,412.00 $12,410.00 Munroe Equipment iovr Enforcement 20.22-158 MonrfleCounfyAPX60ti070f}/800 Model2.5. Portable OECP-€11-PORT 26 $5,093.60 $132,415.00 Palmthe Bench County Exercise Emergency banagement 2022-06P Planning, Training and Exercises: to include training and exercise of Poxf Disaster Rerdevelopment Pion end u COOP and various JCS trainings (Ops Chief, Mass Fatalities, EQC/ICSinterface Intermediate EOC. Mufti Hazards far Schools) . N.q I $171,726.00 $171,,725..06 Palm Beach Count} Equipment Emergency12VE-003F'£C Management 2022--I1B logistics/Deployable equipment: Portable 111 System (304 Brut Truck(70k) Dual Axle Traifer(2/3 5kf and Trailer Mounted Message Board (2/40k) 245L1F-03-510A 12Tli-OF7 TEQ%' 030f-03-SfCiN .Ala 1 $194,000.00 $194,000-00 PBS,? Equipment Law Enforcement 2022-A31LT Chemical/ExplosryeGemini Analyzer with Warranty t7Ef1-01-4ASR, 21GN-00-MAIN No 1 $3S 000,p0 $36,ri0F1.00 P&50 Equipment Law Enforcement 2022,13,B N ExplasiveMagazine Prefect 02£X-00-EXMP Ng I $34,7.26.00 $34,725.00 6 Z090oSSvOL90-9886-817a17-ve Id :al adoIanu3 u6!snooa 1.. ,r[4°j4 339p" If >. "eY.it .' `;' E:'Y" u::�. t_..,q«ESE L° [, �.,. F � r�E�£-�. @@,�."'. ss� '1 riS.9, ".-,... -... „ .4q'`."...tr: e;Ro.v Y@: yaay��ii......3§3 E S #ff{ ' :1��� i . =-..i' t §3L ; sw, 3§ X:� ,��. Er'. r`.i: .., t % F [.i'. :.:: "£ � 4E [i. Pk'-tY^:rYSH;. .Fitt .�{{ sSFt.. �3sF�xeS-i:Y�. .{{� s�^L3 C}j{ drm3 7y _ �s _ Ff .s '$ ��«"r' ti �z ..LC- �`s ;ri<e $ .. .$Y.-d E. �°F:i-.�.{p..fe�q.. ^ € _:y :.t� §; k.'i �?a_:.,.. .g,,u..§..-..::.�"'Yk`.:=5t f[:�':B.vG'�b:±" y .. '...," <: :;:2 `« .. F L" ke'.:P i.P<"k . m > R`S' '^ Si 39�t;:."Y, A. 9s.,.rx q.: - i,� _:.�.. ©�. .--3>•:,`P•• mat T: �E,. gY3.S.� i' 2 '. 4 d�.it�dt�.'§[ <ti ^F ='.di B§�"�Z:.'i.>I �:a.3�3 f � ♦: rtt':�£.,,.�4« y y �""`.. � " ": S, .x.xnvY s.. -nr. E#[ 3, Fr: :, 'ij.��� 3 £ yd#, :z°". ,.��' .�Ms�"]d3���'SR ry b --���4gq� A y �¢ (t m,:i ` ,9 � �aSE C' d �¢ � [ _ :,, £ ci?:' [ ': L'££„s�" Sx`Y q;d� � 't� ". ,g 3 _ .....r, . e'. E: ` qyg),{ $t, �''1 ::8 4 I � ir. `'- :s�ti: �4(t.4'm^:ve gA�',}"�6 isf4. ".? A {f.3it'��`t>��:II" : !si5! C<'Mu� t_ ' " .>. pp,,�� e ° ¢¢�� �E${.. � sk �i ,'E" iy .. -�?.. :,<- L�r% > F.:"=: �:.- g .�. e'gP.T - q�. �'�� �� y� i5�. b" '!C$e:_:.'."^;a' =i� t.�.«�tYF§..- � d� i & j� �.,. B [ i �... _ i_ st. €i-t.•i 4 i:�sS�i{? -S"-, � r > P850 Equipment Law Enforcement 2427-02D. Y RTCC Portable Survellionce Trailers 030E-07-ROVL Na 6 . $38500.00 $231,000.00 PBSO Equipment Lau Enforcement 2022-15C N SWAT Communication Realises 0SCP-03-PRAC No 64 $1,000.00 $64,000.00 Pembroke Pines Equipment inw Enforcement 2022-148 N Automated External Defibrillators 09 ME-03-SERE I k 18 $2,00000 $36,400.44 Pembroke Pines Equipment Law Enforcement 2022-10F Pi Mobile Command Vehicle 121/E-tJ0-CMDV 1 $178,95a0o $178,950.00 Pembroke Pines Equipment Fire Rescue 2022-150 N Portable Radios 06CP-D1-MOBL 16 $2,233.00 $115,728 00 Sunrise Equipment Law Enforcement 2022-09A Lrxser Based Remote Methane Detector 07E➢-01-i,ASR, •21GN-00-MAIN 2 $15,000,00 530,000.00 Sunrise Equipment L w Enforcement 2022-106 Emergency Services/gulch Response Vehicle 124,E-00-MISS NO 1 $200,030.00 $200,030.00 Sunrise Equipment Law Enforcement 2022-15E Portable Rudigs APX 8000 06CP-01-PORT 19 $6,849,00 $130,131.00 Regional Miami Planning Emergency Management 2022-06R Regional Program lli{anayen This position assists the Miami and Pt. Lauderdale with regional Warming needs (e.g. drafting of investment Justifications, coordination of Il1AWGmeetings, development of amnia{budgets etc.). Planning No 1 $170,000.00. $120030_ TO 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 RdceSSary regional exercises. Pluming No 1 $1cra,op ati 090 [iti0.00 Regional PBS0Fusion Organization Law Enforcement 2022-02E Y Fusion Center Analysts Organization Ain 5 $54,000.00 $270,000.00 llegipnof Miami Planning gmergeney 1Vianagem2n# 20?2-ti65 Regional Planning, Training & Exercise to include attendance of grant refuted meetings 2161}£-C9D-TRNG No 1 $10f1,€30i7 Ot3 $100,000.00 Regional PESO Organization Law Enforcement 2022-05E Y Regional Cybersecurity Analysts Project NO 2 $150,000.00 $300,040.00 Regional PBSDFusion Planning Law Enforcement 2022-02F. Y MetadatoPlanner Na 1 $43,.000.00 $43,000.00 Z090oSSvOL90-9886-817a17-ve Id :al adoIanu3 u6!snooa F.' 4t.= Pv..���,,.��>"iNi' ' 1 ��� •}I `!, '±.�;1,,1- et, ^�i 66F !l 1 �i'!: l'1- 1�, :! r {{�,4 =f;fAia'F {7, �jj . .r. 'i,ryA�., , # 'd,kf Y} 1 1 S . . i . �i'I r"a i} ttF f{ 4E •Tip.` �j. sf,1.t13}. �i '` It �I� r P r r [I.f ,7� 1 , 'SS i i- r1.i' {{{ r<F: € .�j . ! F alp l.' r € i [" J2 � . :•,iEi �u�. {{ .I�.+ f f •�:• ' , fA i, �r,�' _ Yi ��,1i C@}�,:' f . _ s`�r; h!s.r° r [ ..�< �•r • i; ;..,..: i i4,1 'ft : 1 f rl } ���. ii j ..,�.� !,�'':,t Y' E IIr { l_ ,,''' l i .. pp . i ,�t !#'� �t4 i•�jt.' I �: ` _ h d' i i �4 'I I-. 4 i i• -�� i F •.€'•f a_ , g ;... .Cr Ir' f�. t>;Si•:,rei ;j�i�€. [�{uj' C' p 1' e.il f g F S I. 'n� ;,,„ :t Gt !j r;.�l : 1 Sys 'ft' i �'A i �C,j,E[ I L. 5 '4 Ff z}i' "I� `. 7': x It • t , ,�;"I �t t �. {17 � }' �:�?:.. .i{-cs.iii:�'i.. i 3 : 1=I- "1' 4 i I! - k t '{f `{3 � r ?� , 7 1 s tq;.r f" 3.1'S'�- IE }a ` • ' "•; - R •,i �� ;(kt 1i i�i! '� �iil_}•�' :sii}'CI.e: d Y 4�,h 1'1 I,�r"' . •;�- i' , l,,�,1r2f.? .•n.��v=rr::t'�ir'If :.f 'i{•:� J. is F j[�'.''I'LLs E t ,�}s _ : f`: rk;7. �]tl!:•.{!i. ,4xi.� P�...Fi ¢i. 1, 1 :3i'�{. . � :IC4-i?`,llt7'�S.•�E. 4 .1t; F4..1., . f t 1{ Regional P850 Fusion Equipment Law Enforcement 2022-02e Y Fusion Center Operations to include computer hardware and peripherals, software maintenance, DHS sponsored Training, alert system and TLO program support and office supplies/equipment 0.4lilfd-01-1NHW 133T-00-?WII 1337-00-ALRT No 1 $240,000.00 $240,000.00 Regional Miami Equipment Emergency2022-07G Management - Incident command software system needed forregional info sharing during emergency operations as well as r:op emergency situations to provide a platform for day-to-day regional Info sharing and updates. ebEOC) 04Ap-03-r cc• FM No 1 $0 5150,0Q0 00 Regional Ft. Lauderdale Training All Disciplines 2022-048 Regional Catizen Corps/CERT Planning, Training Exercise and Equipment 19G-o0.06PK 06CP-01• FQRT 21GN-00-CCEQ No 3 $100,000-00 $300 000.00 Regional PBC/AHIMT Equipment All Disciplines 2022-IOH AHIMfTProject toindude26ftBox Truck and a .YS Person Passenger Von for depfoyrnents I2V€-00-SPEC. 1 MOV 1 $145,000.00 $145,000 00 Regional PESO Training LOW Enforcement 2022-05F Y Cyber Response Training 75 $4,o0a00 $300,000.00 R Tonal MDEMfRa1 Harbour ui moot p Emergency Management 2022-07H gal Harbour EOC Enhancement project to include displays, video canferencing, mobile radio and accessories, laptops, server and rack, backup power and installation 30PE-00-SIPS, 06CP-01-M08L, O6CP-03-PR C 04NLY-01-INKW 2I6N 00-OCPQ 21GN-00 INST 04MD-03-D1SP 06CP-05-VCON 3 $30R,0013 00 $IOp pO€i"ice Regional Miami Equipment Fire Rescue 2022-03N Wank Project to include: deflbrr3llotors, rnedkal kits, hcutux specialty transport vehicle,doss72VE-00-1!RI53, PPE Ensemble, CSRN PAPR, Dion System and Hazlox Medic Training far 50 members 09ME-03-DEMP, OOME-01-BAGM, 0l 02-06K OIAR-03-PAPA, 08D2-03-TDEW 1 $30o1000.00 $300,000.00 Regional Miami Exercise Emergency Management n22_ 6i Operation Heat Shield 5 to include 1 Region -wide Full Scale Exercise and 4TrAs with WNW scenario in coordination with the STC Program. Will be funded by both snurcas 1 $467,570-60 $467,57100 Total $14,012,500.00 8 Z090oSSvOL90-9886-817a17-ve Id :al adoIanu3 u6!snooa Addifeona, Projects $0.00 h Z090oSSvOL90-9886-817a17-ve Id :al adoIanu3 u6!snooa DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 • MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2022 "JttrIsdictian" 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 care 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: DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 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 theoption of the Sponsoring Agency, and in ccnjuncticn. 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. Ili. 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 cf incident information and incident resources. B. Core County: The County within which the core city is geographically located. The care 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 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 provide for interoperabifily 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 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 1. Submitting required reports. V. THE PARTICIPATING AGENCIES SHALL BE RESPONSIBLE FOR: A, Providing an administrative department, which shall be the main liaison and partner with the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Participating Agencies and any sub -grantees must abide by the grant requirements including budget authorizations, required accounting and reporting expenditures, proper use of funds, and tracking of assets as stipulated in "Exhibit #1 ". C. Submitting quarterly reports to the City of Miami detailing the progress of projects to include direct purchases of equipment or services as stipulated in "Exhibit #1 ". D. Complying with all UASI Grant Program 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". 1. 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 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 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. Ali 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 s 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 DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 B, The Secretary of Homeland Security and the Comptroller General of the United States shall have access to any books, documents, and records of recipients of UASI Grant Program 2022 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these documents are related to the receipt or use of such assistance. The grantee will also give the sponsoring agency or the Comptroller General, through any authorized represertativs, 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 es identified in "Exhibit 2". VIII. CONDITIONS, AMENDMENTS, AND TERMINATION A, The Participating Agency will not illegally discriminate against any employee or applicant for employment on the grounds of race, color, religion, sex, age, or national origin in fulfilling any and all obligations under this Agreement. B, Any provision of this Agreement later found to be in conflict with Federal law or regulation, or invalidated by a court of competent jurisdiction, shall be considered inoperable andlor 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 ono 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 hove not been fulfilled. DocuSign Envelope ID: F1 B18B2D-F1 BA-4D48-98B6-0670A55CC602 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 Olivera, Rosemary From: Martinez, Maria Sent: Wednesday, July 19, 2023 7:30 AM To: Olivera, Rosemary; Hannon, Todd; Lee, Denise Cc: McGann, Tyrone; Guerra, Jose Subject: Matter Id. 23-1625 - UASI FY 2022 - MOA - Palm Beach Sheriff's Office (PBSO) Attachments: UASI FY 2022 - MOA - Palm Beach Sheriff's Office.pdf Good morning Rosemary, Please find attached a fully executed agreement that is to be retained as an original for the City. Regards, Maria T. !Martinez Administrative Assistant I Department of Fire -fescue Technical -Services Division 305.416.1672 (Office) 305.400.5316 (FaN) mmartinez@miamigov.com 1