Loading...
HomeMy WebLinkAbout24549AGREEMENT INFORMATION AGREEMENT NUMBER 24549 NAME/TYPE OF AGREEMENT CITY OF MIAMI GARDENS DESCRIPTION MEMORANDUM OF AGREEMENT/URBAN AREA SECURITY INITIATIVE FY 2022/FILE ID: 13250/R-23-0095/MATTER ID: 23- 1849 EFFECTIVE DATE ATTESTED BY TODD B. HANNON ATTESTED DATE 7/28/2023 DATE RECEIVED FROM ISSUING DEPT. 8/1 /2023 NOTE DOCUSIGN AGREEMENT BY EMAIL G1�yY OFe;?st *". incoer 0 Ani m 1 " Y ORIGINATING DEPARTMENT: Fire -Rescue DEPT. CONTACT PERSON: Maria T. Martinez CITY OF MIAMI DOCUMENT ROUTING FORM EXT. 1672 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: L°City of Miami Gardens" IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES �NO NO TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? ❑ YES 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 PRINT AND SIGN July 24, 2023 R IP7�3L0T�C4o T &d by: APPROVAL BY DEPARTMENTAL DIRECTOR M SIGNATURE: RQ14-144A94. _. PRINT: ANN — dWARPE SUBMITTED TO RISK MANAGEMENT July 24, 2023 1 13:37:08 E T� SIGNATURE: PRINT: VIC TI-096G i F4jN.DEZ Ds SUBMITTED TO CITY ATTORNEY July 26, 2023 1 08: 52:21 D� SIGNATURE: PRINT: APPROVAL BY ASSISTANT CITY MANAGER SIGNATURE: PRINT: ART NORIEGA RECEIVED BY CITY MANAGER July 26, 2023 by: 1 09: 11: 10 T .DocuSigned a&Ar ND _ 4 SIGNATURE: PRINT: 1) ONE ORIGINAL TO CITY CLERK, SIGNATURE: 2) ONE COPY TO CITY ATTORNEY'S OFFICE, PRINT: SIGNATURE: 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PRINT: SIGNATURE: PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2022 "City of Miami Gardens" 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 City of Miami Gardens, (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: I. PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2022 which was made available by the U.S. Department of Homeland Security and the State of Florida Division of Emergency Management (FDEM). B. This Agreement serves as the Scope of Work between the Participating Agency and the Sponsoring Agency. II. SCOPE A. The provisions of this Agreement apply to UASI Grant Program 2022 activities to be performed at the request of the federal government, provided at the option of the Sponsoring Agency, and in conjunction with, preparation for, or in anticipation of, a major disaster or emergency related to terrorism and or weapons of mass destruction. B. No provision in this Agreement limits the activities of the Urban Area Working Group or its Sponsoring Agency in performing local and state functions. III. DEFINITIONS A. Critical Infrastructure: Any system or asset that if attacked would result in catastrophic loss of life and/or catastrophic economic loss management of resources (including systems for classifying types of resources); qualifications and certification; and the collection, tracking, and reporting of incident information and incident resources. B. Core County: The County within which the core city is geographically located. The core city is the City of Miami. C. UASI Grant Program 2022: The UASI Grant Program 2022 reflects the intent of Congress and the Administration to enhance and quantify the preparedness of the nation to combat terrorism and continues to address the unique equipment, training, planning, organization and exercise needs of large high threat urban areas, and program activities must involve coordination by the identified core city, core county/counties, and the respective State Administrative Agency. Funding for the UASI Grant Program 2022 was appropriated by U.S. Congress and is authorized by Public Law 108-11, the Emergency Wartime Supplemental Appropriations Act, 2003. The funding will aid in building an enhanced and sustainable capacity to plan, prevent, protect, mitigate, respond to, and recover from threats or acts of terrorism for the selected urban areas. D. National Incident Management System (NIMS): This system will provide a consistent nationwide approach for federal, state, and local governments to work effectively and efficiently together to prepare for, respond to, and recover from domestic incidents, regardless of cause, size, or complexity. To 2 provide for interoperability and compatibility among Federal, State, and local capabilities, the NIMS will include a core set of concepts, principles, terminology, and technologies covering the incident command system; multi -agency coordination systems; unified command and training. E. Urban Area Working Group (UAWG): The State Administrating Agency Point of Contact (SAA POC) must work through the Mayor/CEOs from all other jurisdictions within the defined urban area to identify POCs from these jurisdictions to serve on the Urban Area Working Group. The Urban Area Working Group will be responsible for coordinating development and implementation of all program elements, including the urban area assessment, strategy development, and any direct services that are delivered by the grant. F. Urban Area: An urban area is limited to inclusion of jurisdictions contiguous to the core city and county/counties, or with which the core city or county/counties have established formal mutual aid agreements. IV. SPONSORING AGENCY SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with the FDEM and USDHS. C. Conducting a comprehensive Urban Area Assessment, which will in turn guide the development of an Urban Area Stakeholder Preparedness Review. D. Ensuring the participation of the following critical players in the assessment and strategy development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. E. Developing a comprehensive Urban Area Stakeholder Preparedness Review and submit to the SAA POC. F. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". G. Ensuring satisfactory progress toward the goals or objectives stipulated in "Exhibit #1". H. Following grant agreement requirements and/or special conditions as stipulated in "Exhibit #1". 3 I. Submitting required reports. V. THE PARTICIPATING AGENCIES SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the main liaison and partner with the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Participating Agencies and any sub -grantees must abide by the grant requirements including budget authorizations, required accounting and reporting expenditures, proper use of funds, and tracking of assets as stipulated in "Exhibit #1 ". C. Submitting quarterly reports to the City of Miami detailing the progress of projects to include direct purchases of equipment or services as stipulated in "Exhibit #1". D. Complying with all UASI Grant Program 2022 requirements as stipulated in "Exhibit #1". E. Participating as a member of the Urban Area Working Group to include coordinating with and assisting the City of Miami in conducting a comprehensive Urban Area Assessment, which in turn will guide development of an Urban Area Stakeholder Preparedness Review. F. Ensuring the participation of the following critical players in the assessment and Stakeholder Preparedness Review development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. G. Assisting the sponsoring agency in development of a comprehensive Urban Area assessment and Stakeholder Preparedness Review. H. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1 ". I. Ensuring satisfactory progress toward the goals or objectives as stipulated in "Exhibit #1". J. Submitting required reports as prescribed by the Sponsoring Agency as stipulated in "Exhibit #1". K. Maintaining an equipment inventory of UASI purchased items. L. Ensure that equipment obtained from the UASI Grant Program 2022, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies, special 4 events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by DHS, FDEM, and the Sponsoring Agency. If the Participating Agency is incapable of staffing the equipment, such equipment shall be made available to another Participating Agency for use during any actual emergencies, special events or exercises. Failure to ensure equipment availability may result in loss of funding and/or equipment to the Participating Agency. M. All equipment obtained from the UASI Grant Program 2022, as identified in "Exhibit 2", is the sole responsibility of the receiving agency. This includes, where applicable, maintenance, replacement, training on equipment, and insuring of equipment and personnel, and compliance with intra-agency auditing requirements. VI. THE SPONSORING AGENCY AND THE PARTICIPATING AGENCY AGREE: A. That funding acquired and identified for the Urban Area Security Initiative will be administered solely by the Sponsoring Agency. B. The Participating Agencies will provide financial and performance reports to the sponsoring agency in a timely fashion. The Sponsoring Agency will prepare consolidated reports for submission to the State of Florida as stipulated in "Exhibit 1". C. The Sponsoring Agency is not responsible for personnel salaries, benefits, workers compensation or time related issues of the Participating Agency personnel. D. The Sponsoring Agency and Participating Agency are subdivisions as defined in Section 768.28, Florida Statutes, and each party agrees to be fully responsible for the respective acts and omissions of its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a municipality, state agency or subdivision of the State of Florida to be sued by third parties in any manner arising out of this Agreement or any other contract. E. This is a reimbursement grant that requires the Participating Agencies to purchase, receive, and pay invoices in full for equipment, services, and allowable personnel costs PRIOR to submitting the same for reimbursement to the Sponsoring Agency. VII. FINANCIAL AGREEMENTS A. Financial and Compliance Audit Report: Recipients that expend $750,000 or more of Federal funds during their fiscal year are required to submit an organization -wide financial and compliance audit report. The audit must be performed in accordance with the U.S. General Accounting Office Government Auditing Standards and 2 CFR 200. 5 B. The Secretary of Homeland Security and the Comptroller General of the United States shall have access to any books, documents, and records of recipients of UASI Grant Program 2022 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these documents are related to the receipt or use of such assistance. The grantee will also give the sponsoring agency or the Comptroller General, through any authorized representative, access to and the right to examine all records, books, papers or documents related to the grant. C. Financial Status Reports are due within 14 days after the end of each calendar quarter. A report must be submitted for every quarter that the award is active, including partial calendar quarters, as well as for periods where no grant activity occurs as stipulated in "Exhibit 1". D. Submit progress reports to describe progress to date in implementing the grant and its impact on homeland security in the state. E. All financial commitments herein are made subject to the availability of funds and the continued mutual agreements of the parties as identified in "Exhibit 2". VIII. CONDITIONS, AMENDMENTS, AND TERMINATION A. The Participating Agency will not illegally discriminate against any employee or applicant for employment on the grounds of race, color, religion, sex, age, or national origin in fulfilling any and all obligations under this Agreement. B. Any provision of this Agreement later found to be in conflict with Federal law or regulation, or invalidated by a court of competent jurisdiction, shall be considered inoperable and/or superseded by that law or regulation. Any provision found inoperable is severable from this Agreement, and the remainder of the Agreement shall remain in full force and effect. C. This Agreement may be terminated by either party on thirty (30) days written notice to the other party at the address furnished by the parties to one another to receive notices under this agreement or if no address is specified, to the address of the parties' signatory executing this contract. D. This Agreement shall be considered the full and complete agreement between the undersigned parties and shall supersede any prior Memorandum of Agreement among the parties, written or oral, except for any executory obligations that have not been fulfilled. 6 E. This Agreement will end on June 30, 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: DocuSigned by: WG�SV op� DocuSigned by: F ln1 D�oc�ufS�iggned/'�\ b1µy�:/y FGORI'D N.�lvwh I -VIA BY: BY: Todd B. Hannon City Clerk APPROVED AS TO FORM AND CORRECTNESS: DS DocuSigned by: V BY: F1EF90AF6FE0457... Victoria Mendez City Attorney Arthur Noriega City Manager APPROVED AS TO INSURANCE REQUIREMENTS: DocuSigned by: lFr" �VK� BY: 27395C6318214E7... Ann -Marie Sharpe, Director Department of Risk Management ATTEST: v - qlaj- Mario Bataille, City Clerk 8 PARTICIPATING AGENCY "City of Miami Gardens" BY: Carr City of Miami Gardens, Florida FI D#: 11-3695944 DUNS: 009644143 APPROVED AS TO FORM AND CORRECTNESS: Partici at . g Agency Attorney Sonja Dickens, City Attorney aer FY 2022 Budget -Miami -Ft. Lauderdale UASI Jurisdiction Regional Project Category Discipline Line Item # A Detailed Item Description AEL # EHP Qty Unit Cost Final Budget Allocation Procurement v Emergency Management Planner BEMA Planning Emergency 2022-06A and Logistics Capability No 1 $164,325.00 $164,325.00 Management Assessment Tool Cybersecurity Assessment of BEMA Planning All Disciplines 2022-05A Y Public Safety Infrastructure to No 1 $200,000.00 $200,000.00 include 911 system and radios BSO PTE - CEMP/COOP/COG - BSO Training Emergency 2022-06B National Homeland Security No 1 $50,325.00 $50,325.00 Management Conference 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 Emergency Sheriff's EOCSustainment and 21GV 00-MAIN BSO Equipment 2022-07A Yes 1 $60,000.00 $60,000.00 Management Enhancements 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 BSO Planning Emergency 2022-078 Emergency Management No 1 $100,000.00 $100,000.00 Management Technical Support Specialist BSO Training All Disciplines 2022-05B y Cybersecurity Awareness Training No 1 $60,000.00 $60,000.00 for BSO Personnel BSO Equipment Law 2022-03A BSO SWAT SUAS 030E-07-SUAS No 4 $15,000.00 $60,000.00 Enforcement BSO Equipment Law 2022-03B Y EOD 2nd Line Tool Kit (Hand Tools) 02EX-00-TLRO No 1 $9,000.00 $9,000.00 En orcement BSO Equipment Law 2022-03C Y EOD Fiber Scope Kit 02EX-00-KTFO No 1 $25,000.00 $25,000.00 Enforcement Coral Planning Emergency 2022-06C EM Planner Position No 1 $100,000.00 $100,000.00 Gables Management Jurisdiction Regional Project Category Discipline Line Item ri 4 Detailed Item Description AEL # EHP City Unit Cost Final Budget Allocation Procurement Maintenance/Sustainment/ Coral Equipment Fire Rescue 2022-08A Repair/Replacement for HSGP 21GN-00-MAIN 1 $48,755.00 $48,755.00 Gables Purchased Equipment. Coral Training Fire Rescue 2022-06D Training and Exercise 1 $25,000.00 $25,000.00 Gables Coral Equipment All Disciplines 2022-13A Hazmat Emergency Traffic Signals 08D2-01-TDCS 2 $35,000.00 $70,000.00 Springs Coral Equipment Law 2022-02A y Real Time Crime Center - Edge 04SN-01-XMIT No 4 $7,500.00 $30,000.00 Springs Enforcement Recorders with Licenses Coral Equipment All Disciplines 2022-12A Multi Discipline Training Prop 21GN-00-CNST No 1 $120,000.00 $120,000.00 Springs (Technical Rescue Teams) Coral Equipment Law 2022-03D Y Fixed Wing Drone 030E-07-SUAS No 1 $100,000.00 $100,000.00 Springs Enforcement 21GN-00-OCEQ, 06CP-05-VCON, Fort Equipment Emergency 2022-07C Ft. Lauderdale EOC - Sustainment 21GN-00-INST, No 1 $67,881.00 $67,881.00 Lauderdale Management and Resiliency 04HW-01-INHW, 04AP-05-CDSS, 21GN-00-MAIN Fort Equipment Law 2022-03E Y Fixed License Plate Readers 030E-01-ALPR No 5 $20,000.00 $100,000.00 Lauderdale Enforcement 07CS-01-KAVC, Fort Equipment Fire Rescue 2022-03F Y Hazmat monitors 07CD-01-DPMG, No 1 $71,650.00 $71,650.00 Lauderdale 21GN-00-MAIN Fort TRT Structural, Vehicle and Trench 03SR-02-TRIG, 03SR- Equipment Fire Rescue 2022-128 01-SHOR, 03SR-02- No 1 $69,985.00 $69,985.00 Lauderdale Equipment TPHY Fort Emergency EOC Facility Security 14SW-01-VIDA, Equipment 2022-01A y 21GN-00-INST and Yes 1 $45,000.00 $45,000.00 Lauderdale Management Enhancements (CCTV) 21GN-00-CNST Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Hialeah 14SW-01-VIDA Police Department the 04HW-01-INHW Hialeah Equipment Law 2022-018 Y opportunity to install CCTV 04MD-03-DISP Yes 21 $19,000.00 $399,000.00 Enforcement equipment in the area of soft 21GN-00-MAIN, targets and enhance our ability to 21GN-00-INST deter and investigate terrorist activity.) Jurisdiction Regional Project Category Discipline Line Item ri ,� Detailed Item Description AEL # EHP City Unit Cost Final Budget Allocation Procurement Hialeah Training All Disciplines 2022-06E PT&E: HazMat courses, No 1 $41,000.00 $41,000.00 Homeland Security Conference Hialeah Planning Law 2022-03G Y LPR Analyst Sustainment No 1 $62,000.00 $62,000.00 Enforcement Hialeah Planning Emergency2022-06F Emergency Management Planner No 1 $110,000.00 $110,000.00 Management Law License Plate Reader System (LPR) 030E-01-ALPR, Hialeah Equipment 2022-03H y 21GN-00-INST, Yes 18 $23,035.00 $414,630.00 Enforcement Fixed on poles 21GN-00-CNST EOC Enhancements to include 21GN-00-OCEQ, Emergency monitor, software, servers, smart 21GN-00-INST, Hialeah Equipment 2022-07D N 04HW-01-INHW, No 1 $191,000.00 $191,000.00 Management boards and installation of 04MD-03-DISP, equipment. 21GN-00-MAIN Hollywood Equipment All Disciplines 2022-OSC y Cybersecurity Equipment OSNP-05-SIEM No 1 $243,497.00 $243,497.00 Hardware/Software Hollywood Equipment Law 2022-031 y Portable License Plate Reader 030E-01-ALPR, No 2 $45,000.00 $90,000.00 Enforcement System (LPR) 21GN-00-INST Key Equipment Emergency 2022-10A Emergency Management Vehicle - 12VE-00-SPEC 1 $44,840.00 $44,840.00 Biscayne Management Sprinter Management M&A and All Disciplines 2022-17 M&A M&A No 1 $560,500.00 $560,500.00 Administration Maintenance/Sustainment/ Repair/Replacement for HSGP Miami Equipment All Disciplines 2022-08B 21GN-00-MAIN No 1 $129,734.00 $129,734.00 Purchased Equipment. EM $138 000 21GN-00-OCEQ 14C1-00-COOP 075E-03-ENVS Miami Equipment Emergency 2022-07E EOCEnhancements/Maintenance/ 06CC-05-PRTY Yes 1 $195,000.00 $195,000.00 Management Sustainment 06CC-02-DSAD 21GN-00-INST, 04MD-03-DISP, 04HW-01-INHW This project will continue services for a Metro -Ethernet line that Miami Equipment All Disciplines 2022- provides fast network connectivity 14CI-01-COOP No 1 $25,000.00 $25,000.00 between the City's network and the E911 backup center. Jurisdiction Regional Project Category Discipline Line Item ri ,� Detailed Item Description AEL # EHP City Unit Cost Final Budget Allocation Procurement Satellite Phone Sustainment Citywide (12 months). This project will sustain the satellite phones that are installed throughout City Miami Equipment All Disciplines 2021-15A Departments including police and 06CC-03-SATB No 1 $30,000.00 $30,000.00 fire stations which allow all first responders to communicate when primary communication services are down. Includes Key Biscayne 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 Miami Planning All Disciplines 2022-06G No 1 $191,152.00 $191,152.00 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 Emergency CERT/Miami - Training and Miami Planning 2022-04A No 1 $145,000.00 $145,000.00 Management equipment Operational OT for Special Events Miami Organization Fire Rescue 2022-01C y No 1 $5,000.00 $5,000.00 approved by FEMA; Fire $5,000 Installation of Real Time Crime 21GN-00-INST, Miami Equipment Law 2022-02B Y Center Dashboard with a 5 year 21GN-00-MAIN and Yes 1 $500,000.00 $500,000.00 Enforcement maintenance plan 131T-00-INTL Miami Equipment Law 2022-031 y License Plate Reader System (LPR) 030E-01-ALPR, 26 $15,000.00 $390,000.00 Enforcement Fixed on poles 21GN-00-INST Emergency Management Coordinator (12 months). This Miami Planning Emergency 2022-06H position will assist with the No 1 $130,000.00 $130,000.00 Management development/revision of citywide emergency management plans such as the CEMP, COG and COOP. Jurisdiction Regional Project Category Discipline Line Item ri 4 Detailed Item Description AEL # EHP City Unit Cost Final Budget Allocation Procurement Emergency Management Planner (12 months). This position will Miami Planning Emergency 2022-061 assist with general planning No 1 $95,000.00 $95,000.00 Management responsibilities related to the implementation of the UASI grant program. Equipment Inventory Planner (12 months). This position will be Miami Planning Emergency 2022-061 responsible for resource No 1 $70,000.00 $70,000.00 Management management tracking and planning portion of the EHP process. Miami Equipment Fire Rescue 2022-14A MCI Bus Upgrades from BLS to ALS 09ME-03-DEMPNo 1 $426,000.00 $426,000.00 09 M E-01-BAG M 03SR-01-ABAG, 03SR-02-TPEL, 10GE- 00-GENR, 08D2-01- LITE, 19SS-00-SHEN, 03SR-03-SCAM, Miami ea h Equipment Law 2022-12C Y TRT Search and Rescue Buildout 03SR-03-TPHY, Yes 1 $265,000.00 $265,000.00 Enforcement 03SR-03-KMON, 030E-07-SUAS, 030E-07-UPGD, 12TR-00-MOVR, 12VE-00-MISS Miami Equipment Law 2022-10B N Mobile Command Vehicle 12VE-00-CMDV No 1 $327,884.00 $327,884.00 Gardens Enforcement Equipment Fire 2022-10C Mobile Command Vehicle 12VE-00-CMDV No 1 $1,603,030.00 $1,603,030.00 DadeMiam' Rescue/EM Miami- Equipment Law 2022-03K Y Marine Patrol NVG 030E-02-TILA Yes 4 $16,750.00 $67,000.00 Dade Enforcement Miam Equipment Law 2022-03L Y Containment Vessel 02EX-00-TCVV Yes 1 $85,575.00 $85,575.00 Dade' Enforcement Surveillance Platform and 030E-07-SUAD, Miami- Equipment Law 2022-02C Y Intelligence Gathering System for 04MD-03-DISP, 1 $110,000.00 $110,000.00 Dade Enforcement SUAS 030E-07-ROVL Training and Exercises: MiamPlanning, Planning 2022-06K UASI Homeland Security N/A No 4 $3,000.00 $12,000.00 Dade' Enforcement Conference Miami- Training Law 2022-06L Y Total Containment Training 1 $7,150.00 $7,150.00 Dade Enforcement Miami- Exercise Law 2022-06M y I Priority Response Team Counter 1 $260,000.00 $260,000.00 Dade Enforcement terrorism Exercise Jurisdiction Regional Project Category Discipline Line Item ri ,� Detailed Item Description AELti EHP City Unit Cost Final Budget Allocation Procurement Miami- Equipment Law 2022-10D SRT Surface Boat - Inflatable with 17WC-00-BOAT 2 $40,001.00 $80,002.00 Dade Enforcement trailer Miami- Exercise Law 2022-06N Y SRT Counter -Terrorism Exercise 1 $177,788.00 $177,788.00 Dade Enforcement Prime Mover and FORTE Shelter Miramar Equipment Fire Rescue 2022-10E for Mobile Command Center 12TR-00-MOVR, No 1 $299,000.00 $299,000.00 19SS-00-SHEL Operations Miramar Equipment Fire Rescue 2022-07F WebEOC Fleet Eyes Software 04AP-05-CDSS, No 1 $30,000.00 $30,000.00 04AP-02-AVLS 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-OSD Y Cybersecurity Assessment and No 1 $30,000.00 $30,000.00 Training Monroe Training Emergency 2022-060 Position Specific ICS Training 1 $12,418.00 $12,418.00 Management Law Monroe County APX6000 7001800 Monroe Equipment 2022-158 06CP-01-PORT 26 $5,093.00 $132,418.00 Enforcement Model 2.5 Portable Planning, Training and Exercises: to include training and exercise of the Post Disaster Redevelopment Palm Emergency Plan and a COOP TTX and various Beach Exercise 2022-06P No 1 $171,726.00 $171,726.00 Management ICS trainings (Ops Chief, Mass County Fatalities, EOC/ICS Interface, Intermediate EOC, Multi Hazards for Schools) Logistics/Deployable equipment: Palm Portable ID System (30k), Box 145W-0 Beach Equipment Emergency 2022-11B Truck (70k), Dual Axle -SPEC 12VE-00-SPEC No 1 $194,000.00 $194,000.00 County Management Trailer(2/36k) and Trailer TEQP 12TR-00-SIGN Mounted Message Board (2140k) 030E-03-SIGN PBSO Equipment Law 2022-03M Chemical/Explosive Gemini 07ED-01-LASR, No 1 $36,000.00 $36,000.00 Enforcement Analyzer with Warranty 21GN-00-MAIN PBSO Equipment Law 2022-13B N Explosive Magazine Project 02EX-00-EXMP No 1 $34,726.00 $34,726.00 Enforcement PBSO Equipment Law 2022-02D y RTCC Portable Surveillance 030E-07-ROVL No 6 $38,500.00 $231,000.00 Enforcement Trailers Jurisdiction Regional Project Category Discipline Line Item ri 4 Detailed Item Description AEL7i EHP City Unit Cost Final Budget Allocation Procurement PBSO Equipment Law 2022-15C N SWAT Communication Headsets 06CP-03-PRAC No 64 $1,000.00 $64,000.00 Enforcement Pembroke Equipment Law 2022-14B N Automated External Defibrillators 09ME-03-DEAE No 18 $2,000.00 $36,000.00 Pines Enforcement Pembroke Equipment Law 2022-10F N Mobile Command Vehicle 12VE-00-CMDV 1 $178,950.00 $178,950.00 Pines Enforcement Pembroke Equipment Fire Rescue 2022-15D N Portable Radios 06CP-01-MOBL 16 $7,233.00 $115,728.00 Pines Sunrise Equipment Law 2022-09A Laser Based Remote Methane 07ED-01-LASR, 2 $15,000.00 $30,000.00 Enforcement Detector 21GN-00-MAIN Law Emergency Services/Quick Sunrise Equipment 2022-10G 12VE-00-MISS No 1 $200,030.00 $200,030.00 Enforcement Response Vehicle Sunrise Equipment Law 2022-15E Portable Radios APX 8000 06CP-01-PORT 19 $6,849.00 $130,131.00 Enforcement Regional Program Manager. This position assists the Miami and Ft. Lauderdale with regional planning Regional Miami Planning Emergency 2022-06Q needs (e.g. drafting of investment Planning No 1 $120,000.00 $120,000.00 Management justifications, coordination of UAWG meetings, development of annual budgets, etc.). Regional Planning, Training and Exercises Coordinator- this position includes the Regional Miami Planning Emergency 2022-06R responsibilities of ensuring Planning No 1 $100,000.00 $100,000.00 Management compliance with training courses as well as the coordination of necessary regional exercises. Regional PESO Fusion Organization Law 2022-02E Y Fusion Center Analysts Organization No 5 $54,000.00 $270,000.00 Enforcement Regional Planning, Training & Regional Miami Planning Emergency 2022-065 Exercise to include attendance at 21GN-00-TRNG No 1 $100,000.00 $100,000.00 Management rant related meetings Regional PBSO Organization Law 2022-OSE Y Regional Cybersecurity Analysts No 2 $150,000.00 $300,000.00 Enforcement Project Regional PBSO Fusion Planning 2022-02F Y �Metadata Planner No 1 $43,000.00 $43,000.00 Enforcement Jurisdiction Regional Project Category Discipline Line Item ri Detailed Item Description AEL ri EHP Qty Unit Cost Final Budget Allocation Procurement Fusion Center Operations to include computer hardware and peripherals, software 04HW-01-INHW Regional PBSO Fusion Equipment Law 2022-02G y maintenance, DHS sponsored 131T-00-INTL No 1 $240,000.00 $240,000.00 Enforcement Training, alert system and TLO 131T-00-ALRT program support and office suppliesleguipment Incident command software system needed for regional info sharing during emergency Regional Miami Equipment Emergency 2022-07G operations as well as non - 04AP-05-CDSS 04AP-03-G/SS No 1 $150,000.00 $150,000.00 Management emergency situations to provide a platform for day-to-day regional 04SW-04-NETW info sharing and updates. WebEOC Regional Citizen Corps/CERT 19GN-00-BGPK Regional Ft. Lauderdale Training All Disciplines 2022-04B Planning, Training Exercise and 06CP-01-PORT No 3 $100,000.00 $300,000.00 Equipment 21GN-00-CCEQ AH1M1T Project to include 26ft Box Regional PBC/AHIMT Equipment All Disciplines 2022-10H Truck and a 15 Person Passenger 12TR-00-SPEC, 1 $145,000.00 $145,000.00 Van for deployments 12-00-MOVR Regional PBSO Training Law 2022-05F y Cyber Response Training 75 $4,000.00 $300,000.00 Enforcement 10PE-00-UPS, Bal Harbour EOC Enhancement 06CP-01-MOBL, project to include displays, video 06CP-03-PRAC, Regional MDEM/Bal Equipment Emergency 2022-07H conferencing, mobile radio and 04HW-01-INHW 1 $100,000.00 $100,000.00 Harbour Management accessories, laptops, server and 21GN-00-OCEQ rack, backup power and 21GN-00-1NST installation 04MD-03-DISP 06CP-05-VCON HazTox Project to include: 09ME-03-DEMP, defibrilllators, medical kits, haztox 09ME-01-BAGM, Regional Miami Equipment Fire Rescue 2022-03N specialty transport vehicle, class 2 12VE-00-MISS, 1 $300,000.00 $300,000.00 PPE Ensemble, CBRN PAPR, Decon 01CB-02-ENSM, System and HazTox Medic 01AR-03-PAPA, Training for 50 members 08D2-03-TDEW Operation Heat Shield 5 to include 1 Region -wide Full Scale Exercise Regional Miami Exercise Emergency 2022-06T and 4 TTXs with WMD scenario in 1 $467,670.00 $467,670.00 Management coordination with the STC Program. Will be funded by both sources Tota I $14,012,500.00 Jurisdiction Regional Project Category Discipline Line Item ri ,� v Detailed Item Description AEL # EHP City Unit Cost Final Budget Allocation Procurement v $14,012, 500.00 $0.00 Additional Projects Jurisdiction Regional Project Procurement Category Discipline Line Item ri 4 Detailed Item Description AELri EHP City Unit Cost Final Budget Allocation $0.00 $2,212,500.00 $2,212,500.00 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Fire -Rescue DEPT. CONTACT PERSON: Maria T. Martinez NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Management" EXT. 1672 "State of Florida Division of Emergent;/ IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES © NO TOTAL CONTRACT AMOUNT: S 14,011500.00 FUNDING INVOLVED? ❑ YES © NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) ❑ 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 Securitv Initiative ("UASI") and Memorandum of Agreement (MOA's). COMMISSION APPROVAL DATE: 2/23/2023 FILE ID: 13250 ENACTMENT NO.: 23-0095 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN 2/24/23 PRINT: Ty McGann, AFC APPROVAL BY DEPARTMENTAL DIRECTOR SIGNATURE: —t SUBMITTED TO RISK MANAGEMENT Gomez, Frank Date: 2023.02.24 13:2 FSkL RE: PRINT: V TOR] A ENDEZ SUBMITTED TO CITY ATTORNEY 3/20/23 (JCP / 23-82K) S[ 1 itan e PRINT: APPROVAL BY ASSISTANT CITY MANAGER SIGNATURE: PRINT: ART NORI A RECEIVED BY CITY MANAGER /1 n � SIGNATURE: PRINT: 1) ONE ORIGINAL TO CITY CLERK, SIGNATURE: 2) ONE COPY TO CITY ATTORNEY'S OFFICE, PRINT: SIGNATURE: 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PRINT: SIGNATURE: PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER 54 AGENDA ITEM SUMMARY FORM File ID: #13250 Date: .01/09/2023 Requesting Department: Department of Fire - Rescue Commission Meeting Date: 02/23/2023 Sponsored By: - District Impacted: All Type: Resolution Subject: Special Revenue Project - USAI Grant Program 2022 - Fire -Rescue Resolution to establish a Special Revenue Project entitled "Urban Area Security Initiative ("UASI") Grant Program FY 2022", appropriating funds in the amount of $14,012,500.00 received from the Department of Homeland Security, passed directly through the State of Florida Division of Emergency Management, and authorizing the City Manager to execute Memoranda of Agreements with contiguous partners, outlining their responsibilities in connection with their support of the UASI Project administered by the City of Miami Department of Fire -Rescue. Backaround of Item: The United States Department of Homeland Security, through the State of Florida, Division of Emergency Management, has sub -granted the Urban Area Security Initiative ("UASI") Grant Program Fiscal Year 2022 to the City of Miami and contiguous partners in the amount of $14,012,500.00. This program targets homeland security funding to "high threat" urban areas in order to prevent, respond to, and recover from threats or acts of terrorism and other disasters of natural or man-made origin. These funds will be used, as stipulated by the grant, for the purchase of specialized equipment, to conduct exercises, training and administrative services, and for the development of the Urban Area Homeland Security Strategy, and other planning activities, needed to ensure a successful program. It is now appropriate to accept said grant award, establish a special revenue project, and appropriate said grant award therein. In addition, the City Commission authorizes the City Manager to execute Memoranda of Agreements with contiguous partners, Broward County Emergency Management, Broward County Sheriff's Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County (Fire, Police and Emergency Management), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sheriffs Office, the Village of Bal Harbour, the Village of Key Biscayne, and regional projects shared across the entire region that include the members listed above as well as Florida Department of Law Enforcement, setting forth the parties' responsibilities in connection with the development and support of the UASI Program FY 2022, which is administered by the City of Miami Department of Fire -Rescue. Item is Related to Revenue Item is an Expenditure Total Fiscal Impact: $ 14,012,500.00 Special Revenue Account No: 11100.189000.431000.0000.00000 Department of Fire -Rescue Ty McGann Fire Department Review Completed 01/10/2023 7:21 AM Department of Fire -Rescue Johnny Duran Fire Budget Review Completed 01/10/2023 7:37 AM Department of Fire -Rescue Eloy Garcia Fire Chief Review Completed 01/10/2023 8:00 AM Office of Management and Budget Pedro Lacret Budget Analyst Review Completed 01/11/2023 3:13 PM Office of Management and Budget Marie Gcuin Budget Review Completed 01/11/2023 5:56 PM City Manager's Office Arthur Noriega V City Manager Review Completed 01/11/2023 6:57 PM Legislative Division Valentin J Alvarez Legislative Division Review Completed 01/20/2023 12:38 PM Office of the City Attorney Thomas M. Fossler ACA Review Completed 02/09/2023 3:11 PM Office of the City Attorney Victoria Mendez Approved Form and Correctness Completed 02/10/2023 12:07 PM City Commission Nicole Ewan Meeting Completed 02/23/2023 9:00 AM City of Miami • 6 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com Enactment Number: R-23-0095 File Number: 13250 Final Action Date:212312023 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ESTABLISHING A NEW SPECIAL REVENUE PROJECT TITLED "URBAN AREA SECURITY INITIATIVE ('UASI') GRANT PROGRAM FISCAL YEAR 2022" AND APPROPRIATING FUNDS FOR THE OPERATION OF THE SAME IN THE AMOUNT OF $14,012,500.00 CONSISTING OF A GRANT FROM THE UNITED STATES DEPARTMENT OF HOMELAND SECURITY DIRECTLY TO THE STATE OF FLORIDA'S DIVISION OF EMERGENCY MANAGEMENT ("GRANT AWARD"); AUTHORIZING THE CITY MANAGER TO ACCEPT THE GRANT AWARD AND TO EXECUTE THE FEDERALLY -FUNDED SUBGRANT AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER NECESSARY DOCUMENTS, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, IN ORDER TO IMPLEMENT THE ACCEPTANCE OF AND COMPLIANCE WITH THE GRANT AWARD; AUTHORIZING THE CITY MANAGER TO EXTEND THE FISCAL YEAR 2022 UASI GRANT PROGRAM, AS NECESSARY; AUTHORIZING THE EXPENDITURE OF FUNDS TO VARIOUS GOVERNMENTAL AGENCIES DESIGNATED FOR HOMELAND SECURITY EXPENSES PURSUANT TO THE UASI GRANT GUIDELINES; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE MEMORANDA OF AGREEMENTS, IN SUBSTANTIALLY THE ATTACHED FORM, WITH CONTIGUOUS PARTNERS OF THE CITY OF MIAMI ("CITY") SETTING FORTH THE PARTIES' RESPONSIBILITIES IN CONNECTION WITH THE DEVELOPMENT AND SUPPORT OF THE UASI PROJECT ADMINISTERED BY THE CITY'S DEPARTMENT OF FIRE -RESCUE, CONTINGENT UPON FUNDING OF THE PROJECT BEING SECURED. WHEREAS, the United States Department of Homeland Security ("USDHS") is authorized by the Emergency Wartime Supplemental Appropriations Act of 2003 to provide funds to states for subsequent distribution to selected urban areas to address the unique equipment, training, planning, exercise, and operational needs for large urban areas and to assist states in building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism; and WHEREAS, the USDHS, through the State of Florida's Division of Emergency Management ("FDEM"), has sub -granted an Urban Area Security Initiative ("UASI") Grant Program for Fiscal Year ("FY") 2022 to the City of Miami ("City") in the amount of $14,012,500.00 ("Grant"); and WHEREAS, the City's Department of Fire -Rescue ("Fire") will use the Grant to continue to address the unique equipment, training, planning, exercise, and operational needs of the City and its contiguous partners and to continue building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism ("Project"); and WHEREAS, in accordance with the UASI Grant Program FY 2022, the attached Memoranda of Agreements ("MOAs") with the contiguous partners of the City, including Broward County Emergency Management, Broward County Sheriff's Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County (Fire, Police and Emergency Management), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sheriff's Office, the Village of Bal Harbour, the Village of Key Biscayne, and the Florida Department of Law Enforcement (collectively "Contiguous Partners"), will set forth the parties' responsibilities in connection with the development and support of the FY 2022 UASI Grant Program administered by Fire contingent upon funding of the Project being secured; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The following new Special Revenue Project is established and resources are appropriated as described below: FUND TITLE: UASI Grant Program Fiscal Year 2022 RESOURCES: USDHS directly to FDEM $14,012,500.00 APPROPRIATIONS: $14,012,500.00 Section 3. The City Manager is authorized' to accept the Grant and to execute the federally funded sub -grant agreement, in substantially the attached form, for the Project. Section 4. The City Manager is authorized' to negotiate and execute any and all other necessary documents, all in forms acceptable to the City Attorney, in order to implement the acceptance of and compliance with the Grant. Section 5. The City Manager is further authorized' to extend the FY 2022 UASI Grant Program, as necessary. Section 6. The City Manager is authorized' to execute MOAs, in substantially the attached form, with the Contiguous Partners of the City for the purpose of setting forth the parties' responsibilities in connection with the development and support of the FY 2022 UASI Grant Program administered by Fire, contingent upon funding of the Project being secured. Section 7. This Resolution shall become effective immediately upon its adoption and signature of the Mayor .2 1 The herein authorization is further subject to compliance with all legal requirements that may be imposed, including but not limited to those prescribed by applicable City Charter and City Code provisions. 2 If the mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. APPROVED AS TO FORM AND CORRECTNESS: Vt6rialQVhde7z, Cily ttor iey 2/1012023 ATTEST: B �IHan6n___" Todd B. City Clerk APPROVED AS TO FORM AND CORRECTNESS By: � )A_� Victoria Mendez City Attorney (JCP % 23-82K - SOF Div of Emerg Mgnit - UASI & '00A - 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 By: F ra n k 13:30:31-05'00' Ann -Marie Sharpe, Director Department of Risk Management Agreement Number: ROM 2 C.F.R. §2M I states that a "subaward may be provided through any form of legal agreement, Including an agreement that the pass -through entity considers a contract' As defined by 2 C.F.R. §200. 1, 'pass -through entity" moons "a non -Federal entity that provides A subaward to a Sub-Reciplent to carry out part of a Federal program," As dellned by 2 CY.R, §200,1, 'Sub�Reclplent"- means "a non-Federalentity that receives a subaward from a Pass -through entity to carry out part of a Federal award." As defined by 2 C,RR, §200.1, "Federal award' means 'Federal finand assistance that a non -Federal entity receives directly from: a Federal awarding agency or Indirectly from a pass -through entity! AS defined by 2 C,F.R� §200, 1, "subaward" moans 'an award provided by a pass -through entity to a Sub. Roolplent for the 8 ubMRecipient tocarry out part of a Federal award received by the pass4hrough entity." Sub-Roolpient's name: Sub-Reciplenfs unique entity Identifier: Federal Award Identification Number {FAIN)-. Federal Award Date., Subaward Period of Performance Start and End Date: Amount of Federal Funds Obligated by this Agreement Total Amount of Federal Funds Obligated to the Sub-Rectolent by the pass -through entity to Include this Agreamei* Total Amount of the Federal Award committed to the Sub-Reciplent by the pass -through entity - Federal award project description (see FFATA), Name of Federal awarding agency, Name of pass4hrough entity: Contact Information for the pass -through entity: Assistance Ustings Number and Titio Whether the award is RHO: Indirect cost rate for the Federal award: Ch. of MIaMiFire .-Rescue) 072220791 9MA-_ZJ2.2,-S_S --09029 - 8 0_1 Lb 12LQE- 12/31/2024 -Miailmx— Qg9t 9Lf Homeland �Secur�lt E—L. Lrylslon of gMqMLnqy MqnlA, 2h66 Shurnard Oak Boulevard 1!Lah_;ksse NIA, ig.400 4 THIS AGREEMENT Is entered Into by the State of Florida, Division of Emergency Management, with headquarters In Tallahassee,_ Florida (hereinafter referred to as the "Division"), and City of Miami (Fire Rescue), (hereinafter referred to as the "Sub-Reciplent"). For the purposes of this Agreement, the Division serves as the pass -through entity for a Federal award, and the $ub-Reclpient serves as the recipient of a subaward. THIS AGREEMENT IS ENTERED INTO BASED ON THE FOLLOWING REPRESENTATION$: A. The Sub -Recipient represents that it is fully qualified and eligible to receive these grant funds to provide the services identified herein; & The State of Florida received these grant funds from the Federal government, and the Division has the authority to subgrant these funds to the Sub -Recipient upon the terms and conditions outfined below; and, G. The Division has statutory authority to disburse the funds under this Agreement, THEREFORE, the Division and the Sub-Rocipient agree to the following-, (1) A2PLJ_Q6JIts N, OF STATE LAW TO THIS ArivlFlUT 2 C,F.R, §200,302(a) provides: "Each state must expend and account for the Federal award in accordance with state laws and procedures for expending and accounting for the states own funds_," Therefore, section 216.971, Florida Statutes, entitled "Agreements funded with federal or state assistance," applies to, this Agreement, (2) LAWS, RULES13EQLATJONS AND POLICIES a. The Sub-Recipierift performance under this Agreement is subject to 2 C.F.R. Part 200, entitled "Uniform Administrative Requiremehts, Cost Principles, and Audit Requirements for Federal Awards," b. As required by Section 216,971(l), Florida Statutes, this Agreement Includes: 11 A provision specifying a scope of work that clearly establishes the tasks th the Sub-Reolplent is required to perform, IL A; provision dividing the agreement Into quantifiable Units of dellverable� th must be received and accepted in writing by the Division.before payment. Each deliverable must be directly related to the scope of work and specify the required minimum level of Service to be performed and the criteria for evalua tlng the successful completion of each deliverable, ilL A provision specifying the financial consequences that pi ap y If the Sub Recipient falls to perform the minimum level of service required by the agreement. Iv. A provision specifying: that the Sub -Recipient may expend fundsonly for allowable costs resulting, from obligations Incurred during the specified agreement period. YA provision specifying that any balance of unobligated funds which has bel advanced or paid must be refunded to the Division. 19 A A provision specifying that any funds paid In excess of the amount to which the Sub -Recipient Is entitled under the terms and conditions of the agreement must be refunded to the Division. II applicable applicable State and Federal laws, rules and regulations, Including those identified in Attachment D. Any express reference In this Agreement to a particular statute, rule, or regulation in no way Implies that no other statute, rule, or regulation applies, (3) CONTACT a. In accordance with section 215,971(2), Florida Statutes, the Division's Grant Manager shall be responsible for enforcing performance of this Agreement's terms and conditions and shall serve as the Division's liaison with the Sub -Recipient, As part of his/her duties, the Grant Manager for the Division shall, MB= 1. Monitor and document Sub -Recipient performance; and, Review and document all defiverables for which the Sub-Reolplent requests b. The Division's Grant Manager for this Agreement is: Jamika Jackson Grant NIgnager 2565 Shurnard Daisboulevard Ta1IBhgUeq,, Elodda Telephone: _3&P54344 Email-, JamikaJackson(&Om,rnAoNda.com c. The name and address of the Representative of the Sub.Recipient responsible for ME= Asst, Firm Chief Adrian Plasencla 444 $W 2nd Avenue Kith Floor Miami, FL 3 130 Telephone: 306-416-5402 Fax: 305-416-4666 Emall: d. In the event that different representatives or addresses are designated by either party after execution of this .Agreement, notice of the name, title and address of the now representative will be provided to the other party, (4) TgRLIS AN CONDITIONS This Agreement contains all the terms and conditions agreed upon by the parties.. 9&9LUJ_10N This Agreement may be executed In any number of counterparts, any one of which may be taken as an original. 9 Either party may request modification of the provisions of this A•.reement, 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) SCOP E OF WORK, The Sub -Recipient shall perform the work In accordance with the Budget and Scope of Work, Attachments A and. B of this Agreement, (8) PERIOD OF AgREEMENT. This Agreement shall begin upon execution by both parties and Mill end December 31, 204 unles,,4 wrtxnk 'Orf, uvwff r0.v7r,*vM-- Consistent with the definition of" erlod of: r: a j ........... MIMI MID a The required minimum acceptable level of service to be performed, and, The criteria for evaluating the successful completion of each deliverable, f. The performance measure required by section 215,971(1)(b), Florida Statutes, remains consistent with the requirement for a, "perforrnance goal", which Is defined In 2 C.F,R. §200.1 as "a target level of perforrnance expressed as a tangible, measurable objective, against which actual achievement can be compared," It also remains consistent with the requirement, contained In 2 C.F.H. §200.329, that the Division and the Sub-Reciplent "relate financial data to performance goats and objectives of the Federal award." g. If authorized by the Federal Awarding Agency, then the Division will reimburse the Sub-Reciplent for overtime expenses In accordance with 2 G.F.R. §200,430 ("Com.pensation—personal services"} and 2 C,F.R. §200.431 ("Compensation —fringe benefits"). If the Sub-Reciplent seeks reimbursement for overtime expenses for periods when no work is performed due to vacation, holiday, illness, failure of the employer to provide sufficient work, or other similar cause (see 29 U.S,C, §207(e)(2)), then the Division will treat the expense as a fringe benefit 2 C,F,R, §200.431 (a) defines fringe benefits as "allowances and services provided by employers, to their employees as compensation in addition to regular salaries and wages," Fringe benefits are allowable under this Agreement as long as the benefits are reasonable and are required by law, Sub -Recipient -employee agreement, or an established policy of the Sub-ReclplenL 2 C.RR. §200,431(b) provides that the cost of fringe benefits In the form of regular compensation paid to employees during periods of authorized absences from the job, such as for annual leave, family -related leave, sick leave, holidays, court leave, military leave, administrative leave, and other similar benefits, are allowable If all of, the following criteria are met* I. They are provided under established written leave policies; H. The costs are equitably allocated to all related activities, Including Federal lil. The accounting basis (cash or accrual) selected for costing each type of leave is consistently followed by the non -Federal entity or specified grouping of employees. h. If authorized by the Federal Awarding Agency, then the Division will reimburse the Sub -Recipient for travel expenses In accordance with 2 C,RR, §200,475, As required by the Reference Guide for State Expenditures, reimbursement for travel must be in accordance with section 112,061, Florida Statutes, which includes submission of the claim on the approved state travel voucher. If the Sub - Recipient seeks reirribursernent for travel costs that exceed the amounts stated in section 112.061 (13)(b), Florida Statutes ($6 for breakfast, $11 for lunch, and $19 for dinner), then the Sub-Reciplent must provide documentation that, L The costs are reasonable and do not exceed charges normally allowed b%i the Sub -Recipient In Its regular operations as a result of the Sub -Recipient's written travel policy; and, iL Participation of the Individual in the travel is necessary to the Federal award, R I. The Division's grant manager, as required by section 215.971(2)(c), Florida Statutes., shall reconcile and verify all funds received against all funds expended during the grant agreement period and produce a final reconciliation report. The final report must Identify any funds paid In excess of the expenditures incurred by the Sub -Recipient. j, As defined by 2 0,F,R. §2001, the term "Improper payment" means or includes; Any payment that should not have been made or that was made In an incorrect amount (including overpayments and underpayments) under statutory, contractual, administraWe, or other legally applicable requirements; and, I I M 111 1 i I I Jig 11111 1111 ►I I am-...• service, any duplicate payment, any payment for a good or servloo not received (except for such payments where authorized. by law), any payment that does not account for credit for applicable discounts, and any payment where insufficlent or lack of documentation prevents a reviewer from discerning whether a payment was proper, k. Any advance payment under this Agreement is subject to section 216.181(16), Florida Statutes, The 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 justification statement shall be Included with this Agreement as indicated in Attachment E, Justification of Advance Payment. Attachment E must specify the amount of advance disburseimnt requested and provide an explanation of the necessity for and proposed use of the funds. (10)EggORDS the Comptroller General of the United States, and the Division, or any of their authorized representatives, shall enjoy the right of access to any documents, papers, or other records of the Sub.Reciplent which are pertinent to the Federal award, in order to make audits, examinations, excerpts, and transcripts. The right of access also Includes timely and reasonable access to the Sub -Recipient's personnel for the purpose of interview and discussion related to such documents. Finally, the right of access is not limited to the required retention period but lasts as long as the records are retained, b. As required by sections 20.055(6)(c) and 216,97(5)(b), Florida Statutes, the Division, the Chief Inspector General of the State of Florida, the Florida Auditor General, or any of their authorized representatives, shall enjoy the right of access to any documents, financial statements., papers, or other records of the Sub -Recipient which are pertinent to this Agreement, In order to make audits, examinations, excerpts, and transcripts. The right of access also Includes timely and reasonable access to the Sub-Reciplant's personnel for the purpose of interview and discussion related to such documents, c. As required by 2 C.Q.R. §200,334, the Sub -Recipient shall retain sufficlent records to show its compliance with the terms of this Agreement, as well as the compliance of all subcontractors or consultants paid from funds under this Agreement for a period of three (3) years from the date of submission of the final expenditure report. The following are the only exceptions to the three (3) year requirement, Financial records, supporting documents, statistical records, and all other non -Federal entity records pertinent to a Federal award must be retained for a period of three years from the date of submission of the final expenditure report or, for Federal awards: that are renewed quarterly or annually, from the data of the submission of the quarterly or Annual financial report, respectively, as reported to the Federal awarding agency or pass -through entity in the case of a Sub-Reciplentrederal awarding agencies and pass -through entities must not impose any other record retention requirements upon non - Federal entities. 1, it any litigation, clairn, or audit Is started before the expiration of the 3-year period, the records must be retained until all litigation, claims, or audit findings involving the records have been resolved and final action taken. lh When the non -Federal entity Is notified In writing by the Federal awarding agency, cognizant agency for audit, oversight agency for audit, cognizant agency for Indirect costs, or pass -through entity to extend the retention period. III, Records for real property and equipment acquired with Federal funds must be retained for 3 years after final disposition, iv. When records are transferred to or maintained by the federal awarding agency or pass -through entity, the 3-year retention requirement is not applicable to the non -Federal entity. V, Records for program income transactions after the period of performance. In some cases, recipients must report program. Income after the period of performance. Where there Is such a requirement, the retention period for the records pertaining to the earning of the program Income starts from the end of the non -Federal entity's fiscal year in which the program Income Is earned. vi. Indirect cost rate proposals. and cost allocations plans. This paragraph applies to the following types of documents and their supporting records: Indirect cost rate computations or proposals, cost allocation plans, and any similar accotinting computations of the rate at which a particular group of costs Is chargeable (such as computer usage chargeback rates or composite fringe benefit rates), 1. If -submitted for negotiation. If the proposal, plan, or other computation Is required to be submitted to the Federal Government for to the pass -through entity) to form the basis for negotiation of the rate, then the 3-year retention period for its supporting records starts from the date of such submission. 2, If not submitted for negotiation. If the proposal, plan, or other computation Is not required to be submitted to the Federal Government (or to the pass -through entity) for negotiation purposes, then the 3-year retention period for the proposal, plan, or computation and Its supporting records starts from the and of the fiscal year (or other accounting period) covered by the proposal, plan, or other computation. N d, In accordance with 2 C.RR. §200.336, the Federal awarding agency must request transfer of certain records to its custody from the Division or the Sub -Recipient when it determines that the records possess long-term retention value, However, in order to avoid duplicate recordkeeping, the Federal awarding agency may make arrangements for the non -Federal entity to retain any records that are continuously needed for joint use a. In accordance with 2 C.F.R. §200.336, the Division must always provide or accept paper versions of Agreement Information to and from the Sub -Recipient upon request, If paper copies are submitted, then the Division must not require more than an original and two copies, When original records are electronic and cannot be altered, there is no need to create and retain paper copies. When original records are paper, electronic versions may be substituted through the use of duplication or other forms of electronic media provided that they are subject to periodic quality control reviews, provide reasonable safeguards against alteration, and remain readable, f. As required by C.F.R. §200,303(e), the Sub -Recipient shall take reasonable measures to safeguard protected personally Identifiable Information and other information the Federal awarding agency or the Division designates as sensitive or the Sub -Recipient considers sensitive consistent with applicable Federal, state, local, and tribal laws regarding privacy and obligations of confidentiality, g. Florida's Government in the Sunshine Law (Section 286,011, Florida Statutes) provides the ollizens of Florida with aright of access to governmental proceedings and mandates three, basic requirements: (1) meetings of public boards or commissions must be open to the public; (2) reasonable notice of such meetings must be given; and, (3) minutes of the meetings must be taken and promptly recorded. The mere receipt of public funds by a private entity, standing alone, Is insufficient to bring that entity within the ambit of the open government requirements. However, the Government In the Sunshine Law applies to private entitles that provide services to governmental agencies and that act on behalf of those agencies In the agencies' performance of their public duties. If a public agency delegates the performance of its public purpose to a private entity, then, to the extent that private entity Is performing that public purpose, the Government In the Sunshine Law applies, For example, If a volunteer fire department provides firefighting services to a governmental entity and uses facilities and equipment purchased with public funds, then the Government in the Sunshine Law applies to board of directors for that volunteer fire department. Thus, to the extent that the Government In the Sunshine Law applies to the Sub -Recipient based upon the funds provided under this Agreement, the meetings of the Sub- Reciplent's governing board or the meetings of any subcommittee making recommendations to the governing board may be subject to open government requirements. These meetings shall be publicly noticed, open to the public, and the minutes of all the meetings shall be public records, available to the public In accordance with chapter 119, Florida Statutes, ll. Florida's Public Records Law provides a right of access to the records of the state and local governments as well as to private entities acting on their behalf. Unless specifically exempted from disclosure by the Legislature, all materials made or received by a governmental agency (or a private entity acting on behalf of such an agency) In conjunction with official business which are used to perpetuate, communicate, or formalize knowledge qualify as public records subject to public Inspection. The mere receipt of public funds by a private entity, standing alone, Is insufficient to bring that entity within the ambit of the public record requirements, However, when a public entity delegates a public function to a private entity, the records generated by the private entity's performance of that duty become public records. Thus, the nature and scope of the services provided by a private entity determine whether that entity is acting on behalf of a public agency and is therefore subject to the requirements of Florida's Public Records Law, 1. The Sub -Recipient shall maintain all records for the Sub -Recipient and for all subcontractors or consultants to be paid from funds provided under this Agreement, Including documentation of all program costs, in a form sufficient to determine compliance with the requirements z*t,v4jectivas *f tho lvdget *nli So#" *f W­trk - Att=MoAtA oAf W. ­",4 gli *ftr «Api regulations, IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATINGTO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLICRECORDS AT.- (850) 816-7671, RecSIP rds@om.myflorida.com, or 2555 Shumard Oak Boulevard, Tallahassee, Fl. 32399. (I 1)A_UDITS a. The Sub-Reclplent shall comply with the audit requirements contained in 2 C.F.R. b, In accounting for the receipt and expenditure of funds under this Agreement, the Sub -Recipient shall follow Generally Accepted Accounting Principles ("GAAP"), As defined by 6200.11 G c. When conducting an audit of the Sub-Reciplent's performance under this Agreement, the Division shall use Generally Accepted Government Auditing Standards (" GAGA S"). As defined by 2 C,F,R, §200.1, GAGA. , "also known as the Yellow Book, means generally accepted government auditing standards issued by the Comptroller General of the United States, which are applicable to financial audits." d< If an audit shows that all or any portion of the funds disbursed were not spent In accordance with the conditions of this Agreement, the Sub -Recipient shall be held liable for reimbursement to the Division of all funds not spent in accordance with these applicable regulations and Agreement provisions within thirty days after the Division has notified the Sub -Recipient of such non. compliance. 16 0. The Sub -Recipient shall have all audits completed by an Independent auditor, which is defined in section 216.97(2)(1), Florida Statutes, as "an independent certified public accountant licensed under chapter 473." The independent auditor shall state that the audit compiled with the applicable provisions noted above. The audit must be received by the Division no later then nine months from the end of the Sub-Reciplent's fiscal year, f. The Sub -Recipient shall send copies of reporting packages for audits conducted In accordance with 2 C.F.R. Part 200, by or on behalf of the Sub -Recipient, to the Division at the following address- DEMS!ngleAudlt@em.myfloride.com M Office of the Inspector General 2555 Shumard teak :Boulevard Tallahassee, Florida 32399-2100 g, The Sub -Recipient shall send the Single Audit reporting package and Form SF -SAC to the Federal Audit Clearinghouse by submission online at: https,,11facide_s_cqn,3ug� o RA h. The Sub-Reciplent shall send any management letter Issued by the auditor to the Division at the following address: DEMSinoleAt iditeem.mvilorida,com OR Office of the. Inspector General 2.565 Shumard Oak Boulevard Tallahassee, Florida 32399-2.100 (1 2)REPORT� a. Consistent with 2 C.F.R. §200.328, the. Sub -Recipient shall provide the Division with quarterly reports and a close-out report. These reports shall include the current status and progress by the Sub -Recipient and all subcontractors in completing the work described in the Scope of Work and the expenditure of funds under this Agreement, in addition to any other information requested by the Division, b. Quarterly reports are due to the Division no later than thirty (30) days after the end of each quarter of the program year and shall be sent each quarter untilsubmission of the close-out report. The ending dates for each quarter of the program year are March 31, June 30, September 30, and December 311, c, The chase -out report is due 60 days after termination of this At or 30 days after completion of the activities contained In this Agreement, whichever first occurs, d. If all required reports and copies are not sent to the Division or are not completed in a manner acceptable to the Division, then the Divis4on may withhold further payments until they are 0M completed or may take other action as stated In Paragraph (16) REMEDIES. "Acceptable to the Division" means that the work product was completed In accordance with the Budget and Scope of Work, e. The Sub -Recipient shall provide additional program updates or information that may be required by the Division. f. The Sub -Recipient shall provide additional reports and information identified In Attachment B. (13)M2MT0RINQ, a. Consistent with 2 C.F.R. §200.328 the Sub -Recipient shall monitor its performance ,under this Agreement, as well as that of Its subcontractors and/or consultants who are paid from funds provided under this Agreement, to ensure that time schedules are being met, the Schedule of Deliverables and Scope of Work are being accomplished within the specified time periods, and other performance goals are being achieved. A review shall be done for each function or activity In Attachment S to this Agreement and reported in the quarterly report, b. In addition to reviews of audits, monitoring procedures may Include, but not be limited to, On -site visits by Division staff, limited scope audits, and/or other procedures, The SubwReclplent agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Division. In the event that the Division determines that a limited scope audit of the ,Sub -Recipient Is appropriate, the Sub-Reciplent agrees to comply with any additional instructions provided. by the Division to the Sub -Recipient regarding such audit, The Sub -Recipient further agrees to comply and cooperate with any inspections, reviews, investigations or audits deemed necessary by the Florida Chief Financial Officer or Auditor General, In addition, the Division will monitor the performance and financial management by the Sub -Recipient throughout the contract term to ensure timely completion of all tasks. (14)LIABI1..ITY a, Unless Sub -Recipient Is a State agency or subdivision, as defined in section 768.28(2), Florida Statutes, the Sub -Recipient is solely responsible to parties it deals with in carrying out the terms of this Agreement; as authorized by section 76828(19), Florida Statutes, Sub -Recipient. shall hold the Division harmless against all claims of whatever nature by third parties arising from the work performance under this Agreement, For purposes of this Agreement, Sub -Recipient agrees that it is not an employee or agent of the Division but is an Independent contractor, state agency or subdivision, as defined in section 768,28(2), Florida Statutes, agrees to be fully responsible for Its negligent or tortious acts or omissions which result In claims or suits against the Division, and agrees to be liable for any damages proximately caused by the acts or omissions to the extent set forth in Section 768,28, Florida Statutes, Nothing herein Is Intended to serve as a waiver of sovereign Immunity by any Sub -Recipient to which sovereign Immunity applies. Nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract. 11 c. As defined In section 200.310 Insurance Coverage, The non -Federal entity must,,at a minimum, provide the equivalent insurance coverage for real property and equipment acquired or improved with rederal funds as provided to property owned by the non -Federal entity. Federally -owned prop" need not be insured unless required by the terms and conditions of the Federal award.. (15)3REAVAI If any of the following events occur ("Events of Default"), all obligations on the pad of the Division to make further payment of funds shall terminate and the Division has the option to exercise any of its remedies set forth In Paragraph (16); however, the Division may make payments or partial payment's after any Events of Default without waiving the right to exercise such remedies, and without becoming liable to make any further payment if: a, Any warranty or representation made by the Sub-Reolplent in this Agreement or any previous agreement with the Division is or becomes false or misleading in any respect, or if the $ub� Recipient falls to keep or perform any of the obligations, terms or covenants In this Agreement or any previous agreement with the Division and has not cured them in timely fashion, or is unable or unwilling to mI obligations under this Agreement; b. Material adverse changes occur in the financial condition of the Sub.Recipient at any time during the term of this Agreement, and the Sub-Reciplont falls to cure this adverse change within thirty days from the date written notice Is sent by the Division, o. Any reports required by this Agreement have not been submitted to the Division or have been submitted with incorrect, incomplete, or insufficient information, or, I � I I I I I I I I I I I �P, I, III 1 1!1111 �� I I ; I I �11 I ;I IPI 111!11111 ;1 111111 1 �11 I I I I I I I under this " A Agreemenl, 5 eD If an Event of Default occurs, then the Division shall, after thirty calendar days written notice to the Sub -Recipient and upon the Sub-Reciplenfa failure to cure within those thirty days, exercise any one or more of the following remedies, either concurrently or consecutively: a. Terminate this Agreement, provided that the Sub -Recipient Is given at least thirty days prior written notice of the termination. The notice shall be effective when placed in the United States, first class mail, postage prepaid, by registered or certified mall-raturn receipt requested, to the address In paragraph (3) herein; b. Begin an appropriate legal or equitable action to enforce performance of this c. Withhold or suspend payment of all or any part of a request for payment; d. Require that the Sub-Reclplent refund to the Division any monies used for Ineligible purposes under the laws, rules and regulations governing the use of these funds, e. Exercise any corrective or remedial actions, to Include but not be limited to: 12 Request additional Information from the Sub -Recipient to determine the reasons for or the extent of non-compliance or lack of performance, fl. Issue a written warning to advise that more serious measures may be taken If the situation Is not corrected, Ill. Advise the Sub-Reciplent to suspend, discontinue or refrain from Incurring costs for any activities in question or IV, Require the Sub -Recipient to reimburse the Division for the amount of costs incurred for any Items determined to be Ineligible; f, The Division may Administratively close an Agreement, The Division may use the administrative close-out process when a Sub -Recipient Is not responsive to reasonable efforts to collect required reports needed to complete the standard close-out process. The Division will make three written attempts to collect required reports before initiating administrative close-out, In addition, If an agreement Is administratively closed, the Division may decide to Impose remedies for noncompliance per 2 C.Q.R. § 200,339, consider this information In reviewing future award applications, or apply special conditions to existing or future awards, If the Division needs to administratively close an agreement, this may negatively impact a Bub -Recipient's ability to obtain future funding. g. Exercise any other rights or remedies which maybe available under law, Pursuing any of the above remedies will not stop the Division from pursuing any other remedies In this Agreement or provided at law or In equity, If the Division waives any right or remedy in this Agreement or falls to Insist on strict performance by the Sub -Recipient, It will not affect, extend or walve any other right or remedy of the Division, or affect the later exercise of the same right or remedy by the Division for any other default by the Sub -Recipient. (17)TERMINATION a, The Division may terminate this Agreement for cause after thirty days (30) written notice. Cause can include misuse of funds, fraud, lack of compliance with applicable rules, laws and regulations, failure to perform on time, and refusal by the Sub-Reolpient to permit public access to any document, paper, letter, or other material subject to disclosure under chapter 119, Florida Statutes, as amended. b. The Division may terminate this Agreement for cause after rejecting an appeal submitted due to noncompliance, nonactivity, and/or a lack of expenditures for four (4) consecutive quarterly reporting periods. c. The Division may terminate this Agreement for convenience or when it determines, In its sole discretion, that continuing the Agreement would not produce beneficial results in line with the further expenditure of funds, by providing the Sub -Recipient with thirty calendar days prior written notice, d. The parties may agree to terminate this Agreement for their mutual convenience: through a written amendment of this Agreement, The amendment will state the effective date of the termination and the procedures for proper closeout of the Agreement, 19 a. In the event that this Agreement is terminated, the Sub -Recipient will not Incur new obligations for the terminated portion of the Agreement after the Sub -Recipient has received the notification of termination, The Sub -Recipient will cancel as many outstanding obligations as possible. Costs Incurred after receipt of the termination notice will be disallowed. The Sub -Recipient shall not be relieved of liability to the Division because of any breach of Agreement by the Sub -Recipient. The Division may, to the extent authorized by law, withhold payments to the Sub -Recipient for the purpose of set-off until the exact amount of damages due the Division from the Sub -Recipient is determined. (118)PROCUREM15NT a. The Sub -Recipient shall ensure that any procurement involving funds authorized by the Agreement complies with all applicable federal and state laws and regulations, to Include 2 C,KR. §§200.318 through 200.327 as well as Appendix It to 2 C.F.R. Part 200 (entitled "Contract Provisions for Non -Federal Entity Contracts Under Federal Awards"), b. As required by 2 C,RRI §200318(l), the StIplent shall "maintain records sufficient to detail the history of procurement, These records will Include but are not necessarily limited to the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price," 1,: 1111111 111 I!IJ I 1111;;� 1111111;li�I gill i 1411111 �IM ensure that contractors perform in accordance with the terms, conditions, and specifications of their contracts or purchase orders." In order to demonstrate compliance with this requirement, the Sub - Recipient shall document, In Its quarterly report to the Division, the progress of any and all subcontractors performing work under this Agreement. d. Except for procurements by micro -purchases pursuant to 2 C.F.R. §200.320(a)(1) or procurements by small purchase procedures pursuant to 2 C.F,R, §200,320(a)(2), if the Sub -Recipient chooses to subcontract any of the work required under this Agreement, then the Sub -Recipient shall forward to the Division a copy of any solicitation (whether competitive or non-competitive) at least ten (10) days prior to the publication or communication of the solicitatlom The Division shall review the solicitation and provide comments, if any, to the Sub -Recipient within seven (7) business days. Consistent with 2 C.F.R. §200325, the Division will review the solicitation for compliance with the procurement standards - outlined in 2 C.F.R. §200.318 through 200.327 as well as Appendix 11 to 2 C.F.R. Part 200. Consistent with 2 C.F.R. §200,318(k), the Division will not substitute Its judgment for that of the Sub -Recipient. While the Sub -Recipient does not need the approval of the Division in order to publish a competitive solicitation, this review may allow the Division to Identify deficiencies in the vendor requirements or in the commodity or service specifications. The Division's review and comments shall not constitute an approval of the solicitation. Regardless of the Division's review, the Sub -Recipient remains bound by all applicable laws, regulations, and agreement terms. If during Its review the Division identifies any deficiencies, then the Division shall communicate those deficiencies to the Sub -Recipient as quickly as possible within the 14 seven (7) business day window outlined above. If the Sub -Recipient publishes a competitive solicitation after receiving comments from the Division that the solicitation Is deficient, then the Division may: Terminate this Agreement In accordance with the provisions outlined In paragraph (17) above; and, IL Refuse to reimburse the Sub -Recipient for any costs associated with that solicitation. procurements by small purchase procedures pursuant to 2 CYR. §200.320(a)(2), If the Sub -Recipient chooses to subcontract any of the work required under this Agreement, then the Sub-Reolpient shall fbiward to the Division a copy of any contemplated contract prior to contract execution, The Division shall review the unexecuted contract and provide comments, if any, to the Sub -Recipient within seven (7) business days. Consistent with 2 C,F.R� §20GM6, the Division will review the unexecuted contract for compliance with the procurement standards outlined in 2 G.FR. §200,318 through 200.327 as well as Appendix It to 2 G. Part 200, Consistent with 2 C. §200,318(k), the Division will not substitute its judgment for that of the Sub -Recipient, While the Sub -Recipient does not need the approval of the Division In order to execute a subcontract, this review may allow the Division to identify deficiencies In the terms and conditions of the subcontract as well as deficiencies In the procurement process that led to the subcontract. The Division's review and comments shall not constitute an approval of the subcontract, Regardless of the Division's review, the Sub -Recipient remains bound by all applicable laws, regulations, and agreement terms. If during Its review the Division identifies any deficiencies, then the Division shall communicate those deficiencies to the Sub -Recipient as quickly as possible within the seven (7) business day window outlined above. If the Sub-Roolplent executes a Subcontract after receiving a communication from the Division that the subcontract Is non -compliant, then the Division may; Terminate this Agreement in accordance with the provisions outlined In paragraph (17) above; and, IL Refuse to reimburse the Sub -Recipient for any costs associated with that subcontract. f. The Sub -Recipient agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (I!) the subcontractor Is bound by all applicable state and federal laws and regulations, and (111) the subcontractor shall hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law, effected g. As required by 2 C.F.R. §200I,318(c)(1), the Sub -Recipient shall "maintain written standards of conduct covering conflicts of interest and governing the actions of its employees engaged in the selection, award and administration of contracts," h, As required by 2 GSi R. §200.310(b) contractors that develop or draft specifications, requirements, statements of work, or Invitations for bids or requests for proposals must be excluded from M competing for such procurements. The Sub -Recipient or pass4hru entity must disclose to the Division, In writing, any real or potential conflict of Interest that may also during the administration of the federal award, as defined by federal statutes or regulations, or their own existing policies, within five (6) days of learning of the conflict of interest, "Conflict of interest" is considered as any situation where an employee, officer, or agent, any members of his or her immediate family, or his or her partner has a close personal relationship, business relationship, or professional relationship, with a recipient or Sub -Recipient, 1, As required by 2 C.F.R. §200.319(a), the $0-Recipient shall conduct any procurement under this agreement 61n a manner providing full and open competition," Accordingly, the Sub-Reciplant shall not contracts; ME= Place unreasonable requirements on firms In order for them to qualify to do ii. Require unnecessary experience or excessive bonding; lil. Use noncompetitive pricing practices between firms or between affiliated Iv, Execute noncompetitive contracts to consultants that are on retainer v. Authorize, condone, or ignore organizational conflicts of Interest; A. Specify only a brand name product without allowing vendors to offer an vii. Specify a brand name product instead of describing the performance, specifications, or other relevant requirements that pertain to the commodity or service solicited by the procurement; viii, Engage in any arbitrary action during the procurement process; or, Ix. Allow a vendor to bid on a contract If that bidder was Involved with �, 11111 '111! 1 1;Jlqgl' Jill i illiill J. "lit in those cases where applicable Federal statutes expressly mandate or encourage" otherwise, the Sub -Recipient., as required by 2 C.F.R. §200.3191 shall not use a geographic preference when procuring commodities or services under this Agreement, k, The Sub -Recipient shall conduct any procurement involving Invitations to bid (Le. sealed bids) in accordance with 2 C.F.R. §200.320(b)(1) as well as section 287.057(1)(a), Florida Statutes. I. The Sub -Recipient shall conduct any procurement Involving requests for proposals (Le, competitive proposals) in accordance with 2 C.F.R. §2.00,320(b)(2) as wall as. section 287,067(1)(b), Florida Statutes. m. For each subcontract, the Sub -Recipient shall provide information to the Division as to whether that subcontractor is a minority business enterprise, as defined in Section 288.703, Florida 16 Statutes, except for the requirement the subcontractor be domiciled In Florida, on the required Procurement Method Report (Form 5), Additionally, the Sub -Recipient shall comply with the requirements of 2 C.F.R. §200.321 ("Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms'). n, FEMA has developed helpful resources for Sub -Recipients using federal grant funds for procurements. These resources are generally available at hftps:/Iwwwfema.gov/grants/procurement. FEMA periodically updates this resource page so please check back for the latest Information, While not all the provisions discussed in the resources are applicable to this stibgrant agreement, the Sub-Reclplent 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.$27 as well as Appendix If to (19)6jT_ACbMF.�LTg ALZ QLHjg.1jS a. All attachments to this Agreement are Incorporated as if set out fully, b. In the event of any inconsistencies or conflict between the language of this Agreement and the attachments, the language of the attachments shall control, but only to the extent of the conflict or Inconsistency, c. This Agreement has the following attachments: 1, Exhibit 1 - Funding Sources 11, Exhibit 2 — Certification Regarding Telecommunications and Video Restrictions ill, Exhibit 3 — Certification Regarding Lobbying iv. Attachment A — Program Budget V. Attachment B — Scope of Work vil, Attachment 0 — Dallverables and Performance vil. Attachment D — Program Statutes and Regulations viii, Attachment E — Justification of Advance Payment ix. Attachment F — Warranties and Representations x, Attachment G — Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion A, Attachment H — Statement of Assurances Al. Attachment I — Mandatory Contract Provisions All, Attachment J — Financial and Program Monitoring Guidelines xiv, Attachment K — EHP Guidelines xv. Attachment L — Reimbursement Checklist LZO)—PAYMENTS a, if the necessary funds are not available to fund this Agreement as a result of action by the United States Congress, the federal Office of Management and Budgeting, the State Chief 17 Financial Officer or under subparagraph (9)b. of this Agreement, all obligations on the part of the Division to make any further payment of funds shall terminate, and the Sub-Recl plent shall submit Its closeout report within thirty days of receiving notice from the, Division. b, Invoices shall be submitted at least, quarterly and shall include the supporting documentation for all costs of the project, or services, The, final invoice shall be submitted within thirty (30) days after the expiration date of the agreement, An explanation of any circumstances prohibiting the submittal of quarterly invoices shall be submitted to the Division grant manager as part of file Sub- RaciplenVa quarterly reporting as referenced in Paragraph (12) of this Agreement. c. Any advance payment tinder this Agreement Is subject to 2 CYR §200.306 and, as applicable, section 216.181(16), Florida Statutes. All requests for advance payments will be reviewed and considered on a case -by -case basis, All advances are required to be held In an Interest -bearing account, If an advance payment Is requested, the budget data on which the request Is based, and alustification statement shall be included in this Agreement as Attachment E. Attachment E will specify the amount of advance payment needed and provide an explanation of the necessity for and proposed use of these funds,, No advance shall be accepted for processing 9 a reimbursement has been paid prior to the submittal of a request for advanced payment, After the Initial advance, if any, payment shall be made on a reimbursement basis as needed. (21REPAYMENTS: a. All refunds or repayments due to the Division under this Agreement are to be made payable to the order of 0DIvislon of Emergency Management", and mailed directly to the following address: Division of Emergency Management Cashier 2555 Shumard Oak Boulevard Tallahassee FL 32,399-2100 b, In accordance with section 215,34(2), Florida Statutes, if a check or other draft Is returned to the Division for collection, Sub-Recipient,shall pay the Division a service fee Of $15,00 or 6% of the face amount of the returned check or draft, whichever Is greater. a, The validity of this Agreement is subject to the truth and accuracy of all the information, representations, and materials submitted or provided by the Sub-Raciplent In this Agreement, in any later submission or response to a Division request, or In any submission or response to fulfill the requirements of this Agreement. All of said Information, representationsand materials ore Incorporated by reference. The Inaccuracy of the submissions or any material changes shall, at the option of the Division and with thirty days written notice to the Sub-Reciplent, cause the termination of this Agreement and the release of the Division from all Its obligations to the Sub-Reciplent, 18 b. This Agreement shall be construed under the laws of the State of Florida, and venue for any actions arlging out of this Agreement shall be In the Circuit Court of Leon County, If any provision of this Agreement Is In conflict with any applicable statute or rule, or is unenforceable, then the provision shall be null and void to the extent of the conflict, and shall be severable, but shall not Invalidate any other provision of this Agreement, c, Any power of approval or disapproval granted to the Division under the terms of this Agreement shall survive the term of this Agreement, d. The Sub -Recipient agrees to comply with the Americans With Disabilities Act (Public Law 101-336,42 U,S,C, Section 12101 9�tse ), which prohibits discrimination by public and private entities on the basis of disability in employment, public accommodations, transportation, State and local government services, and telecommunications. ��_M WIT-11111 TIMW public entity crime or on the dijorlryfinaLoiry vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity., may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity In excess of $25,000,00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. f. Any $0-Reciplent which is not a local government or state agency, and which receives funds under this Agreement from the federal government, certifies, to the best of its knowledge and belief, that it and Its principals: Are not presently debarred, suspended, proposed for debarment, declared Ineligible, or voluntarily excluded from covered transactions by a federal department or agency, it. Have not, within a five-year period preceding this proposal been convicted of or had a civil judgment rendered against them for fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contrast under public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; III, Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any offenses enumerated In paragraph (22) frg U. of this certification; and, IV, Have not within a five-year period preceding this Agreement had one or more public transactlon% (federal, state or local) terminated for cause or default. g. If the Sub -Recipient Is unable to certify to any of the statements In this certification, then the Sub -Recipient shall attach an explanation to this Agreement, 19 facsimile transmission) the completed "Certification Regarding Debarment, Suspension, lnollglhiftr mg VATMa"; Exch:slin" (Attachnl4nt C_g*r,&&a1 1r1t,&i-vfM sylointracti�xiihich S-r-b- Rociplent plans to fund under this Agreement. The form must be received by the Division before the $0-Reciplent enters Into a contract with any subcontractor, 1, The Division reserves the right to unilaterally cancel this Agreement if the Sub - Recipient refuses to allow public access to all documents, papers, letters or other material subject to the provisions of chapter 119, Florida Statutes, which the Sub -Recipient created or received under this Agreement. 1. If the Sub-Reciplerit is allowed to temporarily invest arty advances of funds under this Agreement, any Interest income shall either be returned to the Division or be applied against the Division's obligation to pay the contract amount. k, The State of Florida will not Intentionally award publicly funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act. ("INN')]. The Division shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the INA. Such violation by the Sub -Recipient of the employment provisions contained In Section 274A(e) of the I shall be grounds for unilateral cancellation of this Agreement by the Division. 11a Section 287.06806, Florida Statutes, requires that any state funds provided for the purchase of or improvements to real property are contingent upon the contractor or political subdivision granting to the state a security interest In the property at least to the amount of state funds provided for at least 6 years from the date of purchase or the completion of the Improvements or as further required by law. m. Unless preempted by federal law, the Division may, at its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287A36(5), F.S., or been placed on the Scrutinized Companies with Activities In Sudan List or the Scrutinized Companies with Activities In the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel List or Is engaged in a boycott of Israel. (23)LOBBYING PROHIBITION activities., J!11!g1PJ11� 1' 11111 1 b. Section 216.347, Florida Statutes, prohibits "any disbursement of grants and aids appropriations pursuant to a contract or grant to any person or organization unless the terms of the grant or contract prohibit the expenditure of funds for the purpose of lobbying the Legislature, the judicial branch, or a state agency." 20 c. No funds or other resources received from the Division under this Agreement maybe used direcfy or Indirectly to influence legislation or any other official action by the Florida Legislature or any state agency. d. The Sub*Reciplent certifies, by its signature to this Agreement, that to the beat of his or her knowledge and belief, behalf of the Sub -Recipient, to any person for Influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering Into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement, IL If any funds other than Federal appropriated funds have been paid or will be paid to any person for Influencing or attempting to influence an officer or employee of any agency, Member of Congress, an officer or employee of Congress, or an :employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Sub -Recipient shall complete and submit Standard Form-L.LL, "Disclosure of Lobbying Activities." HI, The Sub-Reciplent shall require that this certification be included in the award documents for all subawards (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all Sub -Recipients small certify and disclose. iv, This certification Is a material representation of fact upon which reliance: was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code, Any person who falls to fife the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. u. If this subgrant agreement amount is $100,000 or more, the Sub -Recipient, .11 . ; .; �, M! - fib, a * a � �.'. b. � h: � � a _ � • ,� it retain all rights and entitlements to that pre-existing patent or copyright unless the Agreement provides otherwise. b. If any discovery or invention is developed In the course of or as a result of work or services performed under this Agreement, or in any way connected with It, the Sub -Recipient shall refer the discovery or invention to the Division for a determination whether the Mate of Florida will seep patent protection in Its name. Any patent rights accruing under or In connection with the performance of this Agreement are reserved to the State of Florida. If any books, manuals, films, or other copyrightabl material are produced, the Sub -recipient shall notify the Division. Any copyrights accruing under or in connectilon with the performance under this Agreement are transferred by the Sub -Recipient to the State of Florida. c, Within thin days of execution of this Agreement, the Sub -recipient small disclose all Intellectual properties relating to the performance of this .Agreement which he or she knots or should known could give rise to a patent or copyright. The Sub -recipient shall retain all rights and entitlements to any pre-existing Intellectual property which Is disclosed, Failure to disclose will indicate that no such property exists,. The Division shall then, under Paragraph (4) b., have the right to all patents and copyrights which accrue during performance of the Agreement, d. If the Sub -Recipient qualifies as a state university under Florida law, then, pursuant to section 1004, 3, Florida. Statutes, any Invention conceived exclusively by the employees of the Sub - Recipient shall become the sole property of the Sub -Recipient. In the case of joint Inventions, that Is inventions made jointly by one or more employees of both partles hereto, each party shall have an equal, undivided interest In and to such joint inventions. The Division shall retain a perpetual, Irrevocable, fully - paid, nonexclusive license, for Its use and the use of its contractors of any resulting patented, copyrighted or trademarked work products, developed solely by the Sub -Recipient, under this Agreement, for Florida government purposes. ,. a The Sub -Recipient certifies that it has the legal authority to receive the funds under this Agreement and that its governing body has authorized the execution and acceptance of this Agreement, The Sub - Recipient also certifies that the undersigned person has the authority to legally execute and bind Sub - Recipient to the terms of this Agreement. a. In accordance with 41 C.F.R. 60-IA(b), the Sub»Recipient hereby agrees that It will Incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations: of the Secretary of Labor at 41 CFR Chapter 60, which Is paid for In whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal' Government pursuant to a grant, contract, loam, Insurance, or guarantee, or undertaken pursuant to any Federal program Involving such grant, contract, loan, Insurance, or guarantee,'the following equal opportunity clause: During the performance of this contract„ the contractor agrees as follows., 22 I. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual. orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religlorrt, sex, sexual orientation, gender Identity, or national origin. Such action snail include„ but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause, III , The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. III, The contractor will not discharge or In any other manner discriminate against any employee or applicant for employment because such employee or applicant has Inquired about, discusses or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances In which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential lob functions dlsctases the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, Including an Investigation conducted by the employer, or Is consistent with the contractor's legal duty to furnish information, Iv. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section and shall post copies of the notice In conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1966, and of the rules, regulations, and relevant carders of ft Secretary of Labor. vi, The contractor will furnish all information and reports required by Executive Order 11246 of September 24,1966, and by rules, regulations, and Larders of the Secretary of tabor, or pursuant thereto, and will permit access to his boars, records, and accounts by the administering agency and the Secretary of tabor for purposes of Investigation to ascertain compliance with such rules, regulations, and orders, vil. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, 3 regulations, or orders, this contract may be canceled, terminated, or suspended In whole or In part and the contractor maybe declared ineligible for further Government contracts or federally assisted construction contracts In accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided In Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law, vill, The contractor will include the portion of the sentence immediately preceding paragraph (1) and the previsions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pui-suant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action w[th respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, Including sanctions for noncompliance: Provided, however, that in the event a contractor becomes Involved In, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States, !I11I!!1I I I III! il I III I III Pill 1111; 1 1 IIIIJI;'11 ��ilillill "I, �ilill 1 1111 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, instrumentality or subdivision of such government which -does not participate In work on or under the contract. c. The Sub -Recipient agrees that it will assist and cooperate actively with the administering agency and ft Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that It will otherwise assist the administering agency In the discharge of the agency's primary responsibility for securing compliance. d, The Sub -Recipient further agrees that It will refrain from entering Into any contract or contract modification subject to Executive Order 11246 of September 24, 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 clause as may be Imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part 11, Subpart D of the Executive order, In addition, the Sub -Recipient agrees that if it falls or refuses to comply with these undertakings, the administering agency may take any or all of the following actio= cancel, terminate, or suspend In whole or in part this grant (contract., loan, Insurance, guarantee); refrain from extending any further assistance to the Sub -Recipient under the program with respect to which the failure or refund occurred until satisfactory 24 assurance of future compliance has been received from such Sub -Recipient; and refer the case to the Department of Justice for appropriate legal proceedings. (27)COPELAND Affl-KICKEACK ACT The Sub -Recipient hereby agrees that, unless exempt under Federal law, it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, the following clause: 1, Contractor, The contractor shall comply with 18 § 874, 40 US�C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract, U. Subcontracts. The contractor or subcontractor shall Insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. Ili. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided In 29 C,F.R, § 6�12, If the Sub -Recipient with the funds authorized by this Agreement, enters Into aoontract that exceeds $100,000 and Involves the ernployment of mechanics or laborers, then any such contract must include a provision for compliance with 40 U&C, 3702 and 3704, as supplemented by Department of Labor regulations (29 CFI Part 5). Linder 40 U,S,C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work In excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked In excess of 40 hours in the work, week. The requirements of 40 U.&C. 3704 are applicable to construction work and provide that no taborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies M If the Sub -Recipient, with the funds authorized by this Agreement, enters into a contract that exceeds $160,000, then any such contract must Include the following provision: Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U,S,C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U,S.G. 1251-1387) and will report violations to FEMA and the Regional Office of the Environmental Protection Agency (EPA), 25 If the Sub -Recipient, with the funds authorized by this Agreement, enters into a contract, then any such contract must include the following provisions, 1. This contract is a covered transaction for purposes of 2 CY.Rt pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. 180.996), or its affiliates (defined at 2 C.F.R, § 180,906) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. 180MS).. H. The contractor must comply with 2 C.F.R.. pt. 180, subpart C and 2 C,F.R. pt, 3000, .subpart C and must Include a requirement to comply with these regulations in any lower tier covered transaction It enters into. Ili. This certification is a material representation of fact relied upon y the Division. if it Is later determined that the contractor did not comply with 2 C.F,R. pt.18g, subpart C and 2 CYF R. pt. 3000, subpart C, in addition to remedies available to the Division„ the Federal Government may pursue available remedies, Including but not limited to suspension and/or debarment, If tha Sub -Recipient, with the funds authorized by this Agreement, enters into a contract, then any such contract must Include the following clause: Byrd Anti -Lobbying Amendment, 31 U.Q.C. § 1362 (as amended). Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifles to the tier agave that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C, § 13 2, Each tier shall also disclose any lobbying with non - Federal funds that takes place, in connection with obtaining any Federal award. each disclosures are forwarded from tier to tier up to the recipient. If the Sub -Recipient enters into a contract with a subcontractor for an award of $100,000 or more, the subcontractor shall sign Exhibit 3 — Certification Regarding Lobbying, a. It the Sub -Recipient, with the Rands authorized by this Agreement, seeks to procure gods or services, then, in accordance with 2 C.F.R. 200.321, the Sub -Recipient shall take the following affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible; M Placing qualified small and minority businesses, and women's business enterprises on solicitation lists; IL Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 111L Dividing total requirements, Abgn economically feasible, Into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; Iv. Establishing delivery schedules, where the jqggjke�meerrrrits, which V. Using the services and assistance, asarq �rlatq, Of such organizations as I iI! III gp �� iiii'lli!l� I gi 11 ��1111111 11111111 11111 111 1 'I'll I 111 NO 1 111111 MIR 11111111 1 111 g I 11�1 1 111111111 1111111111 111 p�111111 111111 111 111111 vi. Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed In paragraphs I. through v. of this subparagraph, b. The requirement outlined In subparagraph a. above, sometimes referred to as A socioeconomic contracting," does not Impose an obligation to set aside either the solicitation or award of a contract to these types of firms. Rather, the requirement only imposes an obligation to carry out and document the six affirmative steps Identified ab6ve, c. The "socioeconomic contracting" requirement outlines the affirmative steps that the Sub-ReGlplent must take; the requirements do not preclude the Sub-Recipientfrom undertaking additional steps to involve small and minority businesses and women's business enterprises. cl, The requirement to divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and. women's business enterprises, does not authorize the Sub -Recipient to break a single project down into smaller components in order to circumvent the micro -purchase or small purchase 1hrosholds so as to utilize streamlined acquisition procedures (e.g, 'project splitting"), MIASSURA�LCES Attachment H, The Sub -Recipient shall comply with any Statement of Assurances Incorporated as 27 IN WITNESS WHEREOF, the parties hereto have executed this Agreement. SUB -RECIPIENT: CITY OF 7ire Rescue} a„• �i Name and Title: _ Arthur Noridga, City Mar Date: F1D# 59-6 06375 If signing electronically: By providing this electronic signature, l am attesting that I understand that electronic signatures are legally binding and have the same meaning as handwritten signatures. I am also confirming that internal controls have been maintained, and that policies and procedures were properly followed to ensure the authenticity of the electronic signature. This statement is to certify that l confirm that this electronic signature is to be the legally binding equivalent of my handwritten signature and that the data on this form is accurate to the best of my knowledge. STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT By: Name and Title: Kevin Guthrie Director 28 M�.. AGREEMENT: Federal Agency, Catalog of Federal Domestic Assistance title and number: 7_,067 Award amount, AWARDED UNDER THIS AGREEMENT: List applicable compliance requirements as follows: 1. Sub,Reciplent Is to use funding to perform eligible activities as Identified FY 2022 Department of Homeland Securlty Notice of Funding Opportunity, 2, Sub-Fteciplent is subject to all administrative and financial requirements as set forth In this Agreement or will not be In compliance with the terms of the Agreement, 3. Sub -Recipient must comply with specific laws, rules, or regulations that pertain to how the awarded resources must be used or how eligibility determinations are to be made, NOTa: 2 C.F.R, Part 200, and section 215,97(6)(a), Florida Statutes, require that the Information about Federal Programs and State Projects Included In Exhibit I be provided to the Sub -Recipient. WA Effective August 13, 2020, DHS/FEMA ;pub-Reoiplerits, as well as their contractors and subcontractors, may not use grant funds under the Nonprofit Security Grant Program covered by this Agreement and provided in PY 2022 or previous years to: 1. Procure or obtain, extend or renew a contract to procure or obtain, or enter into a contract to procure or obtain any equipment, system, or service that uses "covered telecommunications equipment or services" as a substantial or essential component of any system, or as critical technology of any system; or . Enter into, extend or renew contracts with entities that use or provide, as part of its performance of this agreement or any other contractual Instrument, any equipment, system, or service that uses "covered telecommunications equipment or services" as a substantial or essential component of any system, or as critical technology as part of any system � ��. •► « ra z ..,� °� ", � �� art � �► �► 0067-Fer r Bection A Mvrn, CoTerel EeWCOMMUMMOns eCilipment or services li 1. Telecommunications equipment produced by Huawel Technologies Company or ZTE Corporation, (or any subsidiary or affiliate of such entities); 2, For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvlsion Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities), 3. Telecommunications or video surveillance services provided by such entitles or using such equipment, or 4. Telecommunications or video surveillance equipment or services producers or provided by an entity that the Secretary of Defense, In consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the People's Republic of China.. In the event the Sub -Recipient identifies covered tei ommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance or at any time or by any other source, the Sub -Recipient shall report the information to the AA: 1, Within one business day from the date of such identification or notiflcatlon The contract: number; the order number{s), if applicable; supplier name, supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertakers or recommended. . Within 10 business days of submitting the; aforementioned information: Any further available information about mitigation actions undertaken or recommended. In addition, the Sub -recipient 30 shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. Sub -Recipient: CITY OF MIAMI (Fire Rescue) r By: C� Date: Arthur rVoriega, City Manager Printed Name and Title If signing electronically: By providing this electronic signature, I am attesting that/ understand that electronic signatures are legally binding and have the same meaning as handwritten signatures. I am also confirming that internal controls have been maintained, and that policies and procedures were properly followed to ensure the authenticity of the electronic signature. This statement is to certify that I confirm that this electronic signature is to be the legally binding equivalent of my handwritten signature and that 1 understand that it is my responsibility. on behalf of the organization, to ensure that we adhere to these restrictions. 31 EXHIBIT — 3 CERTIFICATION REGARDING LOBBYING Check the appropriate box: El This Certification Regarding Lobbying is required because the Contract, Grant, Loan, or Cooperative Agreement will exceed $100,000 pursuant to 2 C.F.R. Part 200, Appendix 11(I); 31 U.S.C. § 1352; and 44 C,F.R, Part 18. D This Certification is not required because the Contract, Grant, Loan, or Cooperative Agreement will be equal to or less than $100,000. APPENDIX A. 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all Sub -Recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who falls to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Sub -Recipient or subcontractor, A rTk certifies or affirms the truthfulness and accuracy of each statement of its certification and disc ure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims d Statemen s, apply to this certification and disclosure, if any. Sig naturof Sub- cipient(subcontractor's Authorized Official Arth it Nizrjegi, City Manag, Name and Title o Sub-Recipient/subcontractor's Authorized Official �L � I � Date 32 Below is r general budget which outlines« SLO-Reciplent Is to utilize the "Program Budget"; as a guide for completing the "Budget Detail Worksheet' The Equipment category will require Authorized Equipment List (AEL) reference number. The Authorized Equipment list ( L) Is a list of approved equipment types allowed under J EMA's preparedness grant programs, The intended audience of this turd is emergency managers, first responders, and other homeland security professionals. The list consists of 21 equipment categories divided into sub -categories, tertiary categories, and then individual equipment items. T'he AEL can be found at ttp,ldwww,f ma,govlauthorized-equipment-Jilt. The transfer of funds between the categories listed iffli e' pro r r udget and Scope f %Mxk' is permitted:. However, the frongtor of fund's between Issues is strichly prohibited IN at - Developing^ and implementing homeland. security support programsDW—el0ping adoptlng ongoing A national initiatives d6 C Developing and enhancing plans protocols Developing: or conducting assessments Hiring of full- or part-time staff or oontractloonsultants to assist with A engagement,volunteer management activities Planner; Line item 2022-02 Combatting Domestic Violent Screening, Search, ^ • +r Analyst); 3 Item /: Include Planners and Consultants); Lino Item Y't Protection c AssessmentsTMInloWl Line item 202-06 y# ♦ ♦ i Cross ..erational - Coordination o a :.. s Support r. item 2022-07 ttyy ffy fy ! YY yy planning,Materials required to conduct engagement, volunteer management activities Travellper them related to planning., engagement, and volunteer management activities mm Intelligence and Information Sharing — Fusion $54,000M $270,00040 4 ialat, ,�Ir�e 1e _i� Protection — Cybersecurity (Cyber. nalyst and their 150, 00,00 $300,000.00 4$ equipment), ire Item2022-05 Hiring or maintaining staff positions/contractors/consultants at SLTT levels to deliver community preparedness training, resources and material to schools, community -based organizations, faith -based institutions and local businesses.. Miring or maintaining staff positionslcontractorslconsultants to create, support and maintain CE T or Teen CERT Cost of migrating online services to the ",gov" domain Design, develop, Conduct and Evaluate an Exercise Full or Part -Time Staff or Contractors/Consultants — Full or part -tune staff may be hired to support exercise - related activities, Payment of salaries and fr€nge benefits must be in accordance with the policies of the state or local units) of government and have the approval of the stag or the awarding agency, whichever is applicable. The services of contractorstconsultants may also b procured to support the design, development, conduct and evaluation of CBRNE exercises.. The applicant's formal written procurement policy or the Federal Acquisition regulation's (FAR) must be followed. _ Cross -Cutting — Planning (Exercises; Care item 9 1, 77,18 . 0 I,077,ts4.a 4 22- Overtime and backfill costs Overtime and backfill costs, including expenses for part-time and volunteer emergency response personnel participating in FE A exercises Implementation of 1fS EP Activities to achieve exercises Inclusive of people with disabilities and ethers with access and functional need Tivel Travel costs (i.e., airfare, mileage, per diem, l hotel, etc.) are allowable as expenses by employees who are on travel status for official business related to the planning and conduct of the exercise pro'ent's}. �. Supplies — Supplies are items that are expended or consumed during the course of the planning and conduct of the exercise project(s) (e.g., copying paper, gloves, tape; non -sterile masks, and disposable protective equipment). Interoperable communications exercises M Activities to achieve planning inokisive of people with limited English proficiency Overtime and backfill for emergency preparedness and response personnel attending DHS/FEMA-sponso:red and approved training classes Overtime and backfill expenses for part-time and DHS/Fr=MA training TrainIng Workshops and Conferences Activiti a toachieve tra in j n g. inclusive of people with disabilities and others with access and Nnotional needs and limited English pro J. tenSy AMU fit WW Protection — Cybersecurity (Training Classos); Line item 2022-06 MIN WO MIN M.", of the training project(s) (e.g, copying paper, gloves, tape, and non -sterile ma.sks.) instructor certificationtre.certification Coordination with Ciiii-e- rps Councils in conducting ,TC6'-- traininct exercises interoperable communications training 37 M IM A tt „ tt « ► c l t Resa« N: Protection and LE (Explosive ♦♦ Intelligence and Informatfon Sharing— Surveillance Platforms; e item 2022-02, a. EL #0SOE-07-ROA,t':_ t t ' `0t " Disruption 03; AEL #0306-07. $160000,00 SUAS o a - a as Intelligence and Information f ri` - Edge Recorders Licenses;$ AEL #04SN. it sf f ttt ft t item t:,' tr_ t s TS, tk » t r>P r to tt tt Search and Detection (Hazmat Monitors); Line Item 2022. a l tt r t tJ MAIN 38 Combatting Domestic Violent Extremism T7hFreata and Hazard Id ndf cation ( he %aJlExplosiveAnalyzer); Line 1 36,000.00 36,00 .. 4 [tern 2022-03, A L #tit ED-01-LASR, 21ON-00--MAIN , n,, rr : s W t 1 tp t tt tr 00-MAIN i r 4 r .rt i r r i P, a' r^ sr tad tit ft '� rr f!/ t i T'q6 rrisit Irscide t Prevenirciri Lgarrpm r t ID Intelligence and Information Sharing -- RTCC Dashboard wWth Maintenance Plan; Line Item 2 22-02 A L #13IT-00» 1 $500, 00.00 $60,0f10m 45 INTL, 21GAI-00-iNST, 21GN-00- PAIN hystcai Security`nhancerneni siiprr%t7777777s Soft Torgotl ro ded Places - Physical Protective Measures (CCTV); Line Item 2022-01x A L #14S-01.111 A, 1 $444,000,00 $444,00040 46 04HW Q1-INHW, 04MD-03-DISp, 21(xt -00-MAIN, 21 N-00. RecovW- Infrastructure Systems {;backup Ethernet); Una 1� $26,1�£ICI,t�? 24, €I.i �A Inspection and Screening Systems ., . r. Anlmal.Ogre and Foreign Animal, Oisea$o hilF eueniicn and i spi n e,wstercraft ,. Response»RTransportation,* srt. rr Bf BRNEPrevent o.... ! CBRNE - Logistics and Supply Chain ManagementResponse r.: BULK IF Wit and Information g - Fusion Operations, Intelligence III I? R' I IF ►ff► #f k :': % cif. 'r x`ta-` 014SW-01-PACS Response-CBRNE -Massand Rescuo i Discipline Training Prqo; Line Item r ray r r x0 Hiring of full-time or «.staffor w • agement of the respective grantog; « requirements, and compliance with reporting and data o• ! Travel expenses +.A rravel, Line item 2022-17 IUII I I UIIII�IIII Meeting-related expenses includingAuthorized office: equipment: a. com. r s R • - • and other equipment or0ftware which may be; required supportI to Office .. # owing are �allowable only within theagreement ♦, associated equipment, Leasing andlor renting of personnel 4to administer programs m4thin the grant. s � Recurring Expames, Line Item 2NZ17 Completing the Civil Rights Conducting activities related to evaluating project effectiveness for HSGP-funded projects TOTAL AWARD ATTACHMENT 8 Sub -recipients must comply with all the requirements in 2 C.F.R. Part 200 (t<lnftrrn Administrative Requirements, Cast 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 GP), consistent with the Department of Homeland Security ,Mate Strategy, Eligible activities are outlined in the Scrape of Work for each category below, Issue and Project Description — Issue : The Urban Area Security Initiative (UA Q has allowable Management and Administration (M A) casts associated with it. The Division of Emergency Management, as the designated Mate Administrative Agency, will retain five (F) percent of the total UA l amount allocated to Florida for M&A purposes. These funds will provide the SAA with the means to manage and administer the UA I grant. The paper management are administration of these funds ensures that each project listed will be fulfilled, or partially fulfilled, more efficiently while remaining in compliance with the leis Federal Fiscal Year 2021 Homeland Security Grant Program Guidance. IL Categories and Eligible Activities FY 2022 allowable casts are divided into the following categories for this agreement: Planning,. Organisational, Exercise, Training, Equipment and Management and Administration,Each categorys allowable oasts have been listed In the " gadget Detall Worksheet" above. A. Allowable Planning Related Costs H$GP funds may be used for a range of emergency preparedness and management planning activities such as those associated with the development, review„ and revision of the THIRA, SPR, continuity of operations plans, and other planning activities that support the Goal and placing an emphasis on updating and maintaining a current EOP that conforms to the guidelines outlined in CPG 101 +v 2.0. e Developing hazard/threat-specific annexes that incorporate the range of prevention, protection, response, and recovery activities, Developing and implementing homeland security support programs and adopting OHSIFEMA national initiatives, m Developing related terrorism and other catastrophic event prevention activities, Developing and enhancing plans and protocols, Developing or conducting assessments, a Hiring of full -or part-time staff or contract/consultants to assist with planning activities (not for the purpose of hiring public safety personnel fulfilling traditional public safety duties); Materials required to conduct planning activities; a Travel;per diem related to planning activities, Overtime. and ba kfill casts: (in accordance with operational Cost. Guidance), Issuance of HTI-compliant Tribal identification. card, Activities to achieve planting inclusive of people with disabilities and others with access and furiotional needs:, Coordination with Citizen Corps Counclis for public information/education and development of volunteer programs,. * Coordination with Citizen Carps Councils and local firehouses: for the establishment, training and maintenance of CERTs Update governance structures and processes and plans for emergency communications, Development', and review and revision of continuity of operations plans, Development, and review and revision of the THI At PR continuity of operations plans, M Developing or conducting equity assessments to address planning and preparedness disparities for historically underserved communities Activities to achieve planning inclusive of people with limited English proficiency. Allowabler Sub -Recipients proposed expenditures of - HSGP or UASI♦. $ support organization Program o Development of Whole community partnerships; s Structures and mechanisms for information sharing between the pudic and private sector, # Implementing models, programs, and workforce enhancement Initiatives; • Fools, resources, and activities that facilitate shared situational awareness between the public and private sectors; a Operational Support; s Utilization of standardized resource management concepts; s Responding to an Increase in the threat level under the National Terrorism Advisory System (NTAS) or needs resulting from a National Special Security Event,- * Reimbursement for select operational expenses associated with increased security measures t criticalInfrastructure sites incurred (rap to 60 percent of the allocation) Migrating online services to the u,gov" 'Internet domain; and a Overtime for information, Investigative, and Intelligence sharing activities (up to 50 percent of tide allocation) Paying salaries and benefits for personnel to serve as qualified' Intelligence Analysts, Per the Personnel Reimbursement for Intelligence Cooperation and Enhancement (PRICE) E) of Homeland Security Act, Pub. L. No. 119-41 , § 2, codified In relevant part, as amended, at 6 U.S.C, § 609(a), HS P and UASI funds may be used to hire new staff and/or contractor positions to serve as intelligence analysts to enable information/intelligence sharing capabilities, as well as support existing Intelligence analysts previously covered by HSSP or UASI funding. See 6 U.S.C. § 609(a). To be hired as are intelligence analyst, staff and/or contractor personnel must Meet at least one of the following criteria, + Complete training to ensure: baseline proficiency In intelligence analysis and production within six months of being hired; and/or, Previously served as an Intelligence analyst for a minimum of two years either in a federal intelligence agency, the military, or state and/or local law enforcement Intelligence unit, Hiring or maintaining staff posittons/contractors/consultants at SLTT levels to deliver community preparedness training, resources and material to schools, community -based organizations, faith -based institutions and local businesses. Hiring or maintaining staff positions/contractors/consultants to create, support and maintain CE T or Teen C RT Intelligence Analyst Activities Allowable Costa (HSOP and UASI) All fusion center analytical personnel must demonstrate qualifications that meet or exceed competencies Identified in the Common Competencies for state, local, and tribal Intelligence Analysts, which outlines the minimum categories of training needed for intelligence analysts. A certificate of completion of such training must be on file with the SAA. States and Urban Areas must justify proposed expenditures of HSGP or UAS1 fiends to support organization activities within their I,i submission. All SAAs are allowed to utilize up to 50 percent (50%) of their t SGP funding and all Urban Areas are allowed up to 60 percent (60%) of their UASI funding for personnel crests. At the request of a Sub -Recipient of a ,grant, the FEMA Administrator may grant a waiver of the 60 percent (60%) limitation noted above, Request for waivers to the personnel cap must be submitted by the SAA to GPD in writing on official letterhead, with the following Information; 40 Documentation explaining. +nary the cap should be waived; Conditions under which the request is being submitted; and A budget and method of calculation of personnel costs both in percentages of the grant award and in total dollar amount. To avoid supplanting Issues, the request must also include a three- year staffing history for the requesting entity. ► «� Operational Overtime Costs. In support of efforts to enhance capabilities for detecting, deterring, disrupting, and preventing acts of terrorism and other catastrophic events, operational overtime costs are allowable for increased protective security measures at critical infrastructure sites or other high -risk locations and to enhance public safety during mass gatherings and high -profile events. In that regard, HStP Sub -Recipients are urged to consider using grant funding to support soft target preparedness activities. HSGP or UASI fends may be used to support select operational expenses associated with increased security measures is the authorized categories cited below: * Backfill and overtime expenses for staffing Mate or Major Urban Area fusion centers, * Hiring of contracted security for critical Infrastructure sites; e Participation in Regional resiliency Assessment Program (RRAP) activities, - Public safety over#lme; Title 32 or Mate Active Duty rational Guard deployments to protect critical infrastructure sites, Including all resources, that are part of the standard National ward deployment package (Note. Consumable costs, such as fuel expenses, are not allowed except as part of the standard National Guard deployment package); « Increased border security activities In coordination with CSP; # National "terrorism Advisory System, • Designated National Security Events, • Special went Assessment Rating (SEAR) Level I through 4 Events • States of Emergency; & National Critical Infrastructure Prioritization Program (NCIPP), * Directed `transit Patrols; and Operational Support to a Federal Agency, Except for an elevated WAS alert, HS P or UASI funds may only be spent for operational overtime costs upon prior written approval by FEMA.. The SAA must submit operational overtime requests In writing to its assigned F MA Program Analyst (PA), F MA will consider requests for special event activities rap to one year In advance, However, such requests: gust be within the award`s current period of performance and must not result in the need for a request to extend the period of performance,: 9 All operational overtime requests roust clearly explain how the request meets the criteria of one or more of the categories listed above. Requests must address the threat environment a It relates to the event or activity requiring operational overtime support and explain how the overtime activity is responsive to the threat. + Post -event operational overtime requests will only be considered on a case -by -case basis, where It is demonstrated that exigent circumstances prevented submission of a request In advance of the event or activity: * under no circumstances may I HSfPEC A grant funding be used to pay for costs already supported by funding from another federal source,. * States with UASI jurisdictions can use funds retained at the state level to reimburse eligible operational overtime expenses Incurred by the state (per the above guidance limitations), Any UASI funds retained by the state roust be used in direct support of the high -risk urban area, States must provide documentation to the UAWG and DHSIFEMA upon request 41 demonstrating how any UASI fends retained by a state would directly support the high -risk urban area. FEMA will consult and coordinate with appropriate DHS components as necessary to verily Information used to support operational overtime requests. Personnel Costs (H GP and UA Q Personnel hiring, overtire, and backfill expenses are permitted under this grant to perform allowable HS P planning, training, exercise, and equipment activities. personnel may include but are not limited to wining and exercise coordinators, program ,,tanagers for activities directly associated with HSt P and UA SI funded activities, intelligence analysts, and Statewide interoperability coordinators (SV I ). Sub -Recipients should refer to Information Bulletin No. 4 1b, Clarification on the personnel Reimbursement for Intelligence Cooperation and Enhancement of Homeland Security Act of 2008 (public Law 1 t g-4'12 — the PRICE Act), October 30, 20M HSGP funds may not be used to support the hiring of any personnel to fulfil traditional public health and safety duties nor to supplant traditionalpublic health and safety positions and responsibilities. r w w w wiii s,�11111 s w, w a Wring. Mate and local entities may use grant funding to cover the salary of newly fired personnel who are exclusively undertaking allowable l H IFE A grant activities as specified In this guidance. This may not include new personnel who are hired to fulfill any nor,- DHSIFEi A program activities under any circumstances. Hiring will morays result in a net Increase of Full Time Equivalent (FTE) employees. • Overtime. These expenses are limited to the additional costs that result from personnel working over and above 40 hours of weedy work time as the direct result of their performance of DHS/FEMA-approved activities specified in this guidance. Overtime associated with any other activity Is not eligible. • Backfill-Related Overtime. Also called "Overtime as Sackfill," these expenses are limited to overtime costs that result from personnel who are working overtime (as Identified above) to perform the duties of other personnel who are temporarily assigned to OHS/FEMA-approved activities outside their core responsibilities. Neither overtime nor backfill expenses are the result of an increase of FTE employees, Supplanting. Grant funds will be used to supplement existing funds and will not replace (supplant) funds that have been appropriated for the same purpose, Applicants or recipients. may be required to supply documentation certifying that a reduction in nonfederal resources occurred for reasons other than the receipt or expected receipt of federal funds. Personnel Casts. OPSG funds may be used for domestic travel and per diem, Including costs associated with the deployment/redeployment of personnel to border areas and for travel associated with law enforcement entities assisting Bather local jurisdictions in law enforcement activities (travel costs must be in accordance with applicable travel regulations). p to 50 percent of an OPSG award may be used to pay for all personnel costs (only to the extent that such expenses are for the allowable activities within the scope of the grant). At the request of a recipient or Sub -Recipient, the FEMA Administrator (or designee) may waive the ag percent personnel cap, Waiver decisions are at the discretion of the FEMA Administrator and will be considered on a case -by -case basis. Further, changes In scope or objective also require FEMA's pdor written approval pursuant to 2 C,F.R. § 200.308(c)(t)(I). A formal OPSG personnel waiver request should;. • Be on official letterhead, include a written justification, and be si ned by the local jurisdiction. 4 Include a budget and method of calculation of personnel costs both In the percentage of the grant award and in total dollar amount, reflecting the change In scope or objective to the project. Include an approved Operations Order from the USBP Sector office that supports the local jurisdiction's written justification, Be coordinated. with the USSP Sector, $AA, and the DHS/CBP Office of the Border Patrol (OBP). As with all OPSG personnel costs, OPSG grant funds will be used to supplement existing funds and will not replace (supplant) funds that have been appropriated for the same purpose. Applicants or recipients may be required to supply documentation certifying that a reduction in non-federal resources occurred for reasons other than the receipt or expected receipt of federal funds. • Sub -Recipients may utilize temporary or term appointments to augment the law enforcement presence on the borders. However, applying funds toward hiring full-time or permanent sworn public safety officers Is unallowable, • OPSG-funded temporary or term appointments may not exceed the approved period of performance, • For OPSG purposes, temporary appointments are non -status appointments for less than one year. • For OPSG purposes, term appointments are non -status appointments for one year, extendable for one year as necessary, • OPSG funding for temporary or term appointments may pay for salary only. Benefits are not allowable expenses for term or temporary employees, • OPSG remains a non -hiring program. Appropriate uses of temporary or term appointments Include: • To carry out specific enforcement operations work for ongoing OPSG-funded patrols throughout the Sector Area of Operation; • To staff operations of limited duration; such as OPSG-enhanced enforcement patrols targeting specific locations or criminal activity; and, • To fill OPSG positions In activities undergoing transition or personnel shortages and local backfill policies (medicaillmilitary 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 the OPSG section of the Preparedness Grants Manual and the HSOP NOFO. In addition to these terms Sub -Recipients must follow their own applicable policies and procedures regarding temporary or term appointments. Operational Overtime Costs. OPSG funds should be used for operational overtime costs associated with law enforcement activities in support of border law enforcement agencies for Increased border security enhancement, Overtime pay Is for enhanced patrol for certified public safety officers, along limited support for other law enforcement direct support personnel (e.g., Communication OfficerslDispatchers, non -sworn patrol pilots, etc.). Overtime shell be reimbursed consistent with the non- federal entity's overtime policy and the requirements as stated below: Overtime Is time worked that exceeds the required numb -or of hours during an employee's designated shift. Overtime must be worked to Increase patrol capacity and be In support of Identified and approved USBP border security operations. The OPSG overtime hourly rate of pay will be no more: then the approved overtime rate per local law and policy and must be in accordance With applicable State and Federal regulations. 11 N All overtime expenses under OPSG must be reasonable for the services rendered and conform to the non-federal entity's established written policy„ which must apply to bath federally funded and non -federally Banded activities and comply with the other applicable requirements under 2 G:F,R. §§ 200,4 30-2gtl.A 1. The non-federal entity may not utilize OPSG funding to pay for an employee's overtime hours or pay that exceeds 16 hours worked in .any 24-hour period, OPSG unallowable costs Include casts assWated with evidence collection:, arrest processing, prosecution, andTraffic/DUI. checkpoints, such as evidence documentation cameras, fingerprinting supplies, alcohol breathalyzers, portable work lights, traffic barricades, and similar law enforcement expenses. Additional unallowable costs also Include costs associated with staffing and general IT computing equipment and hardware, such as personal computers, faxes, copy machines, modems, etc. OPSG is not intended as a hiring program. Therefore, applying funds toward hiring full-time or permanent swam public safety officers Is unallowable. OPSG funding shall not be used to supplant inherent routine patrols and law enforcement operations or activities not directly related to providing enhanced coordination between local and federal law enforcement agencies. Finally, construction and/or renovation costs, and exercise expenses are prohibited under OPSG, D. Management and Administration (M&A) Management and administration (MICA) activities are those directly relating to the management and administration of HSGP Bands, such as financial management and monitoring, Sub -Recipients awarded M&A costs under this agreement can retain a maximum of up to % of their total agreement award amount for M&A costs. + Firing of full-time or part-time staff or contractors/consultants° • To assist with the management of the respective grant program, • To assist with application requirements. To assist with compliance reporting and data collection requirements, • Development of operating plans for Information collection and processing necessary to respond to CAS/FEMA data calls • Overtime and backfill costs • Travel • Meeting related expenses • Authorized office equipment • Recurring expenses such as those associated with cell phones and faxes during the period of performance of the grant program • leasing or renting of space for newly hired personnel during the period of performance of the grant program • Completing the Civil Rights Evaluation Tool • Conducting activities: related to evaluating project effectiveness for I-ISGP4unded projects 3-231C2210RU Management and adrninistradon (M&A) activities are those directly relating to the management and administration of OPSG Viands, such as financial management and monitoring, recipients may retain up to 2.5% of the overall OPSG allocation prior to passing -through funding to Sub -recipients, This funding must be deducted in an equal percentage from each Sub -Recipient, Sub -Recipients and friendly forces may retain funding for M&A purposes; however, the total amount retained cannot exceed 5 percent of the Sub -Recipient's subaward. Friendly forces are local law enforcement entities that are subordinate Sub -recipients under OPSG. In other words, friendly forces are entities that receive a subaward from a Sub -Recipient under the OPSG program. Friendly forces must comply with all requirements of sub -Recipients under 2 C.F.R. Part 200. 44 E. Allowable Equipment Related Costs (SHOP and UASQ The 21 allowable prevention, protection, mitigation, response, and recovery equipment categories for HSGP are listed on the Authorized Equipment List (AEL). The AEL is available at https://www.fama,gov/authorized-equipmetit-list. Some equipment Items require prior approval from DHSJFEMA before obligation or purchase of the Items. Please reference the grant notes for each equipment Rom to ensure prior approval Is not required or to ensure prior approval is obtained if necessary, Unless otherwise stated, all equipment must meet all mandatory regulatory and/or DHS/FEMA-adopted standards to be eligible for purchase using these funds, In addition, recipients wilt be responsible for obtaining and maintaining all necessary certifications and licenses for the requested equipment. Grant funds may be used for the procurement of medical countermeasures. Procurement of medical countermeasures must be conducted in collaboration with State/oltyllocal health departments who administer Federal funds from HHS for this purpose. Procurement must have a sound threat -based justification with an aim to reduce the consequences of mass casualty Incidents during the first crucial hours of a response. Prior to procuring pharmaceuticals, grantees must have in place an Inventory management plan to avoid large periodic variations In supplies due to coinciding purchase and expiration dates. Grantees are encouraged to enter Into rotational procurement agreements with vendors and distributors. Purchases of pharmaceuticals must include a. budget for the disposal of expired drugs within each fiscal year's period of performance for HSGP, The cost of disposal cannot be carried over to another FEMA. grant or grant period. The equipment, goods, and supplies ("the eligible equipment") purchased with funds provided under this agreement are for the purposes specified in "Florida's Domestic Security Strategy". Equipment purchased with these funds will be utilized In the event of emergencies, including, but not limited to, terrorism -related hazards. The Sub -Recipient shall place the equipment throughout the State of Florida in such a. manner that, in the event of an emergency, the equipment can be deployed on the scene of the emergency or be available for use at a fixed location within two (2) hours of a request for said deployment. The Florida Division of Emergency Management (FDEM) must approve any purchases of equipment not itemized In a projecfs approved budget In advance of the. purchase. The Sub -Recipient will., In accordance with the statewide mutual aid agreement or other emergency response purpose as specified in the "Florida Domestic Security Strategy," ensure that all equipment purchased with these funds Is used to respond to any and all incidents within its regional response area as applicable for so long as this Agreement remains in effect. Prior to requesting a response, the FDEM will take prudent and appropriate action to determine that the level or intensity of the incident is such that the specialized equipment and resources are necessary to mitigate the outcome of the Incident. Allowable Equipment (OPSG) OPSG equipment Is intended to be incidental to the enhanced border security operations being performed, The grant is not intended to be used to outfit or supply general equipment to 8LTT law enforcement agencies. Equipment must be relatable to and justified by the operational benefit it will provide, Equipment Marking, Because equipment purchased with OPSG funding is Intended to be used, to support OPSG activities, Itmay be appropriately marked to ensure its ready Identification and primary use for that purpose, When practicable, any equipment purchased with OPS G funding should be prominently marked as follows Fuel Cost and/or Mileage Reimbursement. There is no cap for reimbursement of fuel and mileage costs In support of operational activities, ul Vehicle and Equipment Acquisition, Including leasing and Rentals. Allowable purchases under OPSG include patrol vehicles and other mission -specific equipment whose primary purpose is to increase ,operational capabilities on or near a border nexus in support of approved border security operations. A detailed justification must be submitted to the respective FEMA HQ program Analyst prior to purchase. Medical Emergency Countermeasures; Allowable purchases under OPSG include rrarcotic antagonist pharmaceuticals, detection: and identification equipment, safe storage and transportation, personnel protective equipment, and Initial equipment training, as will be reflected In the Al. and explained in IS 46. Insurance Coverage Requirement As defined In the Code of Federal Regulations section 200.310 the Sub-Reciplent must, at a minimum, provide the equivalent Insurance ooverage for real property and equipment acquired or improved with Federal funds as provided to property owned by the non -Federal entity, Federally owned property need not be insured unless requiredby the terms and conditions of the Federal award. F. Unallowable Equipment Costs (HSGP, UASI and OPSG) ra• Per FEMA policy, the purchase of weapons and weapons accessories, including ammunition, is not allowed with HSGP funds. « grant funds may not be used for the purchase of equipment not approved' by DH a/FIRMA, Grant funds must comply with iB 426 and may not be used for the purchase of the following equipment* firearms, ammunition; grenade launchers; bayonets, or weaponl ed aircraft, vessels, or vehicles of any bind with weapons installed'. • Unauthorized exercise -related casts include; o Reimbursement for the maintenance or wear and tear costs of general use vehicles (e.g,, construction vehicles), medical supplies, and emergency response apparatus (e.g., fire trucks, ambulances). a Equipment that is purchased for permanent Installation and/or use, beyond the scope of the conclusion of the exercise (e.g., electronic messaging sign),. G. Requirements for Small Unmanned Aircraft System (S SP, UASI, andOPSG) All requests to purchase Small unmanned Aircraft Systems (SUAS) with FEMA grant funding must comply with IB 426 and IB 436 and include a description of the policies and procedures In place to safeguard Individuals' privacy, civil rights, and civil liberties of the jurisdiction that will purchase, take title to or otherwise use the SUAS equipment I I. Acquisition and Use of Technology to Mitigate UAS (Counter-IJAS) Prior to the testing, acquisition, installation, or use of UAS detection and/or mitigation systems, Sub -Recipients should seek the advice of counsel experienced with both federal and state criminal, surveillance, and communications laws. Sub -Recipients should conduct their own legal and technical analysis of each UAS detection anti/or mitigation system and should not rely solely on vendors' representations of the systems' legality or functionality. Forfurther Information please see the CIS press release on this topic: httpe://www.dhs.gov/news/2020108/17/interagenr,.y. issues-advisory-useatechnologywdetect-and»mitigate«unmanned-aircraft, Allowable Training Related Costs (SHGP and UASI) Allowable training -related costs under HSOP include the establishment, support, conduct, and attendance of training specifically identified under the HSGP and UASI programs and/or in conjunction with emergency preparedness training by other Federal agencies (e.g., HHS andDOT). Training conducted using HSGP funds should address a performance clap Identified through an AAR/IP or other assessments (e g., National Emergency Communications Plan NECP Goal Assessments) and contribute to building a capability that will be evaluated through: a formal exercise, Any training or training gaps, Including those for children, older adults, pregnant women, and individuals with disabilities and others who also have access or functional needs, should be identified 46 In the AARAP and addressed In the state or Urban Area training cycle.Sub-Recipients area encouraged to use existing training rattier than developing new courses, When developing new courses, Sub-Reciplents are encouraged to apply the Analysis, Design, Development, Implementation and Evaluation ( DDIF) model of instructional design, Overtime and backTill for emergency preparedness and response personnel attending DH IFE A -sponsored and approved training classes Overtime and backlill expenses for part-time and volunteer emergency response personnel participating in DH a/FFMA training Training workshops and conferences Activities to achieve training inclusive of people with disabilities and others with access and functional heeds Full- or part-time staff or contractorsicon ultants Travel Supplies associated with allowable approved training that are expended or consumed during the course of the planning an t conduction of the exercise project($). Instructor certification/re-certification Coordination with Citizen Corps Councils in conducting training exercises Preparedness training for community preparedness initiatives and programs Interoperable communications training Activities to achieve training Inclusive of people with limited English proti iency Immigration enforcement training Per DH /F MA Grant Programs Directorate Policy 1..13 432, Review and Approval Requirements for Training Courses Funded Through Preparedness Grants, issued on July 19, 2016, states., territories, Tribal entities and high -risk urban areas are no longer required to request approval from FEMA for personnel to attend non-DHS FFMA training as long as the training is coordinated with and approved by the state, territory, Tribal or high -risk urban area 'Training Point of Contact ('TPOC) and falls within the FEMA mission scrape and the jurisdiction's Emergency Operations Plan (EOP). The only exception to this policy Is for Countering Violent Extremism courses, DH /FEMA will conduct periodic reviews of all state, territory, and Urban Area training Banded by DH /FFMA. These reviews may include requests for all course materials and physical observation of, or participation in; the funded training, if arose reviews determine that courses are outside the scope of this guidance, Sub -Recipients will be asked to repay grant finds expended In support of those efforts, For further Information on developing courses using the instructional design methodology and tools that can facilitate the process, TPOUs are encouraged to review the T ED Responder Training Development Center ( T webs ite. DHSIPEMA Provided Training. These training$ include programs or courses developed for and delivered by institutions and organizations funded by OHSIFEMA, This Includes the Center for Domestic Preparedness ( DP), the Emergency Management Institute (EMI); and the National Training and Education Division's (NT t) Training Partner Programs (TI P), TPP includes the Center for Homeland Defense and Security, National Domestic Preparedness Consortium (NOPC), Rural Domestic Preparedness Consortium (P.DP ), and training partners through the Continuing Training Grants program. Approved d Federal SponsoredCatalogue. sponsored courses that fail Within the DHS/FEMA mission scope and have been approved through the FEMA course review and approval •cess;, An updated version of this catalog canbe accessed wwwArstrespondertralning,gov, M Training Not Provided by DH IF AIA. These trainings Include courses that are either state sponsored or Federal sponsored (non-DHS/FEMA), coordinated and approved by the SAA or their designated TPOC, and fall within the DAIS/FEMA mission scope to prepare state, local, 'Tribal, and territorial personnel to prevent, protect against, mitigate, respond to, and recover from acts of terrorism or catastrophic events. State Sponsored Courses, These courses are developed for and/or delivered by Institutions or organizations other than Federal entities or FEMA and are sponsored by the SAA or their designated TP. Joint Training and Exercises with the Public and Private Sectors, These courses are sponsored and coordinated by private sector entities to enhance public -private partnerships for training personnel to prevent, protect against, mitigate, respond to, and recover from acts of terrorism or catastrophic events. In addition:, States, territories, Tribes, and Urban Areas are encouraged to incorporate the private sector in government -sponsored training and exercises. Additional information can both .I)H$/FEMA provided training and other federal and state training can be found at: www.firstre pondertraining.gov, Training Information Reporting System "Web -Forms"). Web -Forms Is an electronic form/data management system built to assist the SAA and its designated State, territory and Tribal Training Point of Contact (TP iC). Reporting training activities through Web -Forms is not required under FY 2022 HSCP, however, the system remains available and can be accessedthrough the FERIA Tooll€it located at httpsJtwww.firstrespondertraining.gov/frt/webforms in order to support grantees in their own tracking of training deliveries, • In order to receive payment for successfully attending an authorized training course, the Sub - Recipient roust provide the Division with a certificate of course compietion; additionally, the Sub -Recipient must provide the Division with all receipts that document the costs incurred by the Sub -Recipient in order to attend the course. w In order the receive payment for successfully conducting an authorized course, the Sub - Recipient roust provide the (division with the course materials and a roster sign -in shoot; additionally, the Sub -Recipient must provide the Division with all receipts that document the casts Incurred by the Sub -Recipient in order to conduct the course!' « For courses that are non-DHS approved training, Sub -Recipient must request approval to conduct training through the use of the Non-TED Farm and provide a copy, along with arnali, showing approval granter/ for conduct. • For the conduct of training workshops, Sub-Reciplent must provide a copy of the course materials and sign -in sheets. The number of participants must be a minimum of 15 In order to justify the cost of holding a course.. For questions regarding adequate number of participants please contact the FDEi State Training Officer for course: specific guidance. Unless the Sub -Recipient receives advance written approval from the State Training Officer for the number of participants, then the Division will reduce the amount authorized for reimbursement on a pro -rats basis for any training with Tess than 15 participants, 4 The Sub -Recipient must include with the reimbursement package a separate copy of the page(s) from the State (and County or Regional) Integrated Preparedness Plan (IPP) reflecting the training. J. Allowable Exercise Related Costs Exercises conducted with grant funding should be managed and conducted consistent with HSE R HSEEP guidance for exercise design, development, conduct, evaluation, and improvement planning Is located at https:llwww,foma,gc v/t ,mergency-managers/`national-preparedn ss/exercisesihseep. Design, Develop, Conduct, and Evaluate an Exercise # Full or part-time staff or contractors/consultants Overtime and backfill casts, including expenses for part-time and volunteer emergency response personnel participating in D S/IW EMA exercise • Implementation of HSEEl • Activities to achieve exercises inclusive of people with disabilities and others with access and functional needs • Travel Supplies associated with allowable approved exercises s Interoperable communication exercises Sub-Reciplents that decide to use HSt P funds to conduct an exerclse(s) are encouraged to complete progressive exercise series. Exercises conducted by states and high risked urban areas may be used to fu flll similar exercise requirements required by other grant programs. Sub-Reciplents are encouraged to Invite representatives/planners involved with other Federally mandated or private exercise activities. States and high risked urban areas are encouraged to share, at a minimum, the multi -year training and exercise schedule with those departments, agencies, and organizations Included in the plan, Validating Capabilities. Exercises examine and validate capabilities -based planning across the prevention, protection, Mitigation, Response, and Recovery mission areas, The extensive engagement of the whole community, Including but not limited to examining the needs and requirements for Individuals with disabilities, Individuals with limited English proficiency, and others with access and functional needs, Is essential to the development of an effective and comprehensive exercise program, Exercises are designed to be progressive — Increasing In scope and complexity and drawing upon results and outcomes from prior exercises and real - world Incidents — to challenge participating cormmunities. Consistent with Homeland Security Exercise and Evaluation Program guidance and tools, the National Exercise program (MEP) serves as the principal exercise mechanism for examining national preparedness and measuring readiness, Exercises should align with priorities and capabilities identified In an IPP. Special Event Planning. If a state or Urban Area will be hosting a special event (e.g, Super Bowl, G-8 Summit), the special event planning should be considered as a training or exercise activity for the purpose of the IPP. States must Include all confirmed or planned special events In the IPP. The state or Urban Area may plan to use HSCP or UASI funding to finance training and exercise activities In preparation for those events. States and Urban Areas should also consider exercises at major venues (e,g„ arenas, convention centers) that focus on evacuations, communications, and command and control. Regional Exercises. States should .also anticipate participating in at least one Regional Exercise annually. States must Include all confirmed or planned special events in the IPP, M Kale ofNon-Governmental Entities In Exercises. Non -governmental participation In all levels of exercises is strongly encouraged. Leaders from non -governmental entities should be included In the planning, design, and evaluation of an exercise. State, local, "tribal, and territorial jurisdictions are encouraged to develop exercises that test the integration and use of non -governmental resources provided by non -governmental entities, defined as the private sector and private non-profit, faith -based, community, participation in exercises should be coordinated with the local Citizen Corps Council(s) or their equivalent and other partner agencies. FD M Mate Training Office conditlons for Exercises: For the purposes of this Agreement, any exercise which Is compliant with N SEFP standards and contained in the State of Florida (and County or Regional) IPP qualifies as an authorized exercise. The Sub -Recipient can successfully complete an authorized exercise either by attending or conducting that exercise, In order to receive payment for successfully attending an authorized exercise, the Sub - Recipient must provide the Division with a certificate of completion or similar correspondence signed by the individual in charge of the exercise; additionally, the Sub -Recipient must provide the Division with all receipts that document the costs incurred by the Sub -Recipient in order to .attend the exercise. In order the receive payment for successfully conducting an authorized exercise, the Sub - Recipient must provide the Division with an I xPt..AN, AAR/IP,1PC/MPC/FPC Meeting Minutes and Sign -in Sheet for exercise attendeea, additionally, the Sub -Recipient must provide the Division with all receipts that document the casts incurred by the Sub -Recipient in order to conduct the exercise. The Sub-P'ec pleat must Include with the reimbursement package a separate copy of the page(s) from the Exercise e Plan which identifies the participant agencies and a printed page(s) from the ,Mate (and County or Regional) IPP reflecting the exercise. If you require food/water for this event, request must come to the Division within 25 days prior to the event, in the following format: Exercise Title: Location: Exercise Date; Exercise Schedule: Estimated (dumber of Participants that will be fed. Estimated Cast for food/water: Description of the Exercise. K. Maintenance and Sustainment (SHSP, UASI, and i PS ) The use of DHS/FFMA preparedness grant funds for maintenance contracts, warranties, repair or replacement costs, upgrades, and user fees are allowable, as described in FEMA Policy FP 0 -402- 125-1 under all active and future grant awards, unless otherwise: noted, Except for maintenance plans or extended warranties purchased incidental to the original purchase of the equipment, the period covered by maintenance or warranty plan must not exceed the POP of the specific grant funds used to purchase the plan or warranty. Grant funds are Intended to support the Goal by funding projects that build and sustain the core capabilities necessary to prevent, protect against, mitigate the effects of, respond to, and recover from those threats that pose the greatest risk to the security of the elation, In order to provide recipients the ability to meet this objective, the policy set forth In FFMA`s lF 379, Guidance to State Administrative Agencies to Expedite the Expenditure of Certain OHS/FFMA Grant Funding, Initially for F`f 2007" 2011, allows for the expansion of eligible maintenance and sustainment costs which must be in (1) direct support of existing capabilities; (2) must be an otherwise allowable expenditure under 0 the applicable grant program; (3) be tied to one of the corgi: capabilities in the five mission areas contained within the Coal, and (4) shareable through the Emergency Management Assistance Compact. Additionally, eligible costs may also be in support of equipment, training, and critical resources that have previously been purchased with either federal grant or any other source of funding other than DHS/FEMA preparedness grant program dollars. t . Low Enforcement Terrorism Prevention (LETP) Activities Allowable Costs LETP Activities eligible for use of LETIPA focused funds Include but are not limited to* • Maturation and enhancement of designated state and major Urban Area fusion centers, including information sharing and analysis, threat recognition, terrorist interdiction, and training/ hiring of intelligence analysts; * Coordination between fusion centers and other intelligence, operational, analytic, or Investigative efforts Including, but not limited to Joint Terrorism Task Forces (JTTFs), Field Intelligence groups (Fits), High intensity Drug Trafficking Areas (HIDTAs), regional Information Sharing) Systems (IBIS S) Centers, criminal intelligence units„ real-time crime analysis centers and DHS Intelligence, operational, analytic, and Investigative entities, s Regional counterterrorism training programs for small, medium, and large jurisdictions to exchange Information and discuss the current threat environment, lessons learned, and best practices to help prevent, protect against, and mitigate acts of terrorism; Support for coordination of regional fulkscale training exercises (federal, state, and local law enforcement participation) focused on terrorism -related events; Law enforcement Chemical, Biological, radiological, Nuclear, and high yield Explosives detection and response capabilities, such as bomb detection/disposal capability deployment, sustainrnent, or enhancement, Including canine teems, robotics platforms, and x-ray technology; • Implementation and maintenance of the Nationwide SAr Initiative, including training for front line personnel on identifying and reporting suspicious activities, tips/leads, and online/social media -based threats, as well as the execution and management of threat assessment programs to identify, evaluate, and analyze Indicators and behaviors indicative of terrorism,. targeted violence, threats to life, and rather criminal activity; Management and operation of activities that support, the execution of the Intelligence process and fusion centers, including but not limited to. Fusion Liaison Officer (FLO) programs, security programs to protect the facility, personnel, and Information, and the protection of privacy, civil rights, and civil liberties. • Implementation of the "if You See Something, Say Something" campaign to raise public awareness of indicators of terrorism and terrorism -related crime and associated efforts to increase the sharing of information with public and private sector partners, including nonprofit organizations, Note: DHS requires that all public and private sector partners wanting to implement and/or expand the DAIS "if You See Something, Say Somethingv campaign using grant funds work directly with the DHS Office of partnership and Engagement (OPE) to ensure all public awareness materials (a,,, videos, posters, triwfclds, 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 lice (seesayi hq.dhs.gov�, must be facilitated by FEMA. Increase physical security, through law enforcement personnel and other protective measures, by Implementing preventive and protective measures at critical Infrastructure sits orat-risk nonprofit organizations, Development of countering violent extremism programs, projects, and initiatives, addressing prevention, Intervention, and diversion efforts, including training on roles of lava enforcement and how to effectively partner with law enforcement; developing and promoting training specifically for law enforcement executives and frontline officers on potential behaviors and 1 Indicators of violent extremism and how to appropriately .analyze and report them; supporting community and law enforcement engagement strategies such as table top exercises, roundtable events, town hall meetings, and peer to peer activities; funding for existing and/or expansion of law errlorcernent community relations efforts, support for the development of community engagement plans, and joint projects to increase the awareness of violent extremist threats and community mitigation solutlons, Building and sustaining preventive radiological and nuclear detection capabilities, Including these developed through the Securing the Cities initiative, and Integration and Interoperabll ty of systems and data, such as computer aimed dispatch (CAD) and record management systems (IB IS), to facilitate the collection, evaluation, and assessment of suspicious activity reports, tips/leads, and online/social media -based threats, M. Law Enforcement Readiness (SHSP, UASI, and APSG) SHSP, UASI, or OPSSG grant funds may be requested and may be approved on a case -by -case basis for immigration enforcement training In support of the border security mission. Requests for training will be evaluated on a casey-case basis and can only be used for certification in the section 287(g) program provided by DHSACE. SHSP, UASI, or OPSG Sub -recipients with agreements under section 287(g) of the Immigration and Nationality Act {8 U.S.C. § 1 57(g)) to .receive delegated authority for Immigration enforcement within their jurisdictions may also be reimbursed for section 87(g) related operational activities with approval from FEMA on a case -by -case basis. For OPSS, Sutra -recipients must be authorized by USBP Headquarters and Sectors, and operational activities must be coordinated through a U$BP Sector, O SG grant funds may be used to Increase operational, material, and technological readiness of SL.TT law enforcement agencies. The Delegation of Immigration Authority, Section 287(g) of the Immigration and Nationality Act (INA) program allows a state or local law enforcement entity to enter into a partnership with ICE, under a joint Memorandum of Agreement ( QA), to receive delegated authority for Immigration enforcement within their jurisdictions, N. Regional Border Projects (OPSO) Sub-Reciplents are encouraged to prioritize the acquisitiond development of regional on the borders to maximize Interoperablilityand coordination capabilitiess ► federal. • wfth state, local, and tribal law enforcement partners,•projects 0 Communications equipment, s Radio systems and repeaters +� Integration with regional Intelligence and information sharing effort (Le, fusion centers) o Intelligence analysts • Situational Awareness equipment, o License Plate Deader Networks o visual detection and surveillance systems o Sensor Systems o radar Systems (far air and/or marine incursions) o Aircraft systems (manned or unmanned) 0Supplies d UASQ Critical emergency supplies, such as shelf stable products, water, and medical equipment and supplies are an allowable expense under SHSP and UASL Prior to the allocation of • • •purposes,R "r• ar ofyeargrantviable costsinventory management plan, which should include a distribution strategy and related sustalriment planned grant expenditureover 00,000.00 If grant expenditures exceed the minimum threshold, the five-year inventory management plan will be developed by the recipient and monitored by r=MA, PB IA will provide program oversight and technical assistance as it relates to the purchase of critical emergency supplies under UASI. FEMA will establish guidelines and requirements for the purchase of these 52 supplies under UASl and monitor development and status of the states inventory management plan, P. Construction and Renovation al p and UA I Project construction using SHSP and UA I funds may not exceed the greater of $1,000,000 or 1 % of the grant award. For the purposes of the limitations on funding lever, communications tourers are .net considered construction. Written approval must be provided by DfF N A 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, and any other locally rewired planning permits. Additionally, recipients are required to submit a SF-424C form with budget detail citing the project costs, and an -4 4D Form for standard assurances for the construction project. Recipients using funds for construction projects must comply with the Mavis -Bacon Act (codified as amended at 40 t1, : . §§ 3141 et sect.)l. Recipients must ensure that their contractors or subcontractors for construction projects pay workers no, less than the prevailing wages for laborers and mechanics employed on projects of a character like the contract work in the civil subdivision of the State in which the work is to be performed. Additional information regarding compliance with the Davis -Bacon Act, Including Department of tabor ( Ot.) wage determinations, is available online at bttps,llvt y j gpvl j 1 a rcor tractslrib a,Fstrr�, Recipients using funds for construction projects must also comply with the requirements set forth In the government�wlde award terra on Reporting Subawards and Executive Compensation located at 2 C.F.R, Fart 170, Appendix A, the Rill text of which is incorporated mere by reference in the award terms and conditions. (1 ) all iron and steel used in the project are produced in the United Staten -this meansall manufacturing processes, from the Initial melting stage through the application o coatings, occurred In the United States; (2) all manufactured products used in the project are produced in the united States —this means the manufactured product was manufactured In the united Mates; and the cost of the components of the manufactured product that are rained, produced, or manufactured in the united States Is greater than 55 percent of the total cast of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and () all construction materials are manufactured In the United States —this means that all manufacturing processes for the oonstructlon material occurred in the United States. The Buy America preference only applies to articles, Materials, and supplies that are consumed in, incorporated into, or affixed to are Infrastructure project. As such, It does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the Infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished Infrastructure project but are not. are Integral part of the structure or permanently affixed to the infrastructure project. 0. Communications Towers applyingWhen a o construct communication evidence that the Federal Communication Commission's • 0 of e Preservation Act, Pub. L. No, 89-665, as amended, review process has been completed, IN i t. Disposition When original or replacement equipment acquired under a Federal award is no longer needed for the original project or program or for other activities currently or previously supported by a Federal awarding agency, except as otherwise provided In Federal statutes, regulations, or Federal awarding agency disposition Instructions, the Sub -recipient must request disposition Instructions from FDE Office of Domestic Preparedness and the Mate Administrative Agency will request: disposition Instructions from Federal awarding agency as required by the terms and conditions of the Federal award. The Sub -Recipient shall notify the FDEM Office of Domestic preparedness at. 2555 Shumard Oak Blvd., Tallahassee, Florida: 32399 one (1) year In advance of the expiration of the equipment's posted shelf -life or normal life expectancy or when It has been expended, The Sub -Recipient shall notify the F'1' EM immediately If the equipment is destroyed, lost, or stolen. S. Ensuring the Protoction 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-Redplents must carry out their programs and activities, including those related to the building, sustainme t, and delivery of core capabilities, In a manner that respects and ensures the protection of civil rights for protected populations, Federal civil rights statutes, such as Section 308 of the Stafford Act, Section 504 of the Rehabilitation Act of 1973, and Title VI of the Civil Rights Act of 1964, Age Discrimination Act, along with DHS and FEMA regulations, prohibit discrimination can the basis of race, color, national origin, sex., religion, age, disability, limited English proficiency, or economic status in connection with programs and activities receiving federal financial assistance from F MA, Monitoring and oversight requirements in connection with Sub-Reciplent compliance with federal' civil rights laws are also authorized pursuant to 44 C,F,R Part 7, In accordance with civil rights laves and regulations, Sub -Recipients must ensure the consistent and systematic; fair, just, and impartial treatment of all Individuals, including individuals who belong to underserved communities that have been denied such treatment. Recipients (as defined In 2CFR Dart 209 and i olodin 'recipients acting as pass -through entities) of Federal financial assistance from the U,S, Department of Homeland Security (DHS) or one of its awarding component agencies must complete this tool within thirty (30) days of receipt of the Notice of Award for the first award under which this terra applies. Recipients of multiple DHS financial assistance should only submit one completed tool for their agency, not per award. Sub -Recipients are not required to complete and submit; this tool to DHS, However, Sub -recipients have the same obligations as pass -through entitles and recipients to comply with applicable civil rights requirements and should follow their pass -through entities instructions for submitting civil rights Information to those entities. To demonstrate successful completion of task I S for Quarters 1, the Sub -recipient must submit tits following sterns In the Division's Salesforce system: Complete and submit the Civil rights Evaluation tool hitps:/a`www. hs.c ovlpublication/dhs- civil-rights-evaluation»trial to Include supporting materials within thirty (30) days of receipt of the Notice of Award (November 1, 2922) for the first award under which this term applies, Subsequent subrnisorrs. After the initial submission, Sub -Recipients are required to complete the tool once every two (2) years if they have an active award, not every time and award Is made, After Initial submission, Sub -Recipients are only required to submit updates. If they are no updates since the initial submission, the Sub-reolpient must indicate "no Change" for each item as applicable to satisfy the blyearly requirement, Recipients should not re -submit information previously submitted. The due date for submitting updates Is calculated from two (2) years from area date the Sub -recipients last submitted the tool to the SAA 4 (FCM). FILM will send an email reminder to the contact person identified In Section 2 of the tool prior to the due date for the blyearly update. T, National Incident Management System (NIMS) Implementation (HSOP, €PSG, UASI only!) NIMS provides: stakeholders across the whole community with the shared vocabulary, systems, and processes to successfully deliver the capabilities described in the National Preparedness System. and Sub -recipients of federal preparedness (non -disaster) grant awards, jurisdictions and organizations must achieve, or be actively working to achieve, all of the NIMS Implementation Objectives, The objectives can be found on the NIMS webpage at hips //w wwv.fema.govternorgency- r anagers/nirns/implementation»training. U. FirstNet FlrstNet provides public safety entities with mission -critical broadband data capabilities and services including, but not Ilmted to messaging, Image sharing, video streaming, group text, voice, data storage, application, location -based services, and Quality of Service, Priority, and Preemption. Public safety entities seeking to enhance their operational capabilities using broadband technology may seek grant funding from appropriate programs to support the following: * Planning for integration of information technology (IT) infrastructure, software, and site upgrades necessary to connect to FirstNet * Handheld broadband devices including smart hones, feature phones, tablets, wearables, push -to -talk (PTT) devices « Vehicle -mounted or otherwise field operated data: devices, such as ruggedi ed laptops Network access devices, including portable I-FI devices, UniversalSerial Bus (USS) modems/dongles, trunk -mounted moderns, routers • Customer -Owned :and Managed (CORM) broadband deployable equipment, enabling public safety to own and dispatch coverage expansion or capacity enhancement equipment within their jurisdiction • Broadband device accessories that enable efficient and safe public safety operations such as headsets, belt cliffs, earpieces, remote Bluetooth sensors, ruggedized cases Subscriber Identification Modules (IMs)/Universal Integrated Circuit Cards (UICCs) to allow public safety users to update existing devices to operate on public safety prioritized services * Cane -time purchase and subscrlptionµbased applications for public safety use which could include, among several other options, enterprise mobility management ( MM), mobile device management (Mq i), mobile Virtual Private Network (VPtiI), Identity services, or cloud service tools Sub -Recipients must be coordinated with the Statewide Interoperability Coordinator (SWIG) and F rstNot 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 complies with all technical requirements, FirstNet requires participating agencies to demonstrate a subscription to public safety -prioritized broadband services to purchase FirstNet broadband devices or applications. Sub -recipients must coordinate with FirstNet In advance of any strategic acquisition of broadband UE equipment to ensure that purchases adhere to all applicable standards for public safety entities, V. ,; n All Sub-Reolplents using preparedness grant funding to support y communications systems . equipment a ,Sub-Recipients u R. pi .e coordinated- op . • interopera.bility and long-term compatibility. W. Cybersecurity Sub -recipients must use I•ICP Binds for cybersecurity projects that support the security and functioning of critical Infrastructure and core capabilities as they relate to preventing, preparing 55 for, protecting against, or responding to acts of terrorism. Sub -recipients of FY 2022 H GP grant awards will be required to complete the 2022 Nationwide Cybersecurity Review (N SR), enabling agencies to benchmark and measure progress of improving their eybersecurity posture, The NOSR Is an annual requirement and Sub -Recipients must complete the first available NCSR offered after this subaward has been Issued.. X Procurement The purpose of the procurement process Is to ensure a fair and reasonable price Is paid for the services provided. All procurement transactions will be conducted in a manner providing full and open competition and shall comply with the standards articulated In: 2 C.F.R. rt Chapter * Sub -Recipient's local procurement policy. To the extent that one standard is more stringent than another, the Sub -Recipient must follow the more stringent standard. For example, if a State statute imposes a stricter requirement than a Federal regulation, then the Sub -Recipient must adhere to the requirements of the State statute. Shall e carried out using good purchasing practices which may t $2,9certification of written or tel hone uctes _ raft less than Submit summary cal 2 (minimum) written quotes, signed by the v Alternative Contract Grarrrmodities car Services available to the State via outside contract Source vehicle. A copy of the execrated contract must be submitted along with additional quotes if GSA 70 or GSA 84. to Bid (ITS), Request for Proposal (RFP), or Invitation to Negotiate (tTN). Each requires a Scope of Work that meets all slatutory requirements and formal posting or publication process. Examples of when to use each ♦• Invitation to Bid* When a Sub -Recipient can establish precise specifications for a commodity or defining, with specificity, a scope of work for the commodities or contractual services sought. If not using an ITS, Scab -Recipient must justify in writing why an ITS is not practicable. Re nest for Pro oral: Through this process, vendors can compete on a cost basis for lime items or services, The request for proposals method of procurement is used when it is not practicable for the agency to specifically define the scope of work for which the commodities or contractual services is needed. Simply put, the Sub -Recipient can describe what it wants to accomplish but the methods or means to accomplish the desired outcome cannot be easily defined. There may be several methods available to accomplish a task, .and the agency Is considering all the available options. Invitation toNegotiate' if the Sub -Recipient has determined that an ITS or an RFP will not result in the best value, the Sub -Recipient may procure commodities and: contractual services using the ITN process. The procurement file must be documented to support why 56 an ITB and a RFP will not result In best value (287.057(1)(c), Florida Statutes). Contracts that exceed $1M require a Florida Certified Contract Negotiator. Contracts.more than $I OM In any fiscal year, requires a Project Management Professional on the team. The Division shell pre -approve all scopes of world for projects funned under this agreement, Also, to receive reimbursement from the Division, the Sub -Recipient must provide the Division with suspension and debarment form for each vendor that performed work under the agreement. Furthermore, if requested by the Division, the Sub-Reolpient shall provide copies of solicitation documents Including responses and justification of vendor selection. State Term Contract: A State Term. Contract is a contract that Is competitively procured by the Division of State Purchasing for selected products and services for use by agencies and eligible users. Florida agencies and eligible users may use a request for quota to obtain written pricing or services Information from a state term contact vendor for commodities or contractual services available on a state term contract from that vendor. Use of state term contracts Is mandatory for Florida agencies in accordance with section 2 7, 066, Florida Statutes, Alternate Contract Source. An Alternate Contract Source Is a contract let by a federal, state, or local government that has been approved by the Department of Management Services, basest on a determination that the contract is Gast -effective and in the heat Interest of the state, for use by one or all Florida agencies for purchases, without the requirement of competitive procurement, Alternate contract sources are authorized by subsection 2 7.042(1S), Florida Statutes, as Implemented by Rule OA-1,945, Florida Administrative Code, General Services Administration Schedules: The General Services Administration (GSA) is an independent agency of the united States Government. States, tribes, and local governments, and any Instrumentality thereof (such as local education agencies or institutions of higher education) may participate in the GSA Cooperative I urchasin Program. ), Rotor to the appropriate GSA Schedule for additional requirements. Y. Piggybacking The practice of procurement by one agency using the agreement of another agency Is called piggybacking. The ability to piggyback unto an existing contract Is not unlimited. The Sub - Recipient's written procurement policy must be submitted to the SAA and must allow for piggybacking. The existing contract mast contain language or other legal authority authorizing third parties to make purchases from the contract with the vendor's consent. The terms and conditions of the new contract, Including the Scope of Mork, must be substantially the same as those of the existing contract and approved by the Division, The piggyback contract may not exceed the existing contract In scope or volute of goods or services; A Sub -Recipient may not use the preexisting contract merely as a *basis to begin negotiations" for a broader or materially different contract. Section 215.971, Florida Statutes Statutory changes enacted by the Legislature Impose additional requirements on grant and Sub- Recipient agreements funded with Federal or State financial assistance, In pertinent part, Section 21 .1�71(1) states: , Are agency agreement that provides state financial assistance to a Recipient or Sub -.Recipient, as those terms are defined In s. 21.97, or That provides federal financial assistance to a Sub - Recipient, as defined by applicable united States Office of Management and Budget circulars, must Include all of the following, +� A provision specifying a Scope of Work that clearly establishes the tasks that the Recipient or Sub -Recipient is required to perform. 57 A provision dividing the agreement into quantifiable units of deliverables that must be received and accepted: In writing by the agency before payment, Each deliverable must be directly related to the Scope of Wok and specify the required minimum level of service to be performed and the criteria for evaluating the successful completion of each deliverable. A provision specifying the financial consequences that apply if the recipient or Sub -Recipient fails to perform the minimum level of service required by the agreement, The provision can be excluded from the agreement only If financial consequences are prohibited: by the federal agency awarding the grant. Funds refunded to a state agency from a recipient or Sub - Recipient for failure to perform as required under the agreement may be expended only in direct support of the program from which the agreement originated, w A provision specifying that a Recipient or Sub -Recipient of federal or state financial assistance may expend funds only for allowable costs resulting from obligations incurred' during the specifiers agreement period, * A provision specifying that any balance of unobligated funds which has been advanced or paid must be refunded to the state agency. A provision specifying that any funds paid In excess of the amount to which the recipient or Sub -Recipient Is entitled under the terms and conditions of the agreement must be refunded to the state agency. * Any additional information required pursuant to s, 215,97, r r r'pillplipr 11 r Sutra»recipients for this awards must., 9 Be registered In SAM; * Provide a valid U ID/SAM1 number; Continue to maintain an active SA which it has an active federal award and registration with current information at all times during I. Quarterly Programmatic Reporting The Ouarterly Programmatic Report is due within thirty (30) days after the end of the reporting periods (larch 31, June 30, September 30, and December 1) for the life of this contract, If a report(s) Is delinquent„ future financial reimbursements will be withheld until the Sub -recipient's reporting Is current. If a report goes three ( consecutive quarters from date of execution without the Sub -recipient reflecting any activity and/or expenditures It will result In the issuance of a noncompliance letter, and a written justification must then be provided, * Based on the AA`s determination, the Sub -recipient will have 30 days to submit a letter of appeal to the. SAA/HSA. o Sub -Recipients will only be allowed one opportunity to appeal. * if the appeal is denied, or If there Is no response to the notification of noncompliance„ the Sub-reol lerifs. funds will be terminated, If a report goes four (4) consecutive quarters from date of execution without the Sub - Recipient reflecting any activity and/or expenditures, it will result in termination of the agreement. 58 ► ... ...... June 9#1 31 3, Reimbursement Requests: A request for reimbursement may be sent to your grant manager for review and approval at any time during the contract period. Reimbursements must be requested within ninety (90) calendar days of expenditure of funds, and quarterly at a minimum. Failure to submit request for reimbursement Within ninety (90) calendar days of expenditure shall result In denial of reimbursement The Sub -Recipient should include the category's corresponding line -item number in the 'Detail of CCairns" form, This number can be found In the 'Proposed Program BudgaC. A line -item number is to be Included for every dollar amount II-sted in the "Detail of Claims" form, 4» Close-out Programmatic Reportlngr The Close-out Report is due to the Florida Division of Emergency Management no later than sixty (60) calendar days after the agreement Is either completed or the agreement has expired. 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. FOEM Wit make three written attempts to collect required information before initiating an administrative closeout, If an award is administratively closed, FDEM may decide to impose remedies for noncompliance per 2 C,F.R. § 200,338, consider this information In reviewing future award applications, or apply special conditions to existing of future awards. Z.2. Period of Performance (POP) Extensions Extensions to the period of performance Identified In the agreement are allowable under limited circumstances and will only be considered through formal, written requests to the SAA. All extension requests must contain specific and compelling,justlfications as to why an extension is required, and must address the following,. 1. The grant program, fiscal year, and agreement number: 2. Reason for the delay —including details of the legal, policy, or operational challenges that prevent the final expenditure of awarded funds by the deadline; 3. Current status. of project activity; A. Requested POP termination date and new project completion date; 5. Amount of funds reimbursed to date; 6. Remaining available funds; M 7. Budget outlining how the remaining funds will be expended; 8. Plan for completion, Including milestones and timeframes, for achieving each milestone and the position or person responsible for Implementing the plan for completion; and 9. Certification that the activfty(ies) will be completed within the extended POP without any modification to the original statement of work, as described In the investment justification and as approved by FEMA. Extension requests are typically granted for no more than a six-month period, and will be granted only due to compelling legal, policy, or operational challenges. Extension requests will only be considered for the following reasons: • Contractual commitments by the recipient or Sub -Recipient with vendors prevent completion of the project within the existing PCP; • The project must undergo a complex environmental review that cannot be completed within the existing POP; • Projects are long-term by design, and therefore acceleration would compromise core programmatic goals; or • Where other special or extenuating circumstances exist, Contractual Point of Contact Programmatic Point of Contact li... . ...... Jamika Jackson Kizzy K. Caban CFDEM FIDEM 2566 Shurnard Oak Blvd. 2555 Shumard Oak Blvd, Tallahassee, FL 32399�2 100 Tallahassee, FIL 32399-2100 (850) 815-4344 (860) 815"4348 11 JarrilkaJackson0em.myflorlda.com Kizzy.CabanCem.myflorida.com • The FDEM shall determine eligibility of projects and approve changes in Scope of Work, • The FDEM shall administer the financial processes, 2019MM�� • Failure to comply with any of the provisions outlined above shall result in disallowance of reimbursement for expenditures, 60 ATTACHMENT C State Homeland Security Program (HSGP)s HSGP supports the implementation of risk driven, capabilities -based State Homeland Security Strategies to address capability targets set In Urban Area, State, and regional Threat and Hazard Identification and Risk Assessment$ (THIRM), The capability levels are assessed In the State Preparedness Report (SPR) and inform planning, organization, equipment, training, and exercise needs to prevent, protect against, mitigate, respond to, and recover from acts of terrorism and other catastrophic events. Planning Deliverable., Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost of successfully completing Planing activities consistent with the guidelines contained in the Comprehensive Preparedness Guide CPG 101 v.2. For additional Information, please see https://www.feina.gov/emergency-managerslnational-preparedness/plan or grant guidance (Notice of Funding Opportunity), For the purposes of this Agreement, any planning activity such as those associated with the Threat and Hazard Identification and Risk Analysis (THIRA), State Preparedness Report. (SPR), and other planning activities that support the National Preparedness Goal (NPG) and place an emphasis on updating and maintaining a current Emergency Operations Plan (EOP) are eligible. The Sub -Recipient can successfully complete a planning activity either by creating or updating such plan(s). Organization Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual eligible costs for Personnel, Intelligence Analysts, Overtime and Operational Overtime, Exercise Deliverable: Subject to the funding [imitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost of successfully completing an exercise which meats the Department of Homeland Security Homeland Security Exercise and Evaluation Program (HSEEP) standards and is listed in A) the State of Florida IPP, and B) County or Regional TEP for the region in which the Sub - Recipient is geographically located. Information related to TEPs and HSEEP compliance can be found online at; https://www,foma.govlemergency-monagers/national-preparedness/exeroiseslhseep. For the purposes of this Agreement, any exercise which Is compliant with HSEEP standards and contained In the State of Florida IPP qualifies as an authorized exercise, The Sub-Reciplent can successfully complete an authorized exercise either by attending or conducting that exercise, Training Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost of successfully completing a training course listed on the Department of Homeland Security (DHS) approved course catalog. For non-DHS approved courses the Sub -Recipient shall obtain advance FDEM approval using the Non-TED form by contacting their grant manager. The DHS course catalog Is available online at. hftp:l/training.fema.gov/. For the purposes of this Agreement, any training course listed on the DHS approved course catalog qualifies as an authorized course. The Sub -Recipient can successfully complete an authorized course either by attending or conducting that course. Equipment Deliverable,, Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost of purchasing an Item Identified In the approved project funding template and budget of this agreement and listed on the DHS Authorized Equipment List (AEL). For the purposes of this Agreement, any Item listed on the AEL qualifies as an authorized Item, The 21 allowable prevention, protection, mitigation, response, and recovery equipment categories and equipment standards for HSGP are listed on the web -based version of the Authorized Equipment List (AEL) on the Lessons Learned Information System at http.,I/www.fema.gov/authorized-equipment-list, In addition, agencies will be responsible for obtaining and maintaining all necessary certifications and licenses for the requested equipment. 'IT Management Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost for Management and Administration (M&A) activities. RN ATTACHMENT D * w 1) Age Discrimination Act of 1975 42 U.S.C. § 6101 efseq* 2') Americans, with Disabilities Act of 199042 U.S.C. § 12101-12213 3) Chapter 473, Elorida Statutes 4) Chapter 215, Florida Statutes 8) Chapter 262, Fiorida atutes. 6) Title VI of the Civil Rights Act of 1964 42 U.S.C. § 2000 et seq. 7) Title 'dill of the Civil nights Acts of 1968 42 U.SC. § 3601 et seq. 8) Copyright notice 17 U.S.C. % 401 or 402 9) Assurances, Administrative Requirements, Cost Principles, Representations and Certifications 2 C.F.R. Curt 280 10) Debarment and Suspension Este hive girders 12549 and 12689 11) Drug Free Workplace Act of 1988 41 U, .C. § 761 et seq. 12) Duplication of Benefits 2 C.F.R. mart 200, Subpart i 13) Energy Policy and Conservation Act 42 U..C, § 6291 et seq. 14) False Claims Act and Program Fraud Civil Remedies 31 U.B.C. § 3729µ3733 also 31 U .C. 3801.3812 16) Fly America Act of 1974 49 U.Q.C. § 41102 also 49 U.Q.C. § 40118 16) Motel and Motel Fire Safety Act of 1990 18 U.S.C, § 2226a 17) Lobbying Prohibitions 31 U,B.Ca § 4362 18) Patents and Intellectual Property Rights 36 U.S.C, § 200 et seq. 19) Procurement of Recovered Materials section 6662 of Solid Waste Disposal Act 20) Terrorist Financing Executive girder 13224 21) Title IX of the Education Amendments of 1972 (Equal Opportunity In Education Act) 29 U,B.C, 1681 of seq. 22) Trafficking Viotirrrs Protection Act of 2000 22 U.B.C. § 7104 23) rehabilitation ,Act of 1973 Section 894, 29 U.S.C, § 794 24) USA Patriot ,Act of 200118 U., .C. § 175-172c 25) Whis leblower Protection Act 18 U.S.C. § 2409, 41 UB.C. § 4712, and 10 U.S.C. § 2324, 41 U'.&C. § 4304 and § 4310 2) 63 Federal register 8034 27) Rule Chapters 27P-6, 27P-11, and 27P-19, Florida Administrative Code 63 ATTACHMENT E PR1W-Y-ZT4#'Tf I*F:Fkw [ ] ADVANICL, REQUESUD (Maximum request amount may not exceed fifty percent.) Advance payment of $ Is requested, Balance of paymmits will be made on a reimbumemont basis. This advance will be used on equipment specific. projects within the budget of the agreement, We would not be able to operate (he program without this advance. RON AD 11 p �11� LINE-ITEMJUSTIELC&TION (For each fino item, provide a detailed justification explaining then d cash advance. The justification must Include supporting documentation that clearly shows the advance be expended within thefirst ninety (90) days of the contract term. Support documentation should Include b is not limitedto the foil y proviA e the Division reasonable and necessary supportthat the advance will be expended within the firs.. t ninety (90) days of the contract term unless an EHP is required. Any advance funds not expended within the first ninety (90) days of the contract term shall be roturnedto the Don Cashier, 2556 Shumard Oak Boulevard, Tallahassee, Florida 32399, wn thirty (30) days of receipt, along with any Interest earned on th advance) mmmm��� Date, Marna and Tftle of Sub -recipient RM ATTACHMENT F Ebgffiigl ana e ert The Sub -Recipient's financial management system must comply with 2 C.F.R. §200,302. Pr9curements Any procurement undertaken with funds authorized by this Agreement must comply with the requirements of 2 CF.R. §200, Pail D—Post Federal Award Requirements —Procurement Standards (2 O.F.R, §§200.318 through 200.327). The SubwReclplent shall have its offices open for business, with the entrance door open to the public, and at least one employee on site, from: Uicens[no and Permittina All subcontractors or employees hired by the Sub -Recipient shall have all current licenses and permits required for the particular work for which they are hired by the Sub-Reolpient, 12 ATTACHMENT G AND VOLUNTARY EXCLI Subcontractor Covered Transactions The prospective subcontractor, ;t of the Sub -Recipient certifies, by submission of this document, that neither It, Its principals, nor h affiliates are presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation In this transaction by any Federal department or agency. By; Signature M��= Name and Title FDEM Contract Number Street Address DAIS Grant Award Number City, State, Zip on MM ATTACHMENT H STATEMENT OF ASSURANCES All of the Instructions, guidance, limitations, and other conditions set forth in the Notice of Funding Opportunity (NOFO) for this program are Incorporated here by reference In the terms and conditions of your award, All Sub -Recipients must comply with any such requirements set forth In the program NOFO. All Sub-Reolpionts who receive awards made under programs that prohibit supplanting by law must ensure that Federal funds do not replace (supplant) funds that have been budgeted for the same purpose through non -Federal sources, All Sub -Recipients must acknowledge their use of federal funding when Issuing statements, press releases, requests for proposals, bid Invitations, and other documents describing projects or programs funded In whole or In part with Federal funds. Any cost allocable to a particular Federal award provided for in 2 C.F.R. Part 200, Subpart E may not be charged to other Federal awards to overcome fund deficiencies, to avoid restrictions Imposed by Federal statutes, regulations, or terms and conditions of the Federal awards, or for other reasons, However, this prohibition would not preclude a Sub-Reclplent from shifting costs that are allowable under two or more Federal awards In accordance with existing Federal statutes, regulations, or the terms and conditions of the Federal award. Sub -Recipients are required to comply with the requirements set forth In the governmant�wlde Award Term regarding the System for Award Management and Universal Identifier Requirements located at 2 C,F,R, Part 25, Appendix A, the full text of which Incorporated here by reference In the terms and conditions of your award. n 141W.14s2 (#A =11 wAr'l mftpiml I# Itual Logic #1 r-1210, 0 M to] A 11ral mu M faail III rglya it'! Mug 1 1. Sub -Recipient must cooperate with any compliance review or compliant Investigation conducted by the State Administrative Agency or DHS. 2. Sub -Recipient will give the State Administrative Agency, OHS or through any authorized representative, access to and the right to examine and copy, records, accounts, and other documents and sources of Information related to the federal financial assistance award and permit access to facilities, personnel, and other individuals and Information as may be necessary, as required by DHS regulations and other applicable laws or program guidance. S. Sub -Recipient must submit timely, complete, and accurate reports to the FDEM and maintain appropriate backup documentation to support the reports. Sub-Rodpients must also comply with all other special reporting, data collection and evaluation requirements, as prescribed by law or detailed in program guidance. 4, Sub -Recipient will acknowledge their use of federal funding when issuing statements, press releases, requests for proposals, bid Invitations, and other documents describing projects or programs funded in whole or In part with Federal funds. 5, Sub -Recipient who receives awards made under programs that provide emergency communications equipment and its related activities must comply with SAFECOM Guidance for Emergency Communications Grants, Including provisions on technical standards that ensure and enhance Interoperable communications. 6. When original or replacement equipment acquired under this award by the Sub-Reclplent is no longer needed for the original project or program or for other activities currently or previously RN supported by DHS/FEMA, you must request Instructions from FDEM to make proper disposition of the equipment pursuant to 2 C.F.R. Section 200.313, 7. DHS/FEMA funded activities that may require an BHP review are subject to FEMA's Environmental Planning and Historic Preservation (BHP) review process. This review does not address all federal, state, and local requirements, Acceptance of federal unding requires recipient to comply with all federal, state, and local laws. Failure to obtain all appropriate federal, state, and local environmental permits and clearances may jeopardize federal funding. If ground disturbing activities occur during construction, applicant will monitor ground disturbance, and if any potential archeological resources are discovered, applicant will immediately cease work in that area and notify the pass -through entity, If applicable, and DHS/FEMA. 8. Sub -Recipients are required to comply with the Build America, Buy America Act (BABAA), which was enacted as part of the Infrastructure Investment and Jobs Act Sections 70901 - 70927, Pub. L. No. 117-58 (2021); and Executive Order 14005, Ensuring the Future Is Made In All of Amedca by All of Amerlca's Workers, 9. Sub -Recipient will comply with the applicable provisions of the following laws and policies prohibiting discrimination: a. Title VI of the Civil Rights Act of 1964, as amended, which prohibits discrimination based on race, color, or national origin (including limited English proflclency). b. Section 504 of the Rehabilitation Act of 1973, as amended, which prohibits discrimination based on dlsabllity„ c. Title IX of the Education Amendments Act of 1972, as amended, which prohibits discrimination based on sex in education programs or activities. d. Age Discrimination Act of 1976, which prohibits discrimination based on age, a. U.S. Department of Homeland Security regulation 6 C.F.R. Part 19, which prohibits discrimination based on religion in social service programs. 68 r.1NETONW, Appendix 11 to 2 CY.R. Part 200. It is the responsibility of the sub -recipient to Include the required provisions. The following is a list of sample provisions from Appendix It to 2 CF.R. Part 200 that May be required:' Appendix 11 to Part 200—Contract Provisions for Non-Fedorall Entity Contracts Under Federal Awards In addition to other provisions required by the Federal agency or iron -Federal entity, all GOntr8,0tS made by the non -Federal entity under the Federal award must contain provisions covering the following, as applicable. (A) Contracts for more than the simplified acquisition threshold, which is the Inflationadjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U&C. 1908, must address administrative, contractual, or legal remedies In Instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B) All contracts In excess of $10,000 must address termination for cause and for convenience by the non -Federal entity Including the manner by which It will be affected and the basis for settlement. (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1,3 must Include the equal opportunity clause provided under 41 CFR 60-1 A(b), In accordance with Executive Order 11246, 'Equal Employment Opportunity" (30 FR 12319,12935, 3 CFR Part, 1964-1966 Comp., p. 339), as amended by Executive Order 11375 "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and Implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal. Employment Opportunity, Department of Labor." (0) Davis -Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts In excess of $2,000 awarded by non -Federal entities must Include a provision for compliance with the Davis -Bacon Act (40 U.S.C, 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to. Contracts Covering Federally Financed and Assisted ConstrudoW)., In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified In a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less then once a week. The non -Federal entity must place a copy of the current prevailing wage determination Issued by the Department of Labor In each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination, The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also Include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.&C. 3146), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed In Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or Sub-reciplent must be prohibited from inducing, by any means, any person employed In the construction, completion, or repair of public work, to give up any part of the compensation to which he or she Is otherwise entitled, The non. Federal entity must report. all suspected or reported violations to the Federal awarding agency, (E) Contract Work Hours and Safety Standards Act (40 US.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 O.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5), Under 40 U3.Q § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and taborer on the basis of a I For example, the Davis -Bacon Act is not applicable to other FEMA grant and cooperative agreement programs, Including the Public Assistance Program or Hazard Mitigation Grant Program; however, sub - recipient may include the provision in Its subcontracts. 69 standard workweek of 40 hours, Work In excess of the standard work week Is permissible provided that the worker Is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked In excess of 40 hours In the work week. The requirements of 40 U,&C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work In surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence, (F) Rights to Inventions Made Under a Contract or Agreement, If the Federal award meets the definition of "funding agreement" under 37 CFR § 4012 (a) and the recipient or Sub -recipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or Sub -recipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency, (G) Clean Air Act (42 UZC, §§ 7401-7671q,) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended —Contracts and subgrants; of amounts in excess of $160,000 must contain a provision that requires the non -Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C, §§ 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). (H) Debarment and Suspension (Executive Orders 12549 and 12680)--A contract award (see 2 CFR § 180,220) must not be made to parties listed on the goverrimentwide 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 12649 (3 CFR Part 1986 Comp., p. 189) and 12689 (3 CFR Part 1989 Comp,, p. 235), "Debarment and Suspension," The Excluded Parties List System in SAM contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 1249. (1) Byrd Anti -Lobbying Amendment (34 U,&C. § 1352)—Contractors that apply or bid for an ward of $100,000 or more must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for Influencing or attempting to Influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress In connection with obtaining any Federal contract, grant or any other award covered by $1 U,S.C. § 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award, Such disclosures are forwarded from tier to tier up to the non -Federal award. (J) See § 200.$23 Procurement of recovered materials, (K) See §200216 Prohibition on certain telecommunication and Video surveillance services or equipment. (L) Sea §200.322 Domestic preferences for procurements (Appendix Hto Part 200, Rev4ved Ejj,1111212020). Please note that the suh-recipient alone 49 responsible for ensuring that all language inchided in� its contracts meets the requireawnts of 2 CY.R. § 200.327 and 2 CYS, Part 200, Appendix ff. 70 ATTACHMENT J Florida has enhanced state and local capability and capacity to prevent, prepare and respond to terrorist threats since 1999 through various funding sources including federal grant funds. The Florida Division of Emergency Management (F1 M) has a responsibility to track and monitor the status of grant activity and Items purchased to ensure compliance with applicable Homeland Security grant Progralfwrr {HGP) grant guidance and statutory regulations. The monitoring process is designed to assess a Sub -Recipient agency's compliance with applicable state and federal guidelines. Monitoring Is accomplished utilizing various methods including desk monitoring and on -site visits, There are two primary areas reviewed during monitoring activities - financial and programmatic monitoring. Financial monitoring pr1 marily focuses on statutory and regulatory compliance with. administrative grant requirements. It involves the review of records associated with the purchase and disposition of property, projects and contracts. programmatic monitoring seeks to validate and assist In the grant progress, targeting issues that may be hindering project goals and ensuring compliance with the purpose of time grant and overall grant program, programmatic monitoring involves the observation of equipment purchased, protocols and other associated records, Various levels of financial and programmatic review may be accomplished' during the monitoring process. ft.n-Itoring Selection and S hedul rm . Each year the FD M will conduct monitoring based can a "Risk Assessment". The risk assessment tool iw used to help in determining the priority of Sub -Recipients that should be reviewed and the level of monitoring that should be performed, It Is Important to note that although a given grant may be closed, it is still subject to either desk or on -site monitoring for a five ( ) year period following closure. Ateas that will be examined Include: • Management and administrative procedures; receipt• Grant folder maintenance,, • Equipment accountability and sub -hand .. • Program for obsolescence; • Status of equipment purchases; • Status of training for .. number• Status and number of response trainings conducted to include number trained; • Status and of • Status .planning Anticipated projected . '.ram.. DIMoultles encountered In completing projects, Agency a.compliance 4o . Equal Employment Opportunity (EEO Status), Procurement Policy PDEM may request additional monitoring/information of the activity, or lack thereof, generates questions frrrrn the region, the sponsoring agency or FQM leadership, The method of gathering this Information will be determined on a case -by -case basis. onL01 Lng Activities., Desk reviews and site visits are two forms of monitoring. Desk monitoring Is the review of projects, financial activity and technical assistance between FD M and the applicant via a --mall and telephone. On-sitemonitoring are actual visits to the Sub -Recipient agencies by Division representatives who examines records, procedures and equipment. Desk monitoring is an on -going .. determined •M _ provide an opportunity at identify the needs technical assistance (TA) andlor a site visit if FDEM determines that a Sub-Reclplent is having difficulty completing their project. As dncultiestdeiifciencies are identified, the respective region or sponsoring agency will be notified by the program office via email. Information will Include the grant Sub -Recipient agency name, year and project description and the nature of the issue In question. Mang of the issues that arise may be resolved at the regional or sponsoring agency level. Issues that require further TA will be referred to FOEM for assistance. Examples of TA Include but are not limited to; • Equipment selection or available vendors • Eligibility of Items or services • Coordination and partnership with other agencies within or outside the region or discipline • Record Keeping • Reporting Requirements • Documentation in support of a Request for Reimbursement Can -site monitoring will be conducted by FIDEM or designated personnel.On-site monitoring visits will be scheduled In advance with the Sub-Reciplent agency POC designated In the grant agreement. FDEM will also conduct coordinated financial and grant file monitoring. Subject matter experts from other agencies within the region or state may be called upon to assist in the form of a peer review as needed. Can -Site Monitorina Protocol On -site monitoring visits will begin with those grantees that are currently spending or have completed spending for that federal fiscal year (FFY). Site visits may be combined when geographically convenient. There is a financial/programmatic Can -site monitoring checklist to assist Its the completion of all required tasks. Site Visit Preparation A letter will be sent to the 0-Reciplent agency Point of Contact (FOG) outlining the date, time and purpose of the site visit before the planned arrival date. The appointment should be confirmed with the grantee in writing (email is acceptable) and documented In the grantee folder. The physical location of any equipment located at an alternate site should be confirmed with a representative from that location and the address should be documented In the grantee folder before the site visit n lte onitorin Visit Once FDEM personnel have arrived at the site, an orientation conference will be conducted.. Curing this time, the purpose of the site visit and the Items FDEM Intends to examine will be Identified, All objectives of the site visit will be explained during this time, FDEM personnel will review all files and supporting documentation. Once the supporting documentation has been reviewed', a tourlvlsu8113pat inspection Of equipment will be conducted. Each item selected for review should be visually Inspected whenever possible, Bigger items (computers, response vehicles, etc.) should have an asset decal (information/serial number) placed in a prominent location on each piece of equipment as per Sub -Recipient agency requirements. The serial number should correspond with the appropriate receipt to confirm purchase, Photographs should be taken of the equipment (large capital expenditures In excess of $1,000. per item). If an item is not available (being used during time of the site visit), the appropriate documentation must be provided to account for that particular piece of equipment. Other programmatic issues can be discussed at this time, such as missing quarterly reports, payment voucher/reimbursement, equipment, questions, etc. IN Past a ftorl Visit FDEM personnel will review the Can -site monitoring worksheets and backup documentation as a team and discuss the events of the On -site monitoring. Within Forty -Five () calendar stays of the site visit, a post monitoring letter will be generated and seat to the grantee explaining any issues and corrective actions required or commendations, Should Issues or findings be identified, a noncompliance letter to that effect will be generated and sent to theSub-Recipient. The Sub -Recipient will submit a Corrective Action Flan within a timeframe as determined by FD l , Noncompliance on behalf of sub -grantees is resolved by management under the terms of the Sub -Grant Agreement, The On -site monitoring report and all back up documentation will then be Included In the Sub - Recipient's file. n otin Ras o s bilities gg as «t titles Sub -Recipients who are pass -through entities are responsible for monitoring theirSub-Recipients In a manner consistent with the terns of the federal award at 2 C,F',R. Fart 200, including 2 C.RR, § 200,332, This includes the pass -through entity's responsibility to monitor the activities of the Sub-Reciplent as necessary to ensure that the subaward is used for authorized purposes, in compliance with federal statutes, regulations, and the terms and conditions of the subaward and that subaward performance goals are achieved, ub.Recipient responsibilities also include but are not limited to;. accounting of receipts and expenditures, cash management, maintaining adequate financial records, reporting and refunding expenditures disallowed by audits, monitoring if acting as a pass -through entity, other assessments and reviews, and ensuring overall compliance with the terms and conditions of the award or subaward, as applicable, Including the terms of 2 C.F.R. fart 200. 7 ENVIRONMENTAL ll HISTORIC RI PRESERVATION (E P) COCOMPLIANCE GUIDELINES The following type of projects are to be submitted to FEMA for compliance review under Federal Environmental Planning and HistoriaPreservation { F'} laws and requirements prior to initiation of the project a Now Construction, Installation and renovation, including but not 11mited to . • Emergency Operation Centers • Security Guard facilities • Equipment buildings (such as those accompanying communication towers) • Waterside Structures (such as dock houses, piers, eto,) Placing a repeater and/or other equipment on an existing. tower Renovation of and modification to buildings and structures` that are 60 years told or older 0 Any other construction or renovation efforts .that change or expand the footprint of_ a facility or structure including security enhancements to improve perimeter security w Physical Security Enhancements, Including but not limited to: Lighting o Fencing o based -circuit television (CCTV) systems • Motion detection systems • Barriers, doors, gates and related security enhancements In addition, the erection of communications towers that are Included in a jurisdiction's Interoperable communications plan is allowed, subject to all applicable lags, regulations, and licensing provisions, Communication tower projects must be submitted to Iw'EMA for EHP review. NEW ii �► * ; of Contact for P review is: I Ms. Felicia Pinnock Bureau of Pre are ss — Domestic S cunt 555 Shumard Oak Boulevard Tallahassee Flora gg-� 1 0 Telephone: 850-81543 3 ellcia, lnnock em,m= fiorida.corn f. The SAA POC will forward S r Screening Forms to DHS/FEMA for review and approval. Ill. Sub -Recipient's must receive written approval from the xAA prior to the use of grant funds for project implementation, THE PROJECT MAY NOT BEGIN UNTIL FINAL FEMA APPROVALIS RECEIVED, Im ATTACHMENT L REIMBURSEMENT CHECKLIST 1. does the amount billed by consultant add up correctly Has all appropriate documentation to denote Fours worked been properly signed? S. Have copies of all planning materials and work product (e.g, meeting documents, copies of plans) been included? (Mete - If a meeting was held by Sub -Recipient or oontractrar/consultant of Sub. Recipient, an agenda and signup sheet with meeting data 0 4. Has the zero dollar invoice and signed from the consultandcontractcr been include? ED 5. Has proof of payment been Included? Canceled check, bank statement or transaction history (Showing the transaction we processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement 5. Has Attachment G (foundwithin Agreement with FDEM) been completed for this contractor/consultant and Included In the reimbursement package? Ej 7. Has proof of purchase methodology been included? Please see Foray 5 of Reporting Forms or Purchasing Basics Attachment If farther clarity is needed, Sole Source (approved by FDEM for purchases exceeding $ 5,000) _....State Contract (page showing contract , price list) Competitive bid results (!e g. I uotewire, bid tabulation page) n ita ontractor Note, this 1pplies ac nt actors.a cr i' aajer OrganIzationl TRALIVING 1. Is the course DH8 approved? g, Is there a course or catalog number? . If not, has FD M approved the non-DHS training? 4. Have Sign -In Sheets, Fosters and Agenda been provided? ED s, If billing for overtime and/or backftll, has documentation been provided that lists attendee names, department, # of hours spent at training, hourly rate and total amount paid to each attendee? Have documentations from entity's financial' system been provided as proof attendees were paid? For backfill, has a clear llneatfon/cross reference been provided showing who was backfilling who? . Have the names on the sign -in sheets been cross-referenced with the names of the Individuals for whom training reimbursement costs are being sought? 7. Have any expenditures occurred In support of the training such as printing costs, costs related to administering the training, planning, scheduling, facilities, materials and supplies, reproduction of materials, and equipment? If so, receipts and proof of payment must be subm tted< 75 Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit Gard company for that statement E0 8. Has proof of purchase methodology been included? Please see Form 6 of Reporting Forms or Purchasing Basics Attoohment if further olarlty Is needed. Sole Source (approved by FIR for purchases exceeding $26,000) State Contract (page showing contract #, price list) Competitive bid results (e.g. Quotewirs, bid tabulation page) M®R 1, Has documentation been provided on the purposefoljectives of the exercise? Situation Manual Exercise Plan Z if exercise has been conducted are the following Included: After -action report Sign -in sheets Agenda Rosters E] 1 If billing for overtime and beoldill, has a spreadsheet been provided that lists attendee names, department, #of hours spent at exercise, hourly rate and M.al paid to each attendee? Have documentation from entity's financial system been provided to prove attendees were paid? For backfill, has a clear delineation/Ooss reference been provided showing who was backfilling who? El 4, Have lie names on the, sign -In shoots been cross4eforenced with the names of the Individuals for whom exercise reimbursement costs are being sought? 6. Have any expenditures occurred on supplies (e.g., copying paper, gloves, tape, etc) In support of the exercise? If so, receipts and proof of payment must be Included, Canceled check, bank statement or transaction hlatM (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confinnatlon Credit Card Statement & payment to credit card company for that statement 6. Have any expenditures occurred an rental of spaoe/iocations for exercises planning and conduct, exercise signs, badges, etc.`? If so, receipts and proof of payment must be included. Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Card Statement &payrrent to credit card company for That statement 7, Has proof of purchase methodology been included? Please see Fbrm 5 of Reporting Forms or Purchasing Basics Attachment if further clarity is needed Sole Source (approved by FDEM for purchases exceeding $25,000) State Contract (page showing contract price list) Competitive bid results (e.g. Quotewire, bid tabulation page) EQUIPIWENT [:] 1. Has the zero dollar invoice and signed from the consultant/contractor been include? El 2, Has an AFL # been Identified for each purchase? 76 E] 3, tf service}warranty expenses are listed, are they only for the performance period of the grant? E] 4. Has proof of payment been included? Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EIZT) Confirmation Credit Card Statement & payment to credit card company for that statement: D 5, if EHP farm needed, has a copy of the approval CH a been included? 5, Has proof of purchase methodology been included? Please see Enron 5 of Repotting ,Forms or Purchasing Basics Attachment if further clarity Is needed. Sole Source (approved by FDEM for purchases exceeding $ 5,000) State Contract (page showing contract#t, price list) Competitive bid gestalts (e.g. Quotewire, bid tabulation page) E] 1. Have all receipts been turned in, Itemized and clothe dates on the receipts match travel dates? Airplane receipts Proof of mileage (Googie or Yahoo map printout or mileage log) 'Coll andlor Parking receipts Hotel receipts (is there a zero balance?) Car rental receipts Registration fee receipts Moto,, Make sure that, meals paid for by conference are not Included in per diem amount El . If travel is a conference has the conference agenda been Included? 3, Has proof of payment to traveler been included? Canceled checks bank .statement or transaction history (Showing the transaction was processed by the bank Electronic Funds Transfer ( FT) Confirmation Credit Card Statement & payment to credit card company for that statement Copy of paycheck if reimbursed through payroll 1. Has a jWDed, timeseet by employee and supervisor been included? Tirnesheet must certify the hours and Information presented as true and correct. Has proof for time worked by the employee been Included? Is time period summary included? Statement of Earnings Copy of Payroll Check Payroll Register For fusion center analysts, have the certification documents been provided to the SAA to demonstrate compliance with training and experience standards? 1. If billing for overtime and backfill, has a spreadsheet been provided that lists attendee names, department, # of hours spent at exercise, hourly rate and total paid to each attendee? Have documentation from entity's financial system been providedto prove attendees were paid? For backfill, has a clear delineation/arross reference been provided showing who was backlilling who? 77 FOR ALL REIMSURSgAJEALS.- THE MA-1-- . . 1, Have all relevant forms been completed and included with each request for reimbursement (Including Daily Activity Reports for OP$G)? 2. Have the costs Incurred been charged to the appropriate PC ETE category? 3. Does the total on all Forms submitted match? ED 4. Do all quotas and invoices from the selected vendor provide a legible signature from vendor? 0 5, Do all paid Invoices show a $0.00 balance? E] 6, Has Reimbursement Form been signed by the Grant Manager and Financial Officer? 7. Has the reimbursement package been entered Into Sub-Reciplents records/spreadsheet? 8. Have the quantity and unit cost been notated on Reimbursement Budget Breakdown? E] 9. If this purchase was made Ala Sole Source, have you included the approved Sole Source documentation and justification? 10, Do all of your vendors have a current W-9 (Taxpayer Identification) on file? 11. Has the Attachment G (found within Agreement with:FDEM) or proof of SAM.gov registration been provided for the contractors/consultants with the reimbursement package, Ploaso noW FOEW reserves the right to update this checklist throughout the life of the grant to ensure complianoo with applicable federal are state rules and regulations. W FY 2022 Budget -Miami -Ft. Lauderdale UA51 Emergency Emergency Management Planner BEMA Planning 2022-06A and Logistics Capability No 1 $164,325.00 $164,325.00 Management Assessment Tool Cybersecurity Assessment of BEMA Planning All Disciplines 2022-05A Y Public Safety Infrastructure to No 1 $200,000.00 $200,000.00 include 911 system and radios BSO PTE - CEMPJCOOPICOG - BSO Training Emergency n.---F,m--. 2022-06B National Homeland Security No 1 $50,325.00 $50,325,00 BSO 047Ii7=01-INHW 21GR'1-00-OCEQ 04AP-05-CDSS 13IT--00 ALRT 04AP-01-CADS 04 1D-02-PROJ 06CC-01-CELL 21GN-00-CNST EOCSustainmentand 21GN-00-MAIN Yes 1 $60,000.00 $60,000.00 ments 06CC-03-SATB 21G.i=00-SHIP 21 GN-00-LUST 041VD-03-DISP 06CP-05-VCON 14SW 01-PACS 14CI--00-COOP 07SE-03-E.'VVS 06CC-02-DSAD B50 Planning Emergency 2022-07B Emergency Management No 1 $100,000.00 $100,000.00 Management Technical Support Specialist Cybersecurity Awareness Training B50 Training All Disciplines 2022-05B Y No 1 $60,000.00 $6$000.00 for BSO Personnel BSO Equipment Law 2022-03A BSOSWATSUAS 030E-07-SUAS No 4 $15,000.00 $60,000.00 Enforcement BSO Equipment Law 2022-03B Y EOD 2nd Line Tool Kit (Hand Tools) 02EX-00-TLRO No 1 $9,000.00 $9,000.00 En orcement BSO Equipment Law 2022-03C Y EOD Fiber Scope Kit 02EX-00-KTFO No 1 $25,000.00 $25 000.00 Enforcement Coral Planning Emergency 2022-06C EM Planner Position No 1 $100,000.00 $100,000.00 Gables Management 1 9t1 tYYv .N"✓ 1 i k 1 �i �� � ��i�11 tieSCilption 'ZY IMF 9 Y f +�^ I ...k. ..., rr^. ry^r••" i%d✓ `,nrr .`..•.... - �' W '" .7^4im�,E A •k -s' Coral Maintenance/Sustainment/ Gables Equipment Fire Rescue 2022-08A Repair/Replacement for HSGP 21GN-00-MAIN 1 $48,755.00 $48,755.00 Purchosed E uipment. Coral Gables Training Fire Rescue 2021-06D 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 Low Enforcement 2022-02A Y Real Time Crime Center - Edge Recorders with Licenses 04SN-01-XM1T No 4 $7,500.00 $30 000.00 Coral Equipment All Disciplines 2022-12A Multi Discipline Training Prop 21GN-00-CNST No 1 $120,000.00 $120,000.00 Springs (Technical Rescue Teams) Coral Law Springs Equipment Enforcement 2022-03D Y Fixed Wing Drone 030E-07-SUAS No 1 $100,000.00 $100,000.00 21GN-00-OCEO, 06CP-05-VCON, Fort Equipment Emergency 1022 07C Ft. Lauderdale EOC-Sustainment 21GN-00-INST, No 1 $67,881.00 $67,881.00 Lauderdale Management and Resiliency 04HW-01-INHW, 04AP-05-COSS, 21GN-00-MAIN Fort Law Lauderdale Equipment Enforcement 2022-03E Y Fixed License Plate Readers 030E-01 ALPR No 5 $20,000.00 $100,000.00 Fort 07CS-01-KAVC, Lauderdale Equipment Fire Rescue 2022-03F Y Hazmat monitors 07CD-01-DPMG, No 1 $71,650.00 $71,650.00 21GN-00-MAIN Fort TRT Structural, Vehicle and Trench 03SR-02-TRIG, 03SR- Lauderdale Equipment Fire Rescue 2022-128 Equipment 01-SHOR, 03SR-02- No 1 $69,985.00 $ 69,98S.00 TPHY Fort Emergency EOC Facility Security 14SW-01-VIDA, Lauderdale Equipment Management 2022-01A Y Enhancements (CCTV) 21GN-00-1NSTand Yes 1 $45,000.00 $45,000,00 21GN-00-CNST Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Hialeah 14SW-01-VIDA Law Police Department the 04HW-01-INHW Hialeah Equipment Enforcement 2022-018 Y opportunity to install CCTV 04MD-03-DISP Yes 21 $19,000.00 $399,000.00 equipment in the area of soft 21GN-00-MAIN, targets and enhance our ability to 21GN-00-INST deter and investigate terrorist activit . 4)frn goo Hialeah Training All Disciplines 2022-06E PT&E. HazMat courses, NO 1 $41,000.00 $41,000.00 Homeland Security Conference Hialeah Planning Law 2022-03G Y LPR Analyst Sustainment No 1 $62,000.00 $62,000.00 Enforcement Hialeah Planning Emergency 2022-06F Emergency Management Planner No 1 $110,000.00 $110,000.00 Management Low License Plate Reader System (LPR) 030E-01-ALPR, Hialeah Equipment Enforcement 2022-03H y Fixed on poles 21GN-DO-INST, Yes is $23,035.00 $414,630.00 21GN-00-CNST EOC Enhancements to include 21GN-00-OCEO, Emergency monitor, software, servers, smart 21GN-00-INST, Hialeah Equipment 2022-07D N 04HW-01-INHW, No 1 $191,000.00 $191,000.00 Management boards and installation of equipment. 04MD-03-DISP, 21GN-00-MAIN Hollywood Equipment Al! Disciplines 2022-OSC y Cybersecurity Equipment 05NP-OS-STEM No 1 $243,497.00 $243,497.00 Hardware/Softwore Hollywood Equipment Law 2022-031 y Portable License Plate Reader 030E-01-ALPR, No 2 $45,000.00 $90000.00 Enforcement System (LPR) 21GN-00-INST , Key Equipment Emergency 2022-10A Emergency Management Vehicle - 12VE-00-SPEC 1 $44,840.00 $44,840.00 Biscayne Management Sprinter Management M&A and All Disciplines 2022-17 M&A M&A No 1 $560,500.00 $560,500.00 Administration Main tenancelSustainmentl Repair/Replacement for HSGP Miami Equipment All Disciplines 2022-OSB 21GN-00-MAIN No 1 $ 129,734.00 $129,734.00 Purchased Equipment. EM $138,000 21GN-00-OCEQ 14CI-00-COOP 07SE-03-ENVS Emergency EOC Enhancements/Maintenance/ 06CC-05-PRTY Miami Equipment 2022-07E Yes 1 $195,000.00 $195,000.00 Management Sustainment 06CC-02-DSAD 21GN-00-INST 04MD-03-DISP, 04HW-01-INHW This project will continue services for a Metro -Ethernet line that Miami Equipment All Disciplines 2022- provides fast network connectivity 14CI-01-COOP No 1 $25,000.00 $25,000.00 between the City's network and the E9.11 backup center. 4 FE / ' / /pexcrlpkion g * EHP .t phi { DSC c Satellite Phone Sustainment Citywide (12 months). This project will sustain the satellite phones that are installed throughout City Miami Equipment Ali Disciplines 2021-15A Departments including police and 06CC-03-SATE No 1 $30,000.00 $30,000.00 fire stations which allow all first responders to communicate when primary communication services are down. Includes Key Biscayne P,T & E. This project will support mufti -disciplinary projects for the City of Miami under the leadership of M£M. Project scope will involve a full scale exercise, revision of planning documents Miami Planning All Disciplines 2022 06G such as the CEMP/COOP/COG and No 1 $191,151.00 $191,152.00 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 Miami Planning Emergency 2022-04A CERT/Miami - Training and No 1 $145,000,00 $145,000.00 Management equipment Miami Organization Fire Rescue 2022-OIC Y Operational OT for Special Events No 1 $5,000.00 $5,000.00 approved by F£MA; Fire $5,000 Law Installation of Real Time Crime 21GN-00-INST, Miami Equipment Enforcement 2022-02B Y Center Dashboard with a 5 year 21GN-00-MAIN and Yes 1 $500,000.00 $500,000.00 maintenance plan 131T-00-INTL Miami Equipment Law 2022-03J Y License Plate Reader System (LPR) 030E-01 ALPR, 26 $15,O00.00 $390,000.00 Enforcement Fixed on poles 21GN-00-INST Emergency Management Coordinator (12 months). This Miami Planning Emergency 2022-06H position will assist with the No 1 $130,000.00 $130,000.00 Management development/revision of citywide emergency management plans such as the CEMP, COG and COOP. u tlicCilap" ' gory Aline1 Wzze, A eta3letl item Gies Fi tlZ,w, , etAliooetiorl i .., r. ,•way � Emergency Management Planner 112 months). This position will Emergency assist with general planning Miami Planning 2022 06t No 1 $95,OOO.00 $95,DDD.00 Management responsibilities related to the implementation of the UASI grant program. Equipment Inventory Planner (12 months). This position will be Miami Planning Emergency 2022-06J responsible for resource No 1 $70,0O0.00 $70,000.00 Management management tracking and planning portion of the EHP process. Miami Equipment Fire Rescue 2022-14A MCI Bus U pgrades from BLS to ALS 09ME-03-DEMP No 1 $426,000.00 $426,000.00 09ME-01-BAGM 03SR-01 ABAG, 03SR-02-TPEL,IOGE 00-GENR, O8D2-01- LITE, 19SS-00-SHEN, Low 03SR-03-SCAM, Equipment 2022-12C Y TRT Search and Rescue Buildout 03SR-03-TPHY, Yes 1 $265,000.00 $265,000,00 Beach Enforcement 03SR-03-KMON, 030E-07-SUAS, 030E-07-UPGD, 12TR-00-MOVR, 12VE-00-MISS Miami Equipment Law 2022-IOB N Mobile Command Vehicle 12VE-00-CMDV No 1 $327,884.00 $327,884.00 Gardens Enforcement Miami- Equipment Fire 2022-10C Mobile Command Vehicle 12VE-00-CMDV No 1 $1,603,030.00 $1,603,030.00 Dade Rescue/EM Miami- Equipment Law 2022-03K Y Marine Patrol NVG 030E-02-TILA Yes 4 $16,750.00 $67,000.00 Dade Enforcement Equipment Law 2022-03L Y Containment Vessel 02EX-00-TCVV Yes 1 $85,575.00 $85,575.00 Dade' En orcement Surveillance Platform and 030E-07-SUAD, Miami- Equipment Law 2022-02C Y Intelligence Gathering System for 04MD-03-DISP, 1 $110,000.00 $110,000.00 Dade Enforcement SUAS 030E-07-ROVL Planning, Training and Exercises: Miami- Planning Law 2022-06K UASI Homeland Security N/A No 4 $3,000.00 $12,000.00 Dade Enforcement Con erence Miami -Training 2022-06L Y Total Containment Training 1 $7,150.00 $7,150.00 Dade EnforcementLow Miami- Exercise Law 2022-06M Y Priority Response Team Counter 1 $260,OOO.00 $260,000.00 Dade Enforcement terrorism Exercise �' 1 e a Y..N i� Miamr Dade Equipment Law 2022-IOD SRTSurface Boat - inflatable with 17WC-00 BOAT 2 $40,001.00 $80,002.00 Enforcement trailer Miami- Low Dade Exercise Enforcement 2022-06N Y SRT Counter -Terrorism Exercise 1 $177,788.00 $177,788.00 Prime Mover and FORTE Shelter Miramar Equipment Fire Rescue 2022-IOE for Mobile Command Center 12TR-00-MOVR, No 1 $299,000.00 $299,000.00 Opera ons 19SS-00-SHEL Miramar Equipment Fire Rescue 2022-07F WebEOC Fleet Eyes Software 04AP-05-CDSS, No 1 $30,000,00 $30,000.00 04AP-02 AVLS Monroe Equipment AN Disciplines 2022-IIA 2 Forklifts for Monroe Airport 19MH-00-BULK 2 $45,000.00 $90,000.00 Monroe Planning All Disciplines 2022-OSD y Cybersecurity Assessment and No 1 $30,000.00 $30,000.00 Training Monroe Training Emergency 2022-060 Position Specific ICS Training 1 $12,418.00 $12,418.00 Management Monroe Equipment Law 2022 15B Monroe County APX6000 7001800 06CP-01-PORT 16 $5,093.O0 $132,418.00 Enforcement Model 2.5 Portable Planning, Training and Exercises: to include training and exercise of Palm the Post Disaster Redevelopment Beach Exercise Emergency 2022 06P Plan and a COOP TTX and various No 1 $171,726A0 $171,726.00 County Management ICS trainings (Ops Chief, Mass Fatalities, EOC/iCS Interface, Intermediate EOC, Multi Hazards for Schools) Logistics/Deployable equipment: Palm Portable ID System (30k), Box 14SW-01-SIDP Beach Equipment Emergency 2022-IIB Truck (70k), Dual Axle 12VE-00-SPEC No 1 $194,000.00 $194,000.00 County Management Trailer(2/36k) and Trailer 12TR-00-TEQP Mounted Message Board (2140k) 030E-03-SIGN PBSO Equipment Law 2022-03M Chemical/Explosive Gemini 07ED-01-LASR, No 1 $36,000.00 $36,000.00 Enforcement Analyzer with Warranty 21GN-00-MAIN PBSO Equipment Low Enforcement 2022-13B N Explosive Magazine Project 02EX-00-EXMP No 1 $34,726.00 $34,726.00 1ur#s dal P y a «tl OrenT''tY Cade o. 8 pisd a � i;atrr „ � tata31a lkEL � 1�na Budd a a $132,000.00 PB5O Equipment Law Enforcement 2022-02D Y RTCC Portable Surveillance Trailers 030E-07-ROVE No 6 $38,500.00 PBSO Equipment Low Enforcement 2022-15C N SWAT Communication Headsets 06CP-03-PRAC No 64 $1,000.00 $64,000.00 Pembroke Low Pines Equipment Enforcement 2022-14B N Automated External Defibrillators 09ME-03-DEAE No 18 $2,000.00 $36,000.00 Pembroke Law Pines Equipment Enforcement 2022-IOF 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 2022-09A Laser Based Remote Methane 07ED-01-LASR, 2 $15,000.00 $3Q000.00 Enforcement Detector 21GN-00-MAIN Sunrise Equipment Law 2022-10G Emergency ServicesjQufck 12VE-00-MISS No 1 $200,030.00 $200,030.00 En orcement Response Vehicle Sunrise Equipment Low Enforcement 2022-15E Portable Radios APX 8000 06CP-01-PORT 19 $6,849.00 $130,131.00 Regional Program Manager. This position assists the Miami and Ft. Emergency Lauderdale with regional planning Regional Miami Planning Management 2022-06Q needs e. drafting o investment � g' f g f Planning g No 1 $120,000.00 $120,000.00 justifications, coordination of UAWG meetings, development of annual budgets, etc.). Regional Planning, Training and Exercises Coordinator- this Emergency position includes the Regional Miami Planning Management 2022-06R responsibilities of ensuring Planning Na 1 $100,000.00 $100,000.00 compliance with training courses as well as the coordination of necessary regional exercises. Regional PBSO Fusion Organization Low Enforcement 2022-02E Y Fusion Center Analysts Organization No 5 $54,000.00 $270,000.00 Emergency Regional Planning, Training & Regional Miami Planning Management 2022-065 Exercise to include attendance at 21GN-00-TRNG No 1 $100,000.00 $100,000,00 rant related meetings Regional PBSO Organization Low 2022-OSE Y Regional Cybersecurity Analysts No 2 $150,000.00 $300,000.00 Enforcement project Regional PB5O Fusion Planning Law Enforcement 2022-02F Y I Metadata Planner No 1 $43,000.00 $43,000.00 ri�icriiwn ✓` H bwy yNot fe Jed rtem oes i' fi eNt fir. tj�Al u 3� rn �tirrn Fusion Center Operations to include computer hardware and Law peripherals, software 04HW-01-INHW Regional PBSO Fusion Equipment Enforcement 2021-02G Y maintenance, DHS sponsored 131T-00-INTL No 1 $240,000.00 $240,000.00 Training, alert system and TLO 131T-00-ALRT program support and office supplies equipment Incident command software system needed for regional info sharing during emergency Regional Miami Equipment Emergency 2022-07G operations as well as non - 04AP-05-tD55 04AP-03-GISS No 1 $150,000.00 $150,000.00 Management emergency situations to provide a platform for day-to-day regional 04SW-04-NETW info sharing and updates. WebEOC gional Citizen Corps/CERT 19GN-00-BGPK Regional Ft. Lauderdale Training Ali Disciplines 2022-04B anning, Training Exercise and Euipment 06CP-01-PORT No 3 $100,000.00 $300,000.00 21GN-00-CCEQ AHIMIT Project to include 26ft Box Regional PBC/AHIMT Equipment All Disciplines 2022-IOH Truck and a 15 Person Passenger 12TR-00-SPEC,-00-MOVR 1 $145,000.00 $145,000.00 Van for deployments 12 Regional PBSO Training Law 2022-05F Y Cyber Response Training 75 $4,000.00 $300,000.00 Enforcement 10PE-00-UPS, Bal Harbour EOC Enhancement 06CP-01-MOBL, project to include displays, video 06CP-03-PRAC, Regional MDEM/Ba1 Equipment Emergency2022-07H conferencing, mobile radio and 04HW-01-INHW 1 $100,000.00 $100,000.00 Harbour Management accessories, laptops, server and 21GN-00-OCEQ rack, backup power and 21GN-00-INST installation 04MD-03-DISP 06CP-05-VCON HazTox Project to include: 09ME-03-DEMP, defibrilllators, medical kits, haztox 09ME-01-BAGM, Regional gPPE Miami Equipment Fire Rescue 2022-03N specialty transport vehicle, class 2 12VE-00-MISS, 1 $300,000.00 $300,000.00 Ensemble, CBRN PAPR, Decon 01CB-02-ENSM, System and HazTox Medic OIAR-03-PAPA, Training for 50 members 08D2-03-TDEW Operation Heat Shield 5 to include 1 Region -wide Full Scale Exercise Regions! Miami Exercise Emergency zozz-obi and 4 TTXs with WMD scenario in 1 $467,570.00 $467,670.00 Management coordination with the STC Program. Will be funded by both sources Total $14,012,500.00 $14,012,500.00 SO.00 Additional Projects Sm �MO $0.00 URBAN AREA SECURITY INITIATIVE FY 2022 Agreement Number: R0588 FAIN Number: EMW-2022-SS-00029-S01 CFDA #: 97.067 This Agreement is entered into this day of , 2023, by and between the City of Miami, a municipal corporation of the State of Florida, (the "Sponsoring Agency") and , (the "Participating Agency"). RECITALS WHEREAS, the U.S. Department of Homeland Security (USDHS) is providing financial assistance to the Miami urban area in the amount $14,012,500 dollars through the Urban Area Security Initiative (UASI) Grant Program 2022; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2022; and WHEREAS, as the USDHS requires that the urban areas selected for funding take a regional metropolitan area approach to the development and implementation of the UASI Grant Program 2022 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2022 Urban Area has been defined Miami and Ft. Lauderdale collectively and anticipates sub -granting a portion of the UASI funds in accordance with the grant requirements; and WHEREAS, the City Commission, by Resolution No. , adopted on 2021 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: 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. 11. 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. 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 PJ 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. A. Providing an administrative department, which shall be the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with the FDEM and USDHS. C. Conducting a comprehensive Urban Area Assessment, which will in turn guide the development of an Urban Area Stakeholder Preparedness Review. D. Ensuring the participation of the following critical players in the assessment and strategy development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. E. Developing a comprehensive Urban Area Stakeholder Preparedness Review and submit to the SAA POC. F. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". G. Ensuring satisfactory progress toward the goals or objectives stipulated in "Exhibit #1 ". H. Following grant agreement requirements and/or special conditions as stipulated in "Exhibit #1". 3 I. Submitting required reports. V. THE PARTICIPATING AGENCIES SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the main liaison and partner with the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Participating Agencies and any sub -grantees must abide by the grant requirements including budget authorizations, required accounting and reporting expenditures, proper use of funds, and tracking of assets as stipulated in "Exhibit #1". C. Submitting quarterly reports to the City of Miami detailing the progress of projects to include direct purchases of equipment or services as stipulated in "Exhibit #1". D. Complying with all UASI Grant Program 2022 requirements as stipulated in "Exhibit 41". 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 #V. J. Submitting required reports as prescribed by the Sponsoring Agency as stipulated in "Exhibit #1". K. Maintaining an equipment inventory of UASI purchased items. L. Ensure that equipment obtained from the UASI Grant Program 2022, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies, special 4 events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by DHS, FDEM, and the Sponsoring Agency. If the Participating Agency is incapable of staffing the equipment, such equipment shall be made available to another Participating Agency for use during any actual emergencies, special events or exercises. Failure to ensure equipment availability may result in loss of funding and/or equipment to the Participating Agency. M. All equipment obtained from the UASI Grant Program 2022, as identified in "Exhibit 2", is the sole responsibility of the receiving agency. This includes, where applicable, maintenance, replacement, training on equipment, and insuring of equipment and personnel, and compliance with intra-agency auditing requirements. VI. THE SPONSORING AGENCY AND THE PARTICIPATING AGENCY AGREE: A. That funding acquired and identified for the Urban Area Security Initiative will be administered solely by the Sponsoring Agency. B. The Participating Agencies will provide financial and performance reports to the sponsoring agency in a timely fashion. The Sponsoring Agency will prepare consolidated reports for submission to the State of Florida as stipulated in "Exhibit 1 ". C. The Sponsoring Agency is not responsible for personnel salaries, benefits, workers compensation or time related issues of the Participating Agency personnel. D. The Sponsoring Agency and Participating Agency are subdivisions as defined in Section 768,28, Florida Statutes, and each party agrees to be fully responsible for the respective acts and omissions of its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a municipality, state agency or subdivision of the State of Florida to be sued by third parties in any manner arising out of this Agreement or any other contract. E. This is a reimbursement grant that requires the Participating Agencies to purchase, receive, and pay invoices in full for equipment, services, and allowable personnel costs PRIOR to submitting the same for reimbursement to the Sponsoring Agency. ►TI'IA;IIi<T_1i!MFit'W_[elc7N T,I Y `7 A. Financial and Compliance Audit Report: Recipients that expend $750,000 or more of Federal funds during their fiscal year are required to submit an organization -wide financial and compliance audit report. The audit must be performed in accordance with the U.S. General Accounting Office Government Auditing Standards and 2 CFR 200. 5 B. The Secretary of Homeland Security and the Comptroller General of the United States shall have access to any books, documents, and records of recipients of UASI Grant Program 2022 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these documents are related to the receipt or use of such assistance. The grantee will also give the sponsoring agency or the Comptroller General, through any authorized representative, access to and the right to examine all records, books, papers or documents related to the grant. C. Financial Status Reports are due within 14 days after the end of each calendar quarter. A report must be submitted for every quarter that the award is active, including partial calendar quarters, as well as for periods where no grant activity occurs as stipulated in "Exhibit 1". D. Submit progress reports to describe progress to date in implementing the grant and its impact on homeland security in the state. E. All financial commitments herein are made subject to the availability of funds and the continued mutual agreements of the parties as identified in "Exhibit 2". VIII. CONDITIONS, AMENDMENTS, AND TERMINATION A. The Participating Agency will not illegally discriminate against any employee or applicant for employment on the grounds of race, color, religion, sex, age, or national origin in fulfilling any and all obligations under this Agreement. B. Any provision of this Agreement later found to be in conflict with Federal law or regulation, or invalidated by a court of competent jurisdiction, shall be considered inoperable and/or superseded by that law or regulation. Any provision found inoperable is severable from this Agreement, and the remainder of the Agreement shall remain in full force and effect. C. This Agreement may be terminated by either party on thirty (30) days written notice to the other party at the address furnished by the parties to one another to receive notices under this agreement or if no address is specified, to the address of the parties' signatory executing this contract. D. This Agreement shall be considered the full and complete agreement between the undersigned parties and shall supersede any prior Memorandum of Agreement among the parties, written or oral, except for any executory obligations that have not been fulfilled. 6 E. This Agreement will end on June 30, 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: Todd B. Hannon City Clerk APPROVED AS TO FORM AND CORRECTNESS: BY: Victoria Mendez City Attorney SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida BY: Arthur Noriega City Manager APPROVED AS TO INSURANCE REQUIREMENTS: BY: 7 Ann -Marie Sharpe, Director Department of Risk Management ATTEST: Name: PARTICIPATING AGENCY " BY: NAME: TITLE: F|O#: DUNS: APPROVED ASTOFORM AND Participating Agency Attorney Olivera, Rosemary From: Martinez, Maria Sent: Tuesday, August 1, 2023 9:21 AM To: Olivera, Rosemary; Hannon, Todd; Lee, Denise Cc: McGann, Tyrone; Guerra, Jose Subject: Matter Id. - 23 - 1849 - UASI FY 2022 - MOA - City of Miami Gardens Attachments: Matter Id - 23-1849 - UASI FY 2022 - MOA - City of Miami Gardens.pdf Good morning Rosemary, Please find attached a fully executed agreement that is to be retained as an original for the City. Regards, 911aria T W artinez Administrative Assistant I (Department of Fire -fescue TechnicafServices (Division 305.416.1672 (Office) 305.400.5316 (Fa.) mmartinez @miamigoy. com 1