Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
24558
AGREEMENT INFORMATION AGREEMENT NUMBER 24558 NAME/TYPE OF AGREEMENT STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT DESCRIPTION GRANT AGREEMENT/MODIFICATION #3 EXTENDING UASI GRANT AGREEMENT FY2020 UNTIL DECEMBER 31, 2023/FILE ID: 8649/R-21-0142/MATTER ID: 23-1618 EFFECTIVE DATE ATTESTED BY NICOLE EWAN ATTESTED DATE 8/2/2023 DATE RECEIVED FROM ISSUING DEPT. 8/11/2023 NOTE DOCUSIGN AGREEMENT BY EMAIL CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Fire -Rescue DEPT. CONTACT PERSON: Maria T. Martinez EXT. 1672 NAME OF OTHER CONTRACTUAL PARTYIENTITY: "State of Florida Division of Emergency Mananement" IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES � NO TOTAL CONTRACT AMOUNT: S FUNDING INVOLVED? ❑ YES NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ePROFESSIONAL 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): Modification #3 extending UASI Grant Agreement FY 2020 until December 315` , 2023. C:OiINIMISSION APPROVAL DATE: 4f812021 FILE ID: 8649 ENACTMENT NO.: R-21-0142 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR July 18, 2023 PRRINT• T o 6��d by: yo0 2:y1� �GSI §M M SIGNATURE: D PRINT: ANN - ,IsIW.nST4ARPE SUBMITTED TO RISK MANAGEMENT July 18, 2023 10: 58: 58 DT SIGNATURE: FI^� �6muV 172 5663182g4-E 1. PRINT: VICT RAAS'19Ab OE DS SUBMITTED TO CITY ATTORNEY July 28, 2023 21: 59: 53 SIGNATURE: PRINT:EF�erFEo-a APPROVAL BY ASSISTANT CITY MANAGER SIGNATURE: PRINT: ART NORIEGA RECEIVED BY CITY MANAGER DocuSigned by: .July 31, 2023 1 14:02:02 DT..__''II .- 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 MODIFICATION #3 TO SUBGRANT AGREEMENT BETWEEN THE DIVISION OF EMERGENCY MANAGEMENT AND THE CITY OF MIAMI This Modification is made and entered into by and between the State of Florida, Division of Emergency Management ("the Division"), and the City of Miami ("Recipient"), to modify Contract Number R0232, which began on May 17, 2021 ("the Agreement")_ WHEREAS, the Division and the Recipient have entered into the Agreement, pursuant to which the Division has provided a subgrant to Recipient under the Urban Area Security Initiative Grant program in the amount of $14,012,500.00. WHEREAS, the Agreement expires on September 30 2023; and, WHEREAS, the Division and the Recipient desire to reinstate and extend the terms of the Agreement; and, WHEREAS, the Division and the Recipient desire to modify the Agreement; and, WHEREFORE, in consideration of the mutual promises of the parties contained herein, the parties agree as follows: 1. The Agreement is hereby extended as though it had never expired. 2. Paragraph 8 of the Agreement is hereby amended to read as follows: This Agreement shall begin upon execution by both parties and shall end on December 31 2023, unless terminated earlier in accordance with the provisions of Paragraph (17) of this Agreement. Consistent with the definition of "period of performance" contained in 2 C.F.R. §200.77, the term "period of agreement" refers to the time during which the Sub --Recipient "may incur new obligations to carry out the wort{ authorized under" this Agreement. In accordance with 2 C.F.R. §200,309, the Sub -Recipient may receive reimbursement under this Agreement only for "allowable costs incurred during the period of performance." In accordance with section 215,971(1)(d), Florida Statutes, the Sub -Recipient may expend funds authorized by this Agreement "only for allowable casts resulting from obligations incurred during" the period of agreement. 3. All provisions of the Agreement being modified and any attachments thereto in conflict with this Modification shall be and are hereby changed to conform with this Modification, effective as of the date of the last execution of this Modification by both parties. 4. All provisions not in conflict with this Modification remain in full force and effect and are to be performed at the level specified in the Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Modification as of the dates set out below. RECIPIENT: THE CITY OF MIAMI L��F-@Q3-72[) Signed by: ��w By Name and Title: Arthur Noriega, city Manager .July 31, 2023 1 14:02:02 EDT Date: DIVISION OF EMERGENCY MANAGEMENT A Digitally signed by Linda McWhorter Linda McWhorter DN doLd. dch.1 r,, ou-0EM_Use , ou=Preparedness, n=Linda McWhorter, mail=Linda.MCW honer@em.myfloridacom Date: 2023.08.10131911-04'00' for: Name and Title: Kevin Guthrie, Director See e-signature above Date: ATTEST: DocuSigned by: cTY oFM DocuSigned by: I � By: Todd B. Hannon City Clerk APPROVED AS TO FORM AND CORRECTNESS DocuSigned by: DS By E]EF_g0AE.BE_E12__ Victoria Mendez City Attorney THE CITY OF MIAMI, a municipal Corporation of the State of Florida DocuSigned by: QI Nairi�a. By: so�Fss37a�un��. Arthur Noriega City Manager APPROVED AS TO INSURANCE REQUIREMENTS LDocuSigned by: F=W24r6mucBy a"... Ann -Marie Sharpe, Director Department of Risk Management Counterparts and Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same Agreement, The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding 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. DocuSign Envelope ID: 6CB4DFA6-A4AC-4FE2-AF9C-8FSCD47EOE31 CITY OF MIAMI DOCUMENT ROUTING FORM �� T li[MI Iill!i ■ �'� It' 11 t r� ORIGINATING DEPARTMENT: _ Fire -Rescue DEPT. CONTACT PERSON: Maria T. Martinez EXT. 1672 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: "State of Florida Division of Emergency Management" IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES ZO O TOTAL CONTRACT AMOUNT: S FUNDING INVOLVED? ❑ YES 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): Modification 92 extending UASI Grant Agreement FY 2020 until September 30", 2023. COMMISSION APPROVAL DATE: 41$12021 FILE ID: 8649 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ENACTMENT NO.: R-21-0I42 ROUTING INFORMATION Date PLEASE PRINT AND SIGN PRINT: Tyrone LIi5i9Tred by: APPROVAL. BY DEPARTMENTAL DIRECTOR May 10, 2023 14:42 : 32 E T � "'°"`�' �`° "�' SIGNATURE: PRINT: ANN 4 RPE SUBMITTED TO RISK MANAGEMENT May 10, 2023 14:48:14 E� v) r SIGNATURE: PRINT: VICT041,A M NDE DS SUBMITTED TO CITY ATTORNEY May 10, 2023 acd ipna y. 23: 53.00 , SIGNATURE PRINT: APPROVAL BY ASSISTANT CITY MANAGER SIGNATURE.: PRINT: ART NORIEGA RECEIVED BY CITY MANAGER May 15, 2023 DecuSlgnedby 17:32:10 E r §AAW Wup, SIGNATURE: PRIM 1-: 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 DocuSign Envelope ID: 6CB4DFA6-A4AC4FE2-AE9C-8F5CD47EOE31 MODIFICATION #2 TO SUBGRANT AGREEMENT BETWEEN THE DIVISION OF EMERGENCY MANAGEMENT AND THE CITY OF MIAMI This Modification is made and entered into by and between the State of Florida, Division of Emergency Management ("the Division"), and the City of Miami ("Recipient"), to modify Contract Number R0232, which began on May 17, 2021 ("the Agreement"). WHEREAS, the Division and the Recipient have entered into the Agreement, pursuant to which the Division has provided a subgrant to Recipient under the State Homeland Security Grant program of 14012 500.00. WHEREAS, the Agreement expires on June 30 2023; and, WHEREAS, the Division and the Recipient desire to reinstate and extend the terms of the Agreement; and, WHEREAS, the Division and the Recipient desire to modify the Agreement; and, WHEREFORE, in consideration of the mutual promises of the parties contained herein, the parties agree as follows: 1. The Agreement is hereby extended as though it had never expired. 2. Paragraph 8 of the Agreement is hereby amended to read as follows: This Agreement shall begin upon execution by both parties and shall end on September 30 20 , unless terminated earlier in accordance with the provisions of Paragraph (17) of this Agreement. Consistent with the definition of "period of performance" contained in 2 C.F.R. §200.77, the terra "period of agreement" refers to the time during which the Sub -Recipient "may incur new obligations to carry out the work authorized under" this Agreement. In accordance with 2 C.F.R. §200.309, the Sub -Recipient may receive reimbursement under this Agreement only for "allowable costs incurred during the period of performance." In accordance with section 215.971(1)(d), Florida Statutes, the Sub -Recipient may expend funds authorized by this Agreement "only for allowable costs resulting from obligations incurred during" the period of agreement. 3. All provisions of the Agreement being modified and any attachments thereto in conflict with this Modification shall be and are hereby changed to conform with this Modification, effective as of the date of the last execution of this Modification by both parties. 4. All provisions not in conflict with this Modification remain in full force and effect and are to be performed at the level specified in the Agreement, DocuSign Envelope IC: 6CB4DFA6-A4AC-4FE2-AE9C-BF5CC]47EOE31 IN WITNESS WHEREOF, the parties hereto have executed this Modification as of the dates set out below. RECIPIENT: THE CITY OF MIAMI 4mcu5igned by: ByQ� a7V1ta . Name and Title: Arthur Noriega, City Manager Date: may 15, 2023 1 17:32:10 EDT _ DIVISION OF EMERGENCY MANAGEMENT "itafl.,lved I>y U-42 McWhcner &='g, d- —0EM_W.M Linda McWhorer pds%an-LlFld.Mle,. email-LinyRoriUt" By, bale zm3a os.zd lo-srsa-asva for: Name and Title: Kevin Guthrie, Director Date: See e-signature above DocuSign Envelope ID: 6CB4DFA6-A4AC-4FE2-AE9C-8F5CD47EUE31 THE CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: DocuSigned by: DocuSigned by: !Sti Doc uSignod by: a.4W wx-� Todd S. Hannon Arthur Noriega City Clerk APPROVED AS TO FORM AND CORRECTNESS LI ocuSigned by: °5 -�-- By.. Victoria Mendez City Attorney City Manager APPROVED AS TO INSURANCE REQUIREMENTS ❑vcuSigned by: By: Ann -Marie Sharpe, Director Department of Risk Management Counterparts and Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding 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. DocuSign Envelope ID: 6CB4DFA6-A4AC-4FE2-AE9C-8F5CD47EDE31 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Fire -Rescue DEPT. CONTACT PERSON: Maria T. Martinez EXT. 1672 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: "State of Florida Division of Emergency Management" IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES \ NO TOTAL CONTRACT ANIOUNT: S FUNDING INVOLVED? © YES X NO TYPE OF AGREEMENT: ❑ NIANAGENIENT AGREEMENT PROFESSIONAL SERVICES AGREEMENT X GRANT AGREEMENT ❑ EXPERT CONSULTANT AGRFEi4IENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGRF,EiMENT ❑ PURCHASE OR SALE AGREEMENT PURPOSE OF ITEM (BRIEF SUNIVIARY): To extend UASI FV 2020 until June 30.2023.. COMMISSION APPROVAL DATE: 41$12021 FILE ID: 8649 ENACTMENT NO.: R-21-0142 IF THIS DOES NOT REQUIRE CONEMISSION :APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN �/25/22 PRINT: T. McGann, AFC 6Y DEPARTMENTAL DIRECTOR C SIG14ATURE: —IrIC— PRINT: ANN - MARIE SHARPE SUBMITTED TO RISK MANAGEMENT 4/25/22 SIGNATURE; PRINT: VICTORIA MENDEZ SUBMITTED TO CITY ATTORNEY 5J9122 51 T -884 4PR� APPROVAL BY ASSISTANT CITY MANAGER SIGNATURE: RECEIVED BY CITY MANAGER PRINT: ART N`00 ,MEGA �J /X�-�- SIGNATURE PRINT: Ic 1) ONE ORIGINAL TO CITY CLERK, SIGNATURE; 2.) ONE COPY TO CITY ATTORNEY'S OFFICE, PRINT: SIGNATURE: 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PRINT: SIGNATURE: PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER DocuSign Envelope 1D: 6CB4DFA$-A4AC-4FE2-AE5C-8F5CD47EOE31 MODIFICATION #1 TO SUBGiRANT AGREEMENT BETWEEN THE DIVISION OF EMERGENCY MANAGEMENT AND THE CITY OF MIAMI FIRE RESCUE This Modification is made and entered Into by and between the State of Florida, DiviS[Dn of Emergency Management ("the Division"), and the City of Miami Fire Rescue ("Recipient"), to modify Contract plumber R0232, which, began on May 17, 2021 ("the Agreement"). WHEREAS, the Division and the Recipient have entered into the Agreement, pursuant to which the Division has provided a subecant to Recipient under the State Homeland Security Grant program of $14,012,500.00. WHEREAS, the Agreement expired on December 31, 2022; and, WHEREAS, the Division and the Recipient desire to reinstate and extend the terms of the Agreement; and WHEREAS, the Division and the Recipient desire to modify the Agreement; and, WHEREFORE, in consideration of the mutual promises of the parties contained herein, the parties agree as follows: 1. Paragraph 8 of the Agreement is hereby amended to read as follows: This Agreement shall begin upon execution by both parties and shall end on June 30, 2023, unless terminated earlier in accordance with the provisions of Paragraph (17) of this Agreement. Consistent with the definition of "period of performance" contained in 2 C.F.R. §200.77, the term "period of agreement" refers to the time during which the Sulu -Recipient "may incur new obligations to carry out the work authorized under' this Agreement. In accordance with 2 C.F.R. §200,309, the Sub -Recipient may receive reimbursement under this Agreement only for "allowable costs incurred during the period of performance." In accordance with section 215.971(1)(d), Florida Statutes, the Sub-Reciplent may expend funds authorized by this Agreement "only for allowable costs resulting from obligations incurred during" the period of agreement. 2. All provisions not in conflict with this Modification remain in full farce and effect, and are to be performed at the level specified in the Agreement. Docu5ign Envelope 10: 6CB4DFA6-A4AC-4FE2-AEgC-8F5CD47EOE31 IN WITNESS WHEREOF, the parties hereto have executed this Modification as of the dates set out below. RECIPIENT. THE CITY/OF MIAMI FIRE RESCUE By: / ---f Name and Title: � `'�' � ���' � � � N Date: U � ? DIVISION OF EMERGENCY M AGEMENT By: Dame and l evin Guthrie, Director Date: DocuSign Envelope ID: 6CB4DFA6-A4AC-4FE2-AE9C-8F5CD47EOE31 ATTEST: By: Todd 8, Hanno City Clerk APPROVED AS TO FORM AND CORRECTNESS By: Victoria Mendez City Attorney TMF MID 22-884 For Modification 91 to Subgrant Agreement Between the [Division of Emergency Management and the City of Miami Fire Rescue (R0232) THE CITY OF MIAMI, a municipal Corporation of the State of Florida By: Arthur Norie a City Martager APPROVED AS TO INSURANCE REQUIREMENTS By: J/M. Ann -Marie Sharpe, Director Department of Risk Management Counterparts and Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the ether parties an original signed Agreement upon request. AGENDA ITEM SUMMARY FORM File ID: #8649 Date: 0211 712021 Commission Meeting Date. 04/08/2021 Requesting Department: Department of Fire - Rescue Sponsored By: District Impacted: All Type: Resolution Subject: Establish Special Revenue - Urban Area Security Initiative Grant Program Purpose of Item: A Resolution to establish a Special Revenue Fund Project entitled: "The Urban Area Security Initiative ("UASI") Grant Program FY 2020; appropriating funds in the amount of $14,012,500.00 received from the Department of Homeland Security, passed directly through the State of Florida Division of Emergency Management and authorizing the City Manager to execute Memoranda of Agreements ("MOA's") with contiguous partners, outlining their responsibilities in connection with their support of the UASI Project administered by the City of Miami Department of Fire -Rescue. Background of Item; The United States Department of Homeland Security, through the State of Florida, Division of Emergency Management ("DEM"), has sub -granted the Urban Area Security Initiative ("UASI") Grant Program FY 2020 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. Exhibit 1 is to be provided at the time of execution and is to be included as part of Exhibit 2 of the item. It is now appropriate to accept said grant award, establish a special revenue project, and appropriate said grant award therein. In addition, the City Commission authorizes the City Manager to execute Memoranda of Agreements ("MOA's") with contiguous partners, Broward County Emergency Management (ieBEMA„'), Broward County Sheriffs Office ("BSO"), the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County, Monroe County, Palm Beach County Emergency Management, Palm Beach County Sheriffs Office, the Village of Key Biscayne, regional projects shared across the entire region, and Florida Department of Health, setting forth the parties' responsibilities in connection with the development and support of the UASI Program FY 2020 which is administered by the City of Miami Department of Fire -Rescue. Budget Impact Analysis Item is Related to Revenue Item is an Expenditure Item is NOT funded by Bonus Total Fiscal Impact: $14,012,500.00 Special Revenue Account No: 11100.189000.431000.0000.00000 Reviewed By Department of Fire -Rescue Johnny Duran Fire Budget Review Completed Department of Fire -Rescue Eloy Garcia Fire Chief Review Completed Office of Management and Budget Pedro Lacret Budget Analyst Review Completed Office of Management and Budget Leon P Michel Budget Review Completed City Manager's Office Arthur Nor'sega V City Manager Review Completed Legislative Division Valentin J Alvarez Legislative Division Review Completed Office of the City Attorney George Wysong ACA Review Completed Office of the City Attorney Bamaby L. Min Deputy City Attorney Review Completed Office of the City Attorney Victoria Mendez Approved Form and Correctness Completed City Commission Nicole Ewan Meeting Completed Office of the Mayor Mayors Office Signed by the Mayor Completed Oice of the City Clerk City Clerk's Office Signed and Attested by the City Clerk Completed Office of the City Clerk City Clerk's Office Rendered Completed 02/17/2021 128 PM 02/1812021 7:59 AM 02/1812021 2.00 PM 02/1812021 9:21 PM 02P1812021 9:56 PM 02/25/2021 4A2 PM 0212512021 5.24 PM 02/2512021 5:41 PM 03/01/2021 11:37 AM 04108/2021 9:00 AM 04/1912021 12:40 PM 04/19/2021 12:43 PM 0411912021 12:43 PM City of Miami Legislation Resolution City Half 3500 Pan American give Miami, FL 33133 www.miam[gov.com Enactment Number: R-21-0142 File Number: 8649 Final Action Date:41812021 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 2020" AND APPROPRIATING FUNDS FOR. THE OPERATION OF 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 DIVISION OF EMERGENCY MANAGEMENT ("GRANT AWARD"); AUTHORIZING THE CITY MANAGER TO ACCEPT SAID 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, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, IN ORDER TO IMPLEMENT THE ACCEPTANCE OF AND COMPLIANCE WITH SAID GRANT AWARD; AUTHORIZING THE CITY MANAGER. TO EXTEND THE FISCAL YEAR 2020 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 SAID PROJECT BEING SECURED. WHEREAS, the United States Department of Homeland Security ("USDHS") is authorized by the Emergency Wartime Supplemental Appropriations Act of 2003 to provide funds to states for subsequent distribution to selected urban areas to address the unique equipment, training, planning, exercise, and operational needs for large urban areas and to assist states in building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism: and WHEREAS, the USDHS, through the State of Florida Division of Emergency Management ("FDEM"), has sub -granted an Urban Area Security Initiative ("UASI") Grant Program for Fiscal Year ("FY") 2020 to the City of Miami ("City") in the amount of $14,012,500.00; and WHEREAS, the City's Department of Fire -Rescue ("Fire") will use said funds to continue to address the unique equipment, training, planning, exercise, and operational needs of the City and its contiguous partners and to continue building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism ("Project") and WHEREAS, in accordance with the UASI Grant Program FY 2020, the attached Memoranda of Agreements ("MOX) with the City's contiguous partners, including Broward County Emergency Management ("BEMA"), Broward County Sheriff's Office ("BSO"), the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines,. the City of Sunrise, Miami -Dade County, Monroe County, Palm Beach County Emergency Management, Palm Beach County Sheriffs Office, the Village of Key Biscayne, regional projects shared across the entire region, and The Florida Department of Health will provide the necessary guidelines to coordinate the UASI Grant Program FY 2020 and will permit the City to reimburse its partners for their eligible expenditures that are compliant with said Project; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The following new Special Revenue Project is established and resources are appropriated as described below: FUND TITLE: UASI Grant Program Fiscal Year 2020 RESOURCES: USDHS directly to FDEM $14,012,500.00 APPROPRIATIONS: $14,012,500.00 Section 3. The City Manager is authorized' to accept said grant award and to execute the federally funded sub -grant agreement, in substantially the attached form, for said Project. Section 4. The City Manager is further authorized' to negotiate and execute any and all other necessary documents, all in forms acceptable to the City Attorney, in order to implement the acceptance of and compliance with said grant award. Section 5. The City Manager is further authorized' to extend the FY 2020 UASI Grant Program„ as necessary. Section 6. The City Manager is authorized to execute MOAs, in substantially attached form, with the City's contiguous partners including BEMA, BSO, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County, Monroe County, Palm Beach County Emergency Management, Palm Beach County Sheriff's Office, the Village of Key Biscayne, regional projects shared across the entire region, and The Florida Department of Health, for the purpose of setting forth the parties' responsibilities in connection with the development and support of the FY 2020 UASI Grant Program administered by Fire, an UASI sponsoring agency, contingent upon funding of said Project being secured. Section 7. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 ' The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to, those prescribed by applicable City Charter and City Code provisions. 2 If the Mayor does not sign this Resofution, 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: i i t6riadez, ity ttor ey 311/2021 Contract Number; R0232 FEDERALLY FUNDED SUSAWARD AND GRANT AGREEMENT 2 C.F.R. §200.92 stales that a "subaward may be provided through any form of legal agreement, including an agreement that the pass -through entity considers a contracL" As defined by 2 C.F,R. §200.74, 'pass -through entity" means'a non -Federal entity that provides a subaward to a Sub -Recipient to carry out part of a Federaf program.' As defined by 2 C.F.R. §200.93. 'Sub -Recipient" means "a non -Federal entity that receives a subaward from a pass -through entity to carry out part of a Federal program.' As defined by 2 C.F.R. §200.38, "Federal award" means `Federal f'nancial assistance that a non -Federal entity receives directly from a Federal awarding agency or Indirectly from a pass -through entity.' As defined by 2 G.F.R. §200.92, 'subaward" means "an award provided by a pass -through entity to a Sub - Recipient for the Sub -Recipient to carry out part of a Federal award received by the pass -through entity," The following information is provided pursuant to 2 C.F.R. §200.331(a)(1): Sub -Recipient's name: Sub -Recipient's unique enllty identifier: Foderal Award Identification Number (FAIN): Federal Award Date: 5ubaward Period of Performance Start and End Date: Amount of Federal Funds Obligated by this Agreement: Total Amount of Federal Funds Obligated to the Sub -Recipient by the pass= hrough entity to induce this Agreement: Total Amount of the Federal Award committed to the Sub-Reolpient by the pass -through entity; Federal award project description (sera FFATA): Fume of Federal awarding agency: Name ofpass-through entlty: Contact informaban for the pass -through entity: Catalog of Fedora'; Domestic Assistance (CDFA Number and Name Whether the award is R&D: Indirect cost rate far the Federal award: City of Miami Fire Rescue 072220791 _ EMW-2020-SS-00035-St7 T W11202D - 081310023 DOE - 1213112422 $14.012,500, 00 $13,179.304.42 $14,012,500.00 See Article t. Agreement Artic_ I Dept, of Homeland Security FL Division of t;meraency MgmI f v rd Tallahassee. Florida 32399 97.067-Homeland Security Grant Prcg,am go LR61 34.50°% THIS AGREEMENT Is entered into by the State of Florida, Division of Emargency Management, with headquarters In Tallahassee, Florida (hereinafter referred to as the "Division'), and City of 114iaeni Fire Rescue, (hereinafter referred to as the "Sub -Recipient"), For the purposes of this Agreement, the Division serves as the pass -through entity for a Federal award, and the Sub-Reciplenf serves as the recipient of a subaward. THIS AGREEMENT IS ENTERED INTO BASED ON THE FOt OYIING REPRESENTATIONS: A. The Sub -Recipient represents that it is fully qualified and eligible to receive these grant funds to provide the services identified herein; B. The State of Florida received these grant funds from the Federal government, and the !Division has the outhorlty to subgrant these funds to the Sub-Reclpient upon the terms and conditions outlined below; and, C. The Division has statutory authority to disburse the funds under this Agreement. THEREFORE, the Division and the Sub-Reciplent agree to the following: �'t) �PP�iCATION C3F STATE SAW TD THlS AGREEPA NT 2 C.F. R. §200.302 provides: "Each state roust expend and account for the Federal award In accordance with state taws and procedures for expending and accounting for the state's own funds," Therefore, section 215.971, Florida Statutes, entitled "Agreements funded with federal or state assistance", applies to tills Agreement. (2) LAIRS. RU RE LATi0N- ANQ POL ICi E� a. The Sub -Recipient's ,performance under this Agreement is subject to 2 C.F.R. Part 200, entitled "Uniform Administrative Requirements, Cost Plinciptes, and Audit Requirements for Federal Awards." b. As required by Section 215.971(1), Florida Statutes, this Agreement Includes; I. A provision specifying a scope of work that clearly establishes the tasks that the Sub -recipient is required to perform. 11. A provision dividing the agreement Into quantiflable units of dellverables that must be received and accepted in writing by the Division before payment. Each deliverable must be directly related to the scope of work and specify the requfred minimum levei cf service to be performed and the criteria for evaluating the successful completion of each delivarabie. ill. A provision s,pecify!ng the financial consequences that apply if the Sub- Rerl Tent fails to perform the minimum level of service required by the agreement, Iv. A provision specifying that the Sub-Reclpient may expend funds only for allowably costs resulting from obligations incurred during the specifled agreement period. V. A provision specifying that any baience of unobligated funds which has been advanced or paid must be rafunded to the Division. N vl. A ,provision specifying that any funds paid In excess of the amount to which the Sub -Recipient is entitled under the torrms and conditions of the agreement must be refunded to the Division. c. In addition to the foregoing, the Sub -Recipient and the Division &.hall be governed by 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) C NTAC1 i a. In accordance with section 215.971(2), Florida Statutes, the Division's Grant Manager shall be responsible for enforcing perfonnance of this Agreement's terms and conditions and shall serve as the Divislon's liaison with the Sub -Recipient. As part of hlslher duties, the Grant Manager for the Division shall: i. Monitor and document Sub -Recipient performance,, and, il, Review and document all deiiverables for which the Sub -Recipient requests payment b. The Divlslon's Grant Manager for this Agreement is, iSiazV L_Cat 2 2555 5hijmr d air Boulevard Tallanaggea. Florida 32399 Tee nee 50i 8� 4348 �mail�.tGlzz� �I�ant�err�.my'ficrida�cQg_ c. The name and aditss of ilia (Representative of the Sub -Recipient responsible for the administration of this Agreement is: Chief Robert Havia 444 SW 2 n d Ave nLie, 1Dth Fi Miair.i, FL 33130 Telephone; 305-55%5402 Fag: 305-569 4070 Ernail: rtab,Hevin;,Omiamlgov.com d. In the event that different representatives or addresses are designated by either party after execution of lids Agreement, notice of the name, title and address of the now representative will be provided to the other party. 3 (4) 5 A C UTIONS This Agreement contains all this terms and conditions agreed upon by the parties. (5) n_�` ON This Agreement may be executed in any number of counterparts, any one of which may be taken as an original. (E) i41�f31FiCA7iDN Either party may request modification of tt',a previsions of this Agreement. Changes which are agreed upon shall bevaild only when In writing, signed by eacIn of the parties, and attached to the original of this Agreement. (7) 5C PE }V OR6, The Sub -Recipient shall perform the work In accordance with the Budget and Scope of Work, Attachments A and B of this Agreement. (8j P�ffU� Q,��aRC�fv3ElVT. This Agreement shall begin an upon execution by the parties and will end December 31, 2022 unless terminated earlier in accordance with the provisions of Paragraph (17) of this Agreement. Consistent with the definition of 'period of performance" contained in 2 C.F. R. §200.77, the term "period of agreement" rezers to the time during which the Sub -Recipient `may incur new obligations to carry out the work authorized under' this Agreement. In accordance with 2 C.F.R. 5200,300, the Sub -Recipient may recc lve reimbursement under this Agreement only for "allowable costs incurred during the period of performance.' In accordance with section 215.971(1){(I), Florida Statutes, the Sub -Recipient may expand funds authorized by this Agreement "only for allowable costa resulting from obligations incurred during' the period of agreement. (9) tJ DIN a, This is a cost-reknbursement Agreement, subject to t'r;e availabllity of funds. b. The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual ap;propHation by the Legislature, and subject to arty modification IN accordance with either Chapter 216, Florida Statutes, or the Florida Constitution. c. The Division will reimburse the Sub -Recipient "for allowahre costs Incurred by the Sub -Recipient In the successful completion of each deliverable. The maximum ralmbursernerit amount for each deliveraale is outlined In Attachment A and B of this Agreement ("Budget and Scope of Work"). The maximurn reimbursement amount for the entirety of this Agreement is $14,012,600.00, d. As requlred by 2 C.F.R, §200,41 (a), any request far {payment under this Agreement must include a certification, is goad bu. an offlriavha fsutjrorized to 1e�aly bind th_5yb R�cloient, which reads as follows: 'By signing this report, I certify to the best of my knowledge and berlef that the report is true, compiete, and accurate, and the expenditures, d}sbursernents and cash receipts are for the purposes and objectives set forth In the terms and conditions of the Federal award. I am aware that any false, fictitlous, or fraudulent information, or the ottiisslon of any material fact, may subject me to criminal, 2 6Q'11q�1►}49�^�!L 7SYki%�1iW�•A'F�'�=R+1i:.'w1F••gr1.0 .-.. ..1.. f-4-«+...�.�2EI�vr�M�Y�`-kufPf�il4��i.6�'+i.4H'a-fi.w:-rwo-�.0 ...�+- • . civil or administrative penalties for fraud, False statements, false claims or otherMse. (U.S. Code Title 18, Section 1001 and Title 31, Secttons 3729-3730 and 3801-3812).° e. The Division will review any request for reimbursement by comparing the documentation provided by the Sufi -Recipient against a peftfmance measure, outlined in Attactlment'B, that clearly delineates' The required minimum acceptable level of service to be performed; and, Ii, The criteria for evaluating the successful completion of each deliverable. f. The performance measure required by section 215.971(1)(b), Florida Statute$, remains consistent with the requirement for a "perforrnarce god', which Is defined In 2 C.F.R. §200.76 as `a target level of performance expressed as a tangible, measurabie objective, against which actual achievement can be compared." It also remains consistent with the requirement, contained in 2 C.F.C. 200.301, that the Division and the Sub-Recip(ent "relate financial data to performance accomptlshments of the Federal. award." g. If authorized by the Federal A^,varding Agency, then the Division will reimburse the Sub -Recipient for overtime expenses in accordance with 2 C.F.R. §200.420 Coomoensation--personal services") and 2 G.F.R. §200.431 ("Compensation" —fringe benefits"), If the Sub -Recipient seeks reimbursement For overtime expenses for periods whoa no work is performed due to vacation, holiday, iilttiess, Failure of the employer to provide sufficient wv-k, or other simflar cause (see 29 US.C. §207(e)(2)j, then the Division will treat the expertise as a fringe benefit. 2 O.F.R. §200.431(a) defines fringe benefits as "Allowances and services provided by employers to their employees as compensation in addition to regular sa?aries and wages." Fringe benefits are allowable under this Agreement as long as the benefits are reasonable and are required by law, Sub-Reclplont-employee agreement, or an established policy of the Sub-Reclplent. 2 C.F.R. §200,431(b) provides that the cost of fringe benefits in the farm of regular compensation paid to employees during periods of authorized absences from the job, such as for annual leave, farnHy-related leave, sick leave, holidays, court leave, military leave, administrative leave, and other simflar benefits, are allowable if all of the following criteria are met; 1. They are provided under established written leave policies; i. Tha costs are equitably allocated to all related ac;Uvides, including Federal awards; and, 11L 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 reirnburse the Sub -Recipient for travel expenses In accordance with 2 C,F.R. §200.474. As required by the reference Guide for State Expenditures, relmbursernent for travel must be in accordance with section 112,061, Florida Statutes, which includes submission of the claim on the approved state travel voucher. If the Sub - Recipient seeks reimbursement for travel costs that exceed the amounts stated In section 112.061;6)(b), 5 .—,..n tmMaa=.Mw ..... ..-..................:•ra r_�s:�fr.^lo�:��xKR�,a.�eri, w.err w.r�-wv...w>�....n... .d,. :. .. AUAOrit��W.Rr'._.x" Florida Statutes ($8 for breakfast, $11 for funch, and $18 for dinner), then the Sub -Recipient must provide documentation that: 1. The costs are reasonable and de not exceed charges normally allowed by the Sub -Recipient in its regular operations as a result of the Sub-Reclpient's written #ravel policy; and, Participation of the individual in the travel is necessary to the Federal award. 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 repor: must identify any funds paid in excess of the expenditures incurred by the Sub -Recipient. j As defined by 2 C.F.R. §200,53, the term "improper payment" means or includes: I. Ariy payment that should not have been made or that was made in an incorrect amount (including ovarpayments and underpayments) under statutory, contractual, administrative, or other legally applicable requirements; and, Il. Any payment to an inallgible party, any payment for an tneliglbte good or service, any duplicate payment, any payment for a good or service not received (except `or such ,payments where authorized.by law), any ,payment that does nct account for credit for applicable discounts, and any payment where insufficient or lack of documentation prevents a reviewer from discerning whather a payment was proper, k. Any advance payrn ant under this Agreement is subject to section 216.18-1(16) Florida Statutes. The arnount of advanced funds may not exceed the expected cash needs of Sub - recipient within the first (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 jusUficatiorr statement shall be included with this Agreement as Indicated In Attachment E, Justification of Advance Payment, Attachment E must specify the amount of advance disbursement requested and provide an explanation of the necessity for and proposed use of the funds. (10)REQQRDS a. As required by 2 C.F.R. §200.336, the Federal awarding agency, inspectors General, the Comptroller General of the United States, and the Division, or any of their authorized representatives, shall enjoy the right of access to any documents, papers, or other records of the Sub -Recipient whIch are pertinent to the Federal award, in order to make audits, examinations, excerpts, and transcripts. The right of access also includes timely and reasonabla access to the Sub-Racipient's personnel for the purpose of Interview and discussion related to such documents. Finally, the right of access Is not limited to the required retention period but lasts as long as the records are retained, b. As required by 2 C.F.R. §200,331(a)(5). the Division, the Chlef 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 docurnents, 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. .. ...--..a-,r,xs�ar�r-e�i.:fx-�uei.+�'sv.a 4tr..�:•�Y:eas.-: sa=�.r:r +�c.u.*w.•. .. ... ... .. eesy 5a:c�.t�r ve+��r�.,a.-utr:aa.+.:isp-:..-� :a-.�......-__.._..w,......-� �. ... _.—. ... ..o �... The right of access also includes timely and reasonabte access to the Sub -Recipient's personnel for the purpose of interview and discussion related to such documents. c. As required by Florida Department of State's record retention requiremants (Chapter 119, Florida Statutes) and by 2 C.F.R. §20OM3a the Sub-Reclpient shall retain sufficient records to show Its compliance with the terms of this Agreement, as well as the compliance of all subcontractors c( consultants paid from funds under this Agreement, for a period of five (5) years from the date of submission of the final expenditure report, The following are the only exceptions to the five (5) year requirement: L If any litigation, claim, or audit is starters before the expiration of the 5-year period, then the records must be retained until ail litigation, claims, or audit findings invchAng The records have been resolved and final action taken. ii, When the Division or the Sub-Reclvierit is notified in writing by the Federat awarding agency, cognizant agency for audit, oversight agency for audit, cognizant agency for indirect casts, or pass -through entity to extend the retention period, ill, Records for real property and equipment acquired with Federal funds must be retained for 5 years rafter final disposition. iv. When reccrds are transferred to or maintained by the Federal awarding agency or pass -through entity, the 5-year retention requirement is not applicable to the Sub -Recipient. V. Records for program incmne tmnsactions 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 paricd for the records pertalning to the earn'ng of the program income starts from ti,,e end of the non -Federal entity's fiscal year in which tha 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 ca-nputations or proposals, cast allocation plans, and any similar accounting computations of the rate at which a particular grouts of costs is chargeable (such as computer usage chargeback rates or composite fringe benefit rates). d. In accordance with 2 C.F.R. §200.334. the Federal awarding agency must request transfer of certain records to its custody from the Division or the Sub -Recipient when R determines that the records possess long -terra retention value. e. In accordance with 2 C.P.R. §200.335, the Division must aiwaya provide or accept paper versions of Agreement Irformation to and rrom the Sub-Reciplent upon request. If paper coples are submitted, then tine UMsiorn Mist not require more than an original and two copies. Wren original records are electronic and cannot be altered, there is no creed to create and retain paper copies. When original records are paper, electronic versions may be substituted through the use of duplication or other formes of electronic media provided that they are subject to periodic quality control reviews, provide reasonable safeguards against alteration, and remain readable. 7 f. As required by 2 C.F.R. §200.303, the Sub -Recipient shall take reasonable measures to safeguard protected personally identiflable 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 Qf confidentiality, g, Florida's Government In the Sunshine Law (Section 266.011, Fiorida Statutes) provides the citizens of Florida with a right of access to governmental proceedings and mandates three, basic requirements: (1) meetings of public boards or commissions must be open to the public; (2) reasonable notice of such meetings must he gi+len; and, (3) minutes of the meetings gust be taken and promptly recorded, The more receipt of public funds by a private entity, standing alone, is insufficient to bring that entity within the arnbit of the open government requirements. However, the Government In the Sunshine Law applies to private entities that provide services to governmental agencies and that act on behalf of those agencies in the ag"cles` parformance 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 pubNc purpose, the Government in the Sunshine Law applies. For example, If a volunteer sire department provides firefighting services to a governmental entity and uses facilities and equipment purchased with publlc Funds, Wen 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 appiies to the Sub -Recipient based upon the funds provided under this Agreement, the meetings of the Sub - Recipient's governing board cr the meetings of any subcommittee malting 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. h, Florida's Public records Law provides a right of access to the records of the state and local governments as well as to private entities acting on their behalf. Unless specifically exempted from disclosure by the Legislature, all materials made or received by a governmental agency (or a private entity acting on behalf of such an ayericy) 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 ar-ibit of the public record requirements. However, when a public entity delegates a public function to a private entity, the records generated by the private entlty's performance of that duty became publ!c records. Thus, the nature and scope of the services provided by a pi�vate entity determine whether that entity is acting on behalf of a public agency and is therefore subject to the requirements of Florida's Public Records Law. i, The Sufi -Recipient shalt maintain all records for the Sub Recipient and for ail subcontractors or consultants to be paid frorn funds provided under this Agreement, including documentation of ah program costs, In a form sufficient to determine compliance with the requirements and objectives of the SUdget and Scope of Work - Attachment A and 8 - and ail other applicable laws and regulations. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTYTO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (850) 815-4156, Recordsrc@em,my'flar da.com, or 2556 Shumard Oak Boulevard, Tallahassee, FL 32399. (41)AUDITS a. The Sut}Recipient shall comply with the audit requirements contained to 2 C.F.R. Part 200, Subpart F. b. in accounting for the receipt and expenditure of funds under this Agreement, the Sub -Recipient shall follow Generally Accepted Accounting Principtes ("GAW). As defined by 2 C.F.R. §n- O,49, GAAP "has the meaning specified In accounting standards issued by the Government Accounting Standards Board (GASP) and `he Financial Acca«ntIng Standards Board (FASB).' c. When conducting an audit of the Sub -Recipient's performance under this Agreement, the Division shall use Generally Accepted Government Auditing Standards ('GAGAS"). As deflnsd by 2 C.F.R, §200.50, GAGAS,'also known as the Yellow Book, means generally accepted government auditing standards issued by the Corn ptroller Genera} 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-Racipient shall be held liable for reimbursement to the Division of all funds not spent in accordance with these applicable regulations and Agreement provislons within thirty days after the Division has notified the Sub -Recipient of such non- compliance. e. The Sub -Recipient shall have all audits completed by an Independent auditor, which is defined in section 215.97(2)(i), Florida Statutes, as'an independant certified public accountant licensed under chapter 473." The Independent auditor shall state that the audit complied with the applicable Provisions noted above. The audit must be received by the Dtvlsion no later than nine months From the end of the Sub-Reciplent's fiscal year. f. The Sub-Reclpient shall send copies of reporting packages for audits conducted In accordance with 2 C.F.R. mart 200, by or on behalf of the Sub -Recipient, to the Division at the following address: DC-NTS[ngleAudit@ern,myflcqda.com P3 Office of the Inspector Generaf 2535 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 9 g, The Sur -Recipient shall sand the Single Audit reporting package and Form SF -SAC to the Federal Audit Clearinghouse by submission online at: ttp:ll;�:-vests er.cxnsus, vlfacicol ectld e"n e .h m h. The Sub -recipient shall send any management letter issued by the auditor to the Division at the following address; DENISingleAudit@em,myfioride.com 92 Office of the Inspector General 2566 Snurnard Oak Boulevard Tallahassee, Fiodda 32399-2100 (12),REf>ORTS 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 fvnds under this Agreement, in addition to any other information rnuested by the Riv'sion. b. Quarterly reports are due to the division no later than 30 days after the end of each quarter of the program year and shall be sent each a,uader until Submission of the close-otit report. The enOing dates for each quarter of the program yearrare March 31, Juna 30, September 34 and December 31. C. The close-out report is due 80 days after termination of f his Agreement or 3o clays after completion of the activities contained In this Agreement, whlchaver first occurs. d. It all required reports and copies are not sent to the Divlslon or are not completed in a manner acceptable to the Division, tfien the DIvislon may withhold further payments until they are completed or may take other action as stated in Paragraph (16) REMEDIES. "Acceptable to the Division" rroans that the work product was completed In accordance with the Budget and Scope of Work. e. The Suh•Reciplont 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) MO I UR1 J(3. a. The Sub -Recipient shaif 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 Worst are being accomplished within the specified time pariods, and other performance goals are being achieved, A review shall be done for each function or activity in Attachment 8 to this Agreernant and reported Its the quarterly report, to b. in addlUon to reviews of audits, monitorlrg procedures may fncfude, but not be limited to, Can -silo V%ks uy Division staff, Iir Mad scope audits, andlor other procedures. The Sine -Recipient agrees to comply and cooperate with any monitoring precedureslpracesses deemed appropriate by the Olvis(onit tho event chat the I)Mslori determines that a limited scope audit of the Sub-Reciplent is appropriate, the Sub=Recipient agrees to comply with any additional instructions provided by the Division to the Stib-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 at Auditor Geriweil. In addition, the Oivislon will monitor the performance and financial management by the Sub -Recipient throughout the contract term to errsura timely completion of all tasO. (14)LIABILfi Y A. unless Sub -Recipient is a Stage agency or subdivision, e8 defined in section 768.28(2), Florida Statutes, the Sub -Recipient is solely responsible to parties it deals with in carrying out the terms of this Agreement; as authorized by section 768.28(19), Florida Statutes, Sub -Recipient shall hold The Division harmless against all olairns of whatever nature by third parties arising front the work performance under this Agreement. For purposes of this Agreement, Sub -Recipient agrees that it is not an employee or agent of the Division but is an independent contractor, b. As requ!red by seckn 768.28(19), Florida Statutes, any Sub -Recipient which Is a state agency or subdivfslon, as defined In section 768.28(2), Florida Statutes, agrees to be fully responsible for its negligent or tortlous acts or omissions which result in claims or suits against the TDivislon, and egreas to be liable for any damagas proximately caused by the acts or omissions to the extent set forth In Section 76828, Florida StstutGs. Nothing harefn is intended to serve as a waiver of sovereign immunity by any Sub -Recipient to which sovereign immunity appiies, Nothing hareln 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 arlsIng out of any contract. (15)DEFAULT if any of the following events occur ('Events of Defbult"), ali obligations on the part of the Division to reeks further payment of Funds shall terminate and the Qlv€sion has the option to exercise any of Its rernedlas set forth In Paragraph (16); however, the Division may make payments or partial payments after any Events of Defeult without waiving the right to exercise such remedies, and without becoming liable to maka any further payment if: a. Any warranty or representation made by the Sots -Recipient in thle Agreement or any previous egreement with the Division is or becomes False or misleoding in any respect, or if the SU4- Recipient falls to keep or perform any of the obligations, tartms or covenants In this Agreement or any previous agreement with the Dlvlsfon and has not cured them in timely fashion, or is unable or unwilfing to meet its obligations under this Agreement; 11 b. ,Material adverse changes occur in the financial condition of the Sub -Recipient at any time during the term of this Agreement, and the Sub -Recipient fails to cure this adverse change within thirty days from the date written notice Is sent by the Divialon; c. Any reports required by this Agreement have not been submitted to NJ Envision or have been submitted with Incorrect, incomplete or insufficient Inforrnation; or, d. The Such-Reclplent has failed to ,perform and complete on time any of Its obligations under this Agreement. (16)REMEDiES If an Event of Default occurs, then the Division shall, after thirty calendar days written notice to the Sub -Recipient and upon the Sub-Reclplent's failure to cure w1thln those thirty days, exercise any one or more of the following remedies, either concurrently or consecirfiveiy. a. Terminate this Agreement, provided that the Sub-Rac#ent is given at least thirty days prior written notice of the termination. The notice shall be effective when placed in the United States, first class mail, postage prepaid, by registered or certified mail-retu; n receipt requested, to the address in paragraph (3) herein; b. Begin an appropriate legal or equitable action to enforce performance of this Agreement, c. Withhold or suspend payment of all or any part of ra request for payment; d. Require that the Sutra -Recipient refund to the Division any monies used for ineligible purposes under t};e laws, rules and regulations governing the use of these funds. e. Exercise any corrective or rarned[ai actions, to include taut not be limited to; i, Request additional information frorn the Sub -Recipient to detenvine the reasons for or the extent of non-compifance or lack of performance, IL Issue a written warning to advise that more serious rneasuras may be taken if the situation is not corrected, Ill. Advise the Sub-Reclplent 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 Inellgiblei f. The [division may Administratively close an Agreement. The Division may use the adrtrinfstrative close-out process when a Sub -Recipient is not responsive to reasonable efforts to collect required reports needed to complete the standard close-out prcacess, The Division will make three written attempts to collect required reports Wore initiating admirlstrative close-out, in addition, If an agreement is adrnlnisfratively closed, the Division may decide to Impose remedies for noncompliance per 2 C.F.R. § 200.338, consider this Information in reviewing future award applications, or apply special conditions to existing or future awards. If the Division needs to adminishaiively close are agreement, this may ra00fvely impact a Sub-Racipient's ability to obtain future funding, 12 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 Agreoment or provided at law or In equity, ff the Olvislon Naives any right or remedy in this Agreement or fails to insist on strict performance by the Sub -Recipient, it will not affect, extend or waive any other rig hi or remedy of the Division, or affect the later exercise of the same right or rarnady by the Division for any � other default by the Sub -Recipient. I i (17)1E_RMINATION 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, laves and regulations, failure to perform on time, and refusal by the Sub -Recipient to permit public access to any document, paper, fetter, or other material subject to, disc:osure under Chapter 110, Norlda Statutes, as amended. b. The Division may terminate tnls Agreement for convenience or when it determines, in its sole discretion, that continuing the Agreement would not produce beneficial results in tine with the `urther rx(aendif-ire of funds, by providing the Sub -Recipient with thirty caiendar days prior written notice, c. The parties may agree to terminate this Agreement for their mutual convenience through a written amendment of this Agreement. The amendment will state the effective data of the termination and the procedures far proper Closeout of the Agrearrent. d. In the event that this Agreement is terminated, the Sub -Recipient will not incur now obligations for the terminated portion of the Agreement after the Sub -Recipient has received the notificatlon of termination. The Sub -Recipient w!ll cancel as many outstanding obilgabons as possible. Costs incurred after receipt of the terrrtlnatlon notice will he disallowed. The Sub-Reclpieni shall not be relieved of liability to rile Division because of any breach of Agreement by the Sub -Recipient. The DMsion may, fo 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-rReclpient is determined. (18)PRQCUREMErN 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 CY.R. §§250,318 through 200.326 as well as Appendix ll to 2 C.F,R. Part 200 (entitled 'Contract Provisions for Ncn-Federal Entity Contracts Linder Federal Awards'), b. As required by 2 C,F.R, §200.318(i), the Sub -Recipient shall "maintain records sufficient to detail the history of procurement. These records will include but are not necessarily limited to the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the Contract price." c. As required by 2 C,F.R. §200.318(b), the Sub -Recipient shall "maintain oversight to ensure that contractors ,perform In accordance with the terms, conditions, and specifications of their contracts or purchase orders." In order to demonstrate compliance with this requirement, the Sub- 13 Recipient shall document, in its quarterly report to the Division, the progress of any and all subcontractom performing work under this Agreement. d. Except for procurements by ix,lcro-purchases pursuant to 2 G.F.R. §200.320(a) or procurements by small purchase pfooedures pursuant to 2 C.F.R. §200.020(b), if the Sub -Recipient chooses to aubcontract Any of the work requfred 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) drys prior to the publication or communication Of the Sclidtatich. The Division shall review the solicitation and provide comments, if any, to the Sub -Recipient within seven (7) business days. Consistent wlth 2 C,F,R. §200.324, the Division will review the sollatation for compliance wit, the procurement standards Outlined in 2 C. F.R. §§200.318 through 200.326 as well as Appendix ll to 2 C.F.R. Part 200- Consistent with 2 C.F.R. §2.00.316(k), the Division will not substitute its judgment for that of the Sub -Recipient. While the Sub-Recipleni does not need the approval of the Division in order to publish a Competitive solicitation, this review may allow the Division to Identify deficiencies 4n 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 harms. If during Its review the Division identifies any deficiencies, then the Division shall communicate those deficiencies to iha Sub-Rectplent as quickly as possible within the seven (7) business day window outl'ned above. If the Sub -Recipient pubitshes a competitive solicitation after receiving comments from the [)Ivlsbn that the solicitation Is deficient, then the Division may: L Tarrnirtate this Agreement in accordance with the provisions outlined in paragraph (17) above; and, B. Refuse to re:imbume the SUES -Recipient for any costs associated with that solicitation. e, Except For procurements by micro -purchases pursuant to 2 C.F.R, §200.320(a) or prccuraments by small purchase procedures pursuant to 2 C.RR. §200,320(b), if the wub-Recipient chooses to subcontract any of the work required under this Agreement, then the Sub -Recipient shall forward to the Division a copy of any contemplated contract prior fa contract execution. The Division shall review the unexecuted contract and provide comments, if any, to the Sub-Reeiplent within seven (7) business days. Consistent with 2 C. F.R. §200.324, the Division will review the urexecuted contract for compliance: With the procurement standards ouffined in 2 G.F.R. §§200,318 through 200.326 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 suhstltute3 its judgment for that of the Sub.Reclplent. While the Sub-Reclplant does not need the approval of the Division in order to execute a subcontract, this review may altow the Divlsi©n to Identify deficiencies in the terries and conditions of the subcontract as 4vefl 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 retrains bound by all applicable laws, regufations, 14 and agreement terms, Uduring its review the Division identifas any deficiencies, than the DMsion shall communicate those deficiencies to the Sub-Peclplent as quickly as possible within the seven (7) business day window outlined above, 11' the Sub -Recipient exactrtes a subcontract after receiving a communication from the Division that tha subcontract is non -compliant, then the Division may: L Terminate this Agreement in accordance with the provisions outlined in paragraph V 7) agave; and, i'. Refuse to reimburse the Serb -Recipient for any costs associated with that subcontract. f, The Sub -Recipient agrees to InclQde In the subcontract that (i) the subcontractor is bound by the terms of this Agreement, (li) the subcontractor is bound by ail applicable state and federal 'anus and regulators, and (Ili) the subcontractor shall hold the Division and Sub -Recipient harmless against all claims of whatever stature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by ?mv, effected g. As required by 2 C. F.R, §200.318(c}{1 j, the Sub-Raoipiant shall "maintain written standards of conduct covering conflicts of interest and governing the actions of its employees engorged in the selection, award and administration of contracts." h. As required by 2 C.F.R. §2DO.319(a) contractors that develop or draft specifications, requirements, statements of work, or 1nS)ltation5 for bids or requests for prop+osais roust be excluded from competing for such procurements. The Sub -Recipient or pass-thru entity must disclose to the Division, in writing, any real or potential conflict of 'interest that may a0se during the administration of the federal award, as defined by Federal statutes or regulations, or their own existing poilcles, within five (5) days of laarning of the conflict of interest. "Ccr3flict of interest" is considered as any situation where are employea, officer, or agent, any members of his or her immediate famlly, or his or her partner has a close personal' relationship, business relationship, or professional relationship, with a recipient or subrecipiant, i. As required by 2 C.r,R. §204.319(a), the Sub -Recipient shall conduct any proccurement under this agreement "in a manner providing full and oven competition.' Accordingly, the Sub -Recipient shall not; business; companies; contracts; equlvalent; i. Mace Unreasonable requirements an firms In order for then to qualify to do tL Require unnecessary experience or excessive bonding; iii. Use noncompetitive pricing practices between firms or between affiliated iv. Execute noncompetitive contracts to consultants that are on retainer V. Autitorl20, condone, or ignore organizational conflicts of interest; A. Specify only a brand name product without allowing vendors to offer an is vii. Specify a brand name product instead of describing the pefformance, 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; of, Ix. Allow a vendor to bid on a contract if that bidder was involved with developing of drafting the specifications, requirements, statement of work, invitation to bid, or request for proposals. j. `[except in those eases where applicable Federal statues expressly mandate or encourage" otherwise, the Sub -Recipient, as required by 2 C.F.R. §200.319(b), shall not use a geographic preference when procuring commodities or services undw this Agreement. k. The Sub-Peciplent shall conduct any procurement fnvoiving Invitations to bid (Le, sealed bias) in accordance with 2 C. F.R. §200.320(c) ss well as section 287.057(1)(a), Florida Statutes. 1, The SUIO-Reclpient shall conduct any procurement involving requests fcr proposals (I.e. competitive proposals) in accordance with 2 C.F.R. §200.320(d) as wail as section 287.057(1 )(b), Florida Statutes. m. For each subcontract, the Sub -recipient shall provide information to the Division as to whather that subcontractor is a minority business enterprise, as defined in Section 288.703, Florida Statutes on the required Procurement MathW Repott (Form 5). Addltlonally, the Sut Recipient Shall comply with the requirements of 2 C.F.R. §200.32'1 ("Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms*). n. FEMA has developed helpfLil resources for Sub -Recipients using federal grant funds for procurements. 'these resources are generally available at https�/lvrr w.fenia,govlprocurem<gnt- disaster-assistance-team. FEMA periodically updates this resource page so please check back for the latest information. White not all the provisions discussed in the resources are applicable to this subgrant agreement, the Sub-Reclpiant may find those resources helpful when drafting its solicitation and contract for compliance VAth the Federal procurement standards outlined in 2 C.F.R. §§200.318 through 200.326 as well as Appendix 11 to 2 C.F.R. Part 200, FEMA provides the following hands-on resources for Sub - Recipients of federal funding: i. 2013 PQAT Procurement Compliance Checklist for Public Assistance Applicants available of th is;llww�w.Ferna.c�o�lmac?ia-library-datj1956J059172327� �2358dr33eD�6��3d5r#b4�e[715�84r, 1�7 f' acu pr�tClZeck115 11- 1-2 18.t�df U, 2019 PRAT Ccniract Provisions Template available at littr5 : �.f�ma.govlrnedi� lil�r ry-d�a115699�gf 1 go92- �2�.�3e0,�d1753 d5�?b�de01 ''f8�7AT C4R�l'�r(,PJ'pvisian�Tarrrpiate 9-3Q-1`�;pdf (IO)ATTACHMENTS AND CXHIBITS a. All attachments to this Agreement are incorporated as if set out fully, 16 b, In the event of any fnconsistenclos or conflict between the language of Ns Agreement and the attachments, the language of the attachments shaft Control, but only to the extent of th e cvnftic; or Inconsistency. c. This Agreement has the following attachments: j I. Exhibit 1 - Funning Sources j V. Attachment A — Program Budget jf ili. Attachment 6 -- Scope of Work t iv. Attachment C — Deliverables and Performance V. Attachment D — Program Statutes and Regulations j vi. Attachment E — Justificatlon of Advance Payment l vii. Attachment F — Warranties and Representations viii, Attachment G — Certification Regarding Debarment, Suspension, $ne!Icgihility and Voluntary Exclusion i N. Attachment H — Statement of Assurances x. Attachment I — Mandatory Contract Provlslons xi. Attachment J - Financial and Frogran Monitoring Guidelines Ai. Attachment K — EI-tP Guidelines xiii. Attachment L — Ralmbursement Checklist xiv. Attachment M — Certification Re9a:dinrg Lobbying xv. Attachment N — Reporting Forms (20)PAyMgNT a. If the necessary funds are not available to fund this Agreement as a result of action by the United States Congress, "M federal Office of Management and Budgeting, the State Chief Financial Officer or under subparagraph (9)b, of this Agreement, all oblfgatiorts on the part of the Division to matte any furth�,r payment of funds shall terminate, and the Sub-Reciplent shall submit its closeout report within thlrfy days of receiving notice from the Division. L. Invoices shall by submitted at least quarterly and shall include the supporting documentat;on for all costs of the project or services. The final invoice shall be subrriifted within thirty (30) days afterthe expiration date of the agreement. An explanation of any circumstances prohibiting the submittal of quarterly Involces shall be submitted to the Division grant manager as part of the Sub - Recipient's quarterly reporting as referenced in Paragraph (1 2) of this Agreement. c. Any advance payment under this Agreement is subject to 2 C.F.R. §200.305 and, as applicable, section 210.181(16), Ftorlde Statutes. All requests for advance payments will be reviewed and considered on a case by case basis. All advances are required to be hold In an Interest -bearing account. If an advance payment is requested, the budget data on which the request is leased, and a justification statement snail be Included in ti is Agreement as Attachment E. Attachment E will spocify the amount of advance payment needed and provide an explanation of the necessity for and proposed Use of those 17 funds. No advance shall be accepted for processing if a reimbursement has been paid prior to the subrtittal of a request for advanced payment. After the initial advance, if any, payment shall be made on a reimbursement basis as needed. (21)111 P F�1lr a. All refunds or repayments dire to the Division under this Agreement are to be made payable to the order of "Division of Emergency Management', and mailed directly to the following address: Division of iwmergency Management Cashier 2555 Shurnard Oak Boulevard Tailahassoe FL 32399-2100 b. in accordance with Section 215.34(2), Florida Statutes, if a check or other draft Is returned to the Division for collection, Sub -Recipient shell pay the Div+,sion a senAce fee of si s.00 or s% of the face amount of the returned chant or draft, whichever is greater. (22)MAND) TED_COiNDIPONS a. The validity of this Agreement is subject to the truth and accuracy of all the information, representations, and rnatarlals submitted or providerd by the Bub-Reclpient In this Agreement, In any later submission or response to a Division request, or In any submisslon or response to fulfill the reCiUlrements of this Agreement. Ad} of said deformation, representations, and materials are incorporated by reference. The Inaccuracy of the submissions or any material changes shall, at the opklon of the Division and with thirty days written notice to the Sub-Reciplant, cause the tarmdnaflo,n of this Agreement and the release of the Division from MI its obligations to the Sub -Recipient. b. This Agreement shaif be construed under the laws of th@ State of Florida, and venue for any actions arising out of Ibis Agreement shall be in the Circult Court of Leon County. if any provision of thfs Agreement is In ,onfltct 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 [)!vision under the terms of this Agreement shall survive the term of this Agreement. d. The Sub -Recipient agrees to comply with the Amaiicans With fDls�tbilities Act public Law 101-336, 42 U.S.C. Section 12101 ot se , , which prohibits discrimination by public and private entities on the basis of disability In employment, public accommodations, transportation, State and local government services, and telecommuncatlons. e. Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the dlscrirrtlnat 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 18 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 entlty in excess of $25,000.00 for a period of 36 months from the date of being placed on U,e convicted vendor list or on the discriminatory vendor list. f, Any Sub -Recipient which is not a local government or state ardency, and, which receives funds under this Agreement from the federal government, certifies, to the best of its knowledge and belief, that It and Its principals: I. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a federal department or agency; it. Have not, within a five-year period preceding this proposal been convicted of or had a civiljudgment rendered against them for fraud or crirnlnai offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under public transaction; violation of federal or state antitrust statutes or cornmisslon of ambezzlement, theft, forgery, bribery, Pals€fication or destructicn of recorda, making false statements, or receiving stolen property; ili, Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any offenses enumerated in paragraph (22) f. li. of this certification; and, V. Have not within a five-year period preceding this Agreement had one or more psIhlfc transactions {federal, state or local) terminated for cause or default. g. If the Sub-Reclpient is unable to certify to any of the ataternents in this certification, then the Sub -Recipient shall attach an explanation to this Agreement. h. In addition, the Sub-Rociplent shall send to the Division (by emalt or by facsimile transmission) the completed "Cartitication Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion" (Attachment G) for each intended subcontractor which Sub - Recipient plans to fund under this Agreement. The form must be received by the Olvision before the Sub-Reclptent enters Into a contract with any subcontractor. L 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 Chaptar 119, Florida Statutes, which the Sufa-Recipient created or received under thls Agreement, j. if the Sub -Recipient is allowed to temporarily invest any advances of funds under this Agreement, any interest income shall either be returned to the Division or be aeplied against the Divislon's obligation to pay the contract amount. k. The State of Florida will not intentionally award publicly-fursded 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 11) ('INA")j. The Division shall consftder the employe -neat by airy contractor of unauthorized aliens a violation of Section 274A(e) of the INA. Such violation by the Sub -Recipient of the employment provisions contained frr Section 274A(e) of the INA shall be grounds for unilateral cancelfatlon of this Agreement by the Division. I. Saction 287.05805, Florida Statutes, requires that any state funds provided for the purchase of or improvements to real property are contingent upon the contractor or po[[ticA subdlv[sion granting to the state a security interest in the property at least to the amount of stain funds provided for at least 5 years from the date of purchase or the completion of the Improvements or as further required by law. m.. Unles3 preempted by federal low, the DIvlsion may, at its option, terminate the Contract if the Contractor is found to have submitted a ralse certification as provided under section 287,135(6), F.S., or been placed on the Scrutinized Companies with Activities In Sudan Ust cr the Scrutinized Golrrpanles with Activities in the Iran Petroleum Energy Sector List, or been engaged In business operations it-, Cube cr Syria, of to have been placed on the Scrutinized Companies that Boycott Israel List or Is engaged in a boycott of Israel. (23)LO8BYING PROHIBITION a. 2 C. r-R. §2DU.450 prohibits reimbursement for costs associated with certain lobbying activRles. b, Section 216.347, Florida Statutes, prohibits "any disbursement of grants and aids appropriat?ons pursuant to a contract or grant to any person or organizatlon unless the terms of the grant or contract prohiblt the expenditure of funds for the purpose of lobbying the Legis[ature, the ]udicial branch, or a state agency." c. No funds or other resources recelved from the Division under this Agreement may be used directly or indirectly to influence iagisladcn or any other official action by the Florida Legislature or any state agency. d. The Sub -Recipient certifies, by its signature to this Agreement, that to the best of his or her knowledge and belief: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Sub -Recipient, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Marmber of Congress in oonneotion with tlio awarding of any Federal contract, the malting of any Federal grant, the making of any federal Ivan, the entering Into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperat[ve agreement. iii. If any funds other than Federal appropriated funds have been paid or will be paid to any parson for inPuiencing 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 em connection with this Federal contract, grant, loan of cooperative agreement, the Sub -Recipient shall' ccmplete and submit Standard t'orrn-LLL, "Disclosure of Lobbying Activities." iii. The Sub -Recipient shall require that this certification be included in the award documents for all subawards (including "bccntracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all Sub -Recipients shall carfify and disclose. iv. This certification is ra material rapresenta±ion of fact upon which rellance was placed when this transaction was made or entered into, Submission of this certification is a prerequisite o i R for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who faEla to file the required cer1lcatlon shall be subject to a civil penalty of not loss than $10,000 and not more than $100,000 for each such failure. V. If this subgrant agreement amount Is $100.000 or more, the Sub -Recipient, and subcontractors, as avllcable, shall sign Attachment M -- Certification Regarding Lobbying. (24)COPYRIGHT, PATENT MD TRADEMARK EXCEPT AS PROVIDED SEt,04U, ANY AND ALL PATENT RIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY RESERVED TO THE STATE OF FLORIDA; AND, ANY AND ALL COPYRIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY TRANSFERRED BY THE SUB -RECIPIENT TO THE STATE OF FLORIDA. a. If Ilia Sub -Recipient has a pre-existing patent or copyright, the Sufi -Recipient shall retain all rights and entitlements to that pre-existing patent or copyright unless the Agreement provides otherwise. b, if any discovery or Invention is developed in the course of or as a result of work or services performed under this Agreement, or in any way connected with it, the Sub -Recipient shall refer the discovery or invention to the Division For a determination whether tfre State of Florida will seek patent protection In Its name. Any patent rights accruing under or in connection with the performance of this Agreement are reserved to the State of Florida. If any books, manuals, films, or other copyrightabie materiai are produced, the Sub -Recipient shall notify the Divislon, Any copyrights accruing under or in connection with the performance under this Agreement are transferred by the Sub -Recipient to Ilia State of Florida. c, Within thirty clays of execution of this !Agreement, the Sub-Reciplent shall disclose all intellectual properties relatlrg to the performance of this Agreement which he or she knows or should know could give rise to a patent or copyright. The Sub -Recipient shaft 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 Dlvfslon shall then, Linder Paragraph (24) b., have the right to all patents and copyrights which accrue during performance of the Agreement. d. If the Sub -Recipient qualifles as a state university under Florida iaw, then, pursuant to section 1004.23, Plorlda Statutes, any Invention conceived axcluslvely by the employees of the Sub- 21 Recipient shail 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 bath parties hereto, each party shall have an equal, undivided interest in and to such joint inventions. TI e Division shall retain a perpetual, Irrevocable, fuliy- paid, nonexclusPve ilcense, for its usa and the use of its contractcr� of any resulting patented, copyrighted or trademarked work products, developed solely by the Sub -recipient, under this Agreement, for Florida government purposes, (25)LEGAL AUYHO_FIiATIC7 The Sub-Recipieflt caftifies that it has the lega4 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 csrtifies that the undersigned person~ has the authority to legally execute and bind Sub - Recipient to the terms of this Agreement. (26)E!21AI_ OPPORTUNITY EMPL9YMEN a, in accordance with 41 C, F.R, §60-1 A(b), the Serb -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, vvt-:Ich 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, scan, Insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as follows: 1. The contractor will not discriminate against any empioyae or applicant for employment bacauso of race, color, reliedi n, sex, sexual orientation, gender identity, or national origgin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without reward to their race, color, religion, sex, sexual orientation, gender identity, or national origin Such action, shall include, but not be limited to tha follow!ng: Employment, upgrading, dernotion, or transfer; recruitment or recruitment advertising; layoff or terminatlon; rates of pay or other forms of compensation; and selection for tralning, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. ii, The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, raliglon, sex, sexual orientation, gender Identity, or national origin. ill. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, ftcussed, or disclosed the compensation of the employee or applicant or another employee or 22 applicant. This provision shall not apply to instances in which an employee who has @Gress tc the compensation information of ether employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, In furtherance of an Investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duly 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 alS provisions of Executive Order 1 i248 of September 24, 1965, and of the rules, reguiat;ons, and relevant orders of the Secretary of Labor. vi. The contractor will furnish all information and reports required by Executive Order 11240 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his booms, records, and accounts by the adrninlstering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and ordei's. W. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, recduiattons, or orders, tuts contract may be oanceled, term'snated, or suepended in whole or in part and the contractor may be declared inell4ble for fu her 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 lmpcsed and remedies invoiced as provided in Executive Order 11246 of September 24, 1985, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. viil. The contractor will include the portion of the sentence Immediately preceftg ,paragraph (1 j and the provisions of paragmphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor Issued pursuant to section 204 of Executive Carder 11246 of September 24, 1955, so that such provisions will be binding upon each subcontractor or vendor. The contractor will toke srloh action with respect to any subcontract or uurcliaso order as the €drninistaring agency may direct as a means of enforcing such provisions, including sanctions for noncornpllance: 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 ardency the contractor may request the United States to enter Into such litigation to protect the interests of the United States. 23 b. The Sub -Recipient further agrees that it will be bound by the above equaf opportunity clause with respect to its own employment practices when A participates In federally assisted constructlon work: Frov(ded, that if the applicant so participalirg is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such governmant which does not participate in work on or under the contract. c. The Sub -Recipient agrees that it will asslst and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal cpportunl,y Clause and the rules, regulations, and relevant orders of the Secretary of Labor, teat It will furnish the administering agency and the Secretary of Labor such informitlon as they may requira for the supervision of such compliance, and that It will otherwise assist the acfa0isteiincg 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 contractor Contract modiflcativtl subject to EXeCUtive Order 11246 of September 24, 1985, 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 saictions and penalties for vloiation of the egrjal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of tabor pursuant to Part Ii, Subpart D of the Executive order. In addition., the Sub-Reciplent agrees that if it fails or refuses to comply with these undertakings, the administering agency may talcs any or all of the following actions: cancel, terminate, cr suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the Sub -Recipient under the program with respect to which the failure or refund occurred until satisfactory assurance of future corpliance has been recelved from such Sub -recipient; and refer tha case to the Department of Justice for appropriate legal proceedings. (27)LgE LAND AiyTl-KICi(BACK ACT The Sub -Recipient herehy agrees that, unless exempt under Federal law, it will incorporate or cause to be incorporated lnto any contract for construction work, or modification thereof, the following clause; i. Contractor. The contractor snail comply with 18 U-S.C, § 874, 40 U.S.C, § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are Incorporated by reference into tnls contract. il, Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FiiMA 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 ail of these contract clauses. Ill, Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as s contractor and subcontractor as provided in 29 C.F.R. § 5,12. 24 (23)CIQNTRACT WORK hlOOISS_AND 9AFFIY STANDABID If the Sub -Recipient, with the funds authorized by this Agreement, enters into a contract that exceeds $100,000 and involves the employment of mechanics or laborers, then any such contract must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of labor regulations (29 C F R Part 5), tinder 40'U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer op the basis of a standard work week of 40 hours. Work in excess of the standard worm week is permissible provided that the worker Is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked In excess of 40 hours In the work week. The requirements of 40 U.S.G. 3704 are applicable to construction work and provide that no tabover or mechanic must be required to work In surroundings or urtdar 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 rnarlwt, or contracts for transportation. (29)CLEAN AIR ACT AND THE FEDERAL LAATER P0LL1JTI0 Q.QNTR0I_6CT If the Sub -Recipient, with the funds authorized by this Agreement, enters into a contract that exceeds $150,000, then any such contract must Include the following provision; Contractor agrees to comply with all applicable standards, orders or regulations !$sued pursuant tc the Clean Air Act (42 US.C. 7401-7571q) and the Federal Wafer Pollution Control Act as amended (33 U.S.C. 1251-1:387) and will report violations to FEMA and the Regional Off ice of the Environmental Protection Agency (EPA). (30)SUSPENSICN AND DEI3ARViENI If the Sub-Racipient, with the funds authorized by this Agreement, enters into a contract, then) aDy such contract must include the following provisions: 1. This contract Is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 5000. As such the contractor is required to verify that none of the contractor, Its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 18t1.905) are excluded (defined at 2 C.F.R. § 180.g40) or disquailfled (defined at 2 C.F.R. § 180.935). U. The contractor must comPIy with 2 C.F.R. pt. 180, subpart C and 2 C.F.R pt. 3000, subpart G and must include a requirement to comply with these regulations in any lower tier covered transaction It enters into. iii. This certiftcatfon is a materla[ representation of fact relied upon by the Division, if It is later determined that the contractor did not comply wlth 2 C.F.R. pt. 180, subpart C and 2 G.F.R. pt, 3000, subpart C, In addition) to remedies available to the Division, the Federal Government may pursue available remedies, Including but not flmited to suspension anchor debarment. iv. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt, 180, subpart C and 2 C,F,R. pt. 3000, subpart C while this offer Is valid and throughout the period of any contract that may arise from this offer. The blddtir or proposer further agrees to Include a provision requiring such compliance in its lower tier covered transactions. 25 (31)13YRD ANTE-L.CBSYiNG AME( M�MT If the Sub -Recipient, with the funds authorized by this Agreement, enters into a contract, then any such contract must include the following clause. Byrd Anti -Lobbying Amendment, 31 U.S.C. § 1352 (as amended). Contractors who apply or bid for an award of $100,000 or more shall file the required certr'fication. Each tier certifies to the tier above that tt 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.G. § 1352. Each tier shall also disclose any lobbying with non - Federal Funds that takes place In connection with obtafninlg any Faceral award, Such disclosures are forwarded from tier to tier up to the recipient. If the Sub-Rec'.pient enters into a contract with a subcontractor for an award of $100,000 or more, the subcontractor shall sign Attachment Ibf — Certification Regarding Lobbying. (32) CONTEACTING WiTH SMA _L AND MINORITY BUSINESSES WOMEN'S BUSINESS -NTER Rai8rzS ANI) A OR SU P US R F RMS a. If the SO -Recipient, with the funds authorized by this Agreement, see'lks to procure goods or services, then, in accordance with 2 C.F.R. §200.321, the Sub -Recipient shaft take the following affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used wbeneyer p!2ssibte; Placing quallfied small and minority businesses and women's business enterprises on sclicitat'son lists; ii. Assuring that srnali and minority businesses, anti women's business enterprises are solicited whenever they are potential sources; IN, Dividing total requirements, when eco_nomica4ly feasible, into smaller tasks or gUantitles to permit maximum participation by small and minority businesses, and women's business enterprises; IV, Eeta biIshing dafivery schedules, mere ther I re me nLper its, which encourage partcipation by small and minority businesses, and won-�en's business enterprises; V. Using the services and assistance, as ?2 ro rfate, of such organ "Huns as the 9nnail Business Administration and the Minority Business Development Agency of the Department of Commerce, and vi. Requiring the ,prune contractor, If subcontracts are to be let, to take the affirmative steps listed in paragraphs 1, through v, of this subparagraph. b. The requtrerrrent outilned in subparagraph a. above, sometimes referred to as `socioeconomic contracting," does not impose an obligation to set aside either the solicitation or award of a contract to these typos of firms. Rather; the requirement only Imposes an obfigation to carry out and docurnent the six affirmative steps identified above. OR i c. The "socioeconomic contracting" requirement outlines the affirmative steps that the Sufi -Recipient must take: the requirements do not preclude the Sub -Recipient from undertaking additional i steps to invoive small and minority businesses and women's business enterprises. d. The requirement to divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises, does not authorize the Sub-Reciplent to t?reak a single project down into smaller components in order to circumvent the micro -purchase or small purchase thresholds so as to utilize streamlined acquisition procedures (e.g. "project splitting") 33. ASSURANCES. The Sub -Recipient shall comply with any Statement of Assurances incorporated as Attachment H. IN WITNESS WHEREOF, the ;parties hereto have executed this Agreement. w Name and Title: FIU# 59-6000375 OF MIAMI FIRE RESCUE Nodega, City M If slgnlmg atectronically: By pmvr'dirrq this electonic s'gnaturs, i am attesting that l ur!derstarrd thatelactranie sie3netures are fegaNy hirrding and nave the same meaning as hanchvniten signatures. I am also conCrrming that lntemat controls have been maintained and that poi' vs and procedures Piers properly failmed to ensure the authenCoity of the electronic signature. This statement Is to cerfifl that i cor:firm that this electrnr;;c signature is to be the legalty bir&ng equivalent of my handtvritten stgnaturs and that the date on this form is accurate to the test of my knowledge. STATE OF FLORIDA DIVISION OF EMERGENCY Gf=MENT Bw fm,,��`� r mac. Name a 27 THE CITY OF MIAMi, a municipal Corporation of the State of Florida ATTEST: Todd B. Hannon- t-- Arthur No iega City Clerk City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS REQUIREMENT5 By: By: Victoria Mendez Ann -Marie Sharpe, Director City Attorney Department of Risk Management this signature is for suibaward R0232 Counterparts and Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the ether parties an original signed Agreement upon request. 'jo EXHIBIT —1 THE rOLLOWING FEDERAL RESCU+RCES ARE AWARDEbl TO THE SU5-RFCII'1FNT UNDER TIllS AGREEMENT: Federal Program: Urban Arpa 2Mr�ty lr ik}at1vU,43E1 Federal Agency: V1,5 _I)QaLqLU a an Catalog of Federal Domestic Asslstance title find nurvibor; DZ.ai3Z' I Award amount; 114,G THE FOL1,0WING COMPLIANCE REQUIRENJE-IN 'S AAFLY TO TI- E- FEDERAL RE -SOURCES AWARDED UNDER THIS AGREEMENT: k Fedeml Program: i rba A ea e � i n file Ius A.51 List appl](,able compgance i quiroments as foJlov�s.. i• Sub -Recipient Is to use NrAfrig to perform $1191610 activities as ideri feed FY 2020 Department of Homeland Security Naticeof Funding Opporiunity. . Sub Fteclntent Is aubjeot to all edVnlstrailua and financial requirements as s©t forth In tnls Agreemant or will not be In compliance vAth tha tenns of the Agniament. 3• Sua-Re 1plent must comply with speclflc lawa, rules, or regulations that pertain to how the aAarded raaourcea mLet be used or how eligibility d9terminatlons a-e to be made. NOTE 2 G.F.R. Part 200, and Seatlon 215.97(51{1), Florida Statutes, raqulro that the Infor=nation about F€tiara! t'ragrams and Stato Projoeto Included in ExhOlt 1 be provided to the Sub-Reclplert. 28 ATTACHMENT A program`[ Budget Below is a general budget which outlines eligible categories and their allocation under this award. The Sub -Recipient is to utilize the "Program Budget=" as a guide for completing the "Budget petait Worksheet" below.. The Equipment category wail Fequire Authorized 'Equipment List (AEL) reference nurnber, The Authorized Equipment List (AEL) is a list of approved equipment types allowed under FFMA's preparedness grant programs. the intended audience of this tool is emergency managers, first responders, and other homeland security professionals. 'The 11st consists of 21 equipment categories divided into sub -categories, tertiary categories, and then individual equipment items. The AEL can be found at ht :llwwrw.fema. ovlau horized- ui ment-ti t At the discretion of the Sub -recipient, funds allocated to Management and Administration costs (as descriW in thy: "Proposed Program BUd9eV) nlay be put WvJards Programmatic costs instead. However, no more than 5% of each Sub -recipient's total award may be expended on Management and Administration costs. The transfer of funds between the categories listed in the `Program Budget and Scope of Work' Is pen pitted. However, the b-ansfar of funds between issues Is strictlyprohlbIted.. Award Allocation — issue 45 l $14,750,000,00 FY 2020 - State Homeland Security Grant Program-- Urban Area Security Initiative City of Miami Fire Rescue State Management & Administration withheld 5114 $737,500,00 Issue # 45 Expendable Award Alfacalion after 5% $14,012,500.00 reductwon LETF-Type Activities (25% of award allocation) This amount is not in $3,687,500.00 addition to the remaining award amount but instead signifies the amount needed to meet the 2 5% Management and Administration (the dollar amount which corresponds $560.50[3.Oo to 4% of the total local agency allocation is shown In the column on the dahtl. 29 BUDGET QETAII, WORKSHEET The Sub-Reciplent is regWred to provide a completed budget detail worksheA to the Dlvlslon, which accounts tar the total award as described in the "Proposed Program Budget if any changas need to be made to tha "Budget Detall Worksheet", . tar :hQ execution of this agreement, contact the Grant Manager listed to this agreement via email or letter. Dev0lflpincg haxardithreat�specft annexes that incorporate the range of preveri lon, protection, ras nse, and recover activltles _ _ -- Devetoping and implainenting homeland security support programs and adopting ongoing DHSIFEAAA national initiatives Developing related terrorism and other catastrophic event pravention activities Developing and enhancing plans and protocols cross -Clotting- Planning (Plailnlncg,'FraIning and 1 Exrrrclse); l.itta Item 2020-05 Developing car conducting assesements Protection -- Cybomecurity {Cyh(XsecUrity Threat m� { Assessments to include Election Security); Line [tam 1 j 2020w01 -- - -- - r Soft Target/Crowded Places - Protection - MSK Management for Protection Programs (Riskflfutnerability Assessrmont of Cl for Election Security);aloe item 2020-02 -- - Hiring of full or pEZUrne staff or contractoralconsultanta to assist with planning activities {not for the purpose of hiring pubila safety pemorinel fulfilling tradit[onai public safety duties Protection -- Cybersacurity (CybersacQrity ReSPOOSe Flans and Exercises); Une item 2020.01 Mtei & itzfcs 5hadug - Prevention -- lntettlgerace and Information Sharing l'R Anatyst}; Line item 2020. — Intel & info Sharing. -Prevention - irtte[i[ge nce and [nforMation Sharing (Metadata Planner); Una item 2020.03 Cros"utting -- Planning (Planners and Consaltantsi; lrfne item 2020-06 30 $633,433.00 � $563,433.00 f 5 f "' $266,500.00 � $266,500A0 I f 1 1 1 1 $50,000.00 1 '950,000.00 f 2 j u" 1 i $37,750.00 { $37,750-00 � 1 I ./ 1 € $62,OOO.00 $62,OOO.00 3 7 $43,000.00 $43,000.00 3 1 1 $796,441.00 $796,441.00 5 Response — public Health, Healthcare and Ems � $80,616,00 $80,516.00 7 Closed pC)[) Training 11Edaa , !_in© ltern 2020-12 Materials required to conduct planning activities Soft Target[Crowdad Places — Preven"tlon -- Pulbilc 1 $14,4ti0,00 $10,000.00 2 Information and Warning; Lino Item 21020-02. Travellper diem related to planning eotivities Overtime and backiliif costs (in accordance with o eratfonal Cast Guldance Issuance of WHTkompkmt UW ldenifficatfan cards Activities to achieve planning Inclusive of peape vrltl7 disabilities acid others with access and fune lonal needs and llrnited English proficfency Coordination with Citizen Corps Counclis for public Nformatio Jeducation and devotopment Of vnhrnteer Pre ra+�s Update governance structures and processes and plans I for timer ena Gammuncatlons Development, review and revision of continuity of operations plans Development, review and revision of the THIF2Ar'; R eontinu' of operatlons plans f + f't�1:. ''l• Ff�' :sa Yn���J. �1$ G i 8as diF�� .L� 5 ''j �� ��Y 3-�., ^i •� � L}�.S .��T. �E J Program management Development of whole communitj partnerships Structures and mechanisms for informatlon sharing between the public and prlvafe sector Implementing models, programs, and workforce enhanmrnent initiatives Tools, resources, and activities that facliltata shared situational awareness between the public and private sectors Operational support Soft Targ&Cronrdad Places — protection - Interdiction and Disruption (Operational OT); Line 1 $22,000,00 $22,000.00 2 tie 202a-02: i Utilization of standardized resource management concepts Responding to an increase In the threat level under the National Terrorism Advisory System (WAS), or needs In resulting from a National S eolal security Event 31 r 2 1 Relrmburserrmerrt fcr select aperatiornai expenses associated with increased security measures at crMcat Infrastructure sites incurred (up to 50 percent of tY;ra allocation) ©vertime fQr Information, Investgat}ve, and fMeMgencs sfrar}ng activities (ula to(] percent tf the aiJocation HOrg of rlow staff positionslcontractorslconsrrltants for participation in informatlonAntelilgence analysis and sharing groups or fusion center activities (up to 60 percent of the allocation) Intel & info $haring — Prevention — Intelligence and Information Sharing (Fusion analysts);'I..lne Item 2020-03 #)e-sign, 1)evefop, Conduct and Evaluate an Exerclse Full or tart -Tune Staff or Contractorslconsuitants - FWI or part-fte staff may be hired to support exero.se- related activitles. 'Payment ©f saiaries and Wage laenetits must ba in accordance Wth th,o pOldes of the state or local units) of government arid have the approvtil of the state m the awarding agency, whichever is applicable. The services of contraotorslconsultants may also be procured to support the design, development, conduct and evaluatlon of GBRNF- exercises. Thca applicants formal written procurement pollcy or the Federal Acquisition Re ulations FAR) must be (allowed, protoctlon r Cybersecurity (Cyborsecurlty response Plans acid Exerclaos); Lino Item 2020.01 $270,000.00 f $270,000.00 � 3 4 � $106,000.00 1 $106,000.00 1 1 FA Crass-Cuttlag — Planning (Planning, Training and q $245,240.00 $245,240.00 Exercise); Line Item 2020-05 Overtime and backf:il costs — 5vailime and backf ill costs, including expenses for part -true and volunteer emerger,cy response personnel participating in FEMA exercises _--- - implementation of HSE:EP Activitles to achieve exerclses InclasivG of paople With disabliftle_s and others with aweas and functional needs Travel - "gavel costs (l.a., airfare, mileage, per diem, hotel, etc.)are ailowable as expenses by employees who are on travel status for offlcfal business rafated to the planning and conduct of the exerclse project(s}. SUppiies - SUPP11es are Items that are expended or consumed during the course of the planning and conduct of the exerclse orclect[s] (0a, copying paper, gloves, 32 tape, non-sterlle rnasKs, and disposable p Interoperable communications exercises Activities to achieve Manning Inclusive of people with ltmlted English proffulency , Ov� VtTie and backfill for emergency preparedness and response personnel attending DHSIFEMA-sponsored and a proved trainln c}asses Overtirne,and backfill expanses for part-time and volunteer emergency response persar,noi perticlpating to OHS/FEMA training Training Worl<shops and Oonferences protection --- Cytser"Moritp (Trainings); Una item 2020-011 Response — an ,cane Security, protection And LE SW� AT S��claity Un(t 7ralnira�k i..lna ikDm 2Q24-11 Activities to achfeve training inclusive -of people with disabilities and others with access and functional .needs and limited English 2roficlency Full or Part -Time Staff or Contractors/Consultants Soft Targeticrowded maces— Prevention -- Public T~ Information Arid WarClln , ! jna Jtem :O22 -tf2 Grass-Cafttncq-. Planning (TralAllig Classes); Line� item 202045 Travel Supplies are itarns that Eire expanded or consomed during the course of the planning and conduct of the exercise project(s) (e,g., copying paper, gloves, tape, non-sterlte masks, and dfsEsabie protective e�ulpnlenij Instructor certificationlre-certification Coordination Wth C;tizen Carps Councils In conducting training exercises _ lnt®roperable communlcatlons training Activates to ac,hlove training lnolusive people with llmlted English pr❑flolency lrnrmVgration enforcement training 33 Md i I a r E � $'til,Odd.tl0 $3i1,4D0.4� I q ,�' I 1 $45,726.00 I $45,726.00 17 4 1 $20,130.00 1 $20,'i M.150 1 2+ t o f $1 T1,a23A i $M ,823,0 o f 6 1 V Ell pl le; uipment A4 qulsitl6n,costs ' The tabJ6 below hioh119hts th- a a116W&e:0010rr efit =: .,ca(eg�ries for pia award..A carriiSrehe�sive li�tln� of •• . tha5 a)l.vWBbie equltlmerit ea>`�gar!es, :and 8paclfic Gluantify _ Unit Coet •;(cafe► cost lJ 9sq[ripmenf sflg[t;7e �srider:eacft category;: are I�sted on t�is- wel k� sed version of ti7$'A ho lxed Equlparr fit Lis 14EI:} at i�tf�flynirw fema'.ccwls0thorized ear�iment lip# �y q . k� 'N r ti } s l �' k. s S s• �fS"Di f �f.'Ql �?- F it r 4.•y ,C �e h9r�_v.'•4'i'.i, s ly R!E•ew�1VT' t�' v�ri tie -�'. se - M ^Response — On scene Security, Protection and LE (MCI Equipment); !_ine item 2020.11; AEL #01LE-01- 1 $170,325.00 $170,325.00 7 f SHLD, OIL -01-hi09TFZ-01-C(9lll; 09MS-D4- BAND 09TR-01.MKIT �r �i / } � �j r, f- - 4 „ 'i'C•1; *"�" h. 'i' .k7,r. w :•Ye s . .4 1 s Emerging Threats -• Prevention — Interdictlon and Disruption ('Bomb Team Equipment); Line (tern 2020- 1 $116,000.00 $115,000.00 4 AEL #02EX•02•T'LPS, 02PE-01-BSUT, 02EX-02- - TLRO Emerging Threats — prevention -- Screening, Search and•Detection (EOD Detectors); Line !tarn 2020-04; 1 $94,650.00 $94,660.00 4 AEL #02EX-02 ][RAP, 02EX-DO-PB1E, 2IGN-00-MAIN .,'""`� ' ��c ..��ld k���•�'.� I{� p �•� �'�3 4 L��' .Y' E.�r• �PX,f � ^�+uY-d!-.•�'3as ,� *�. % 2� r•y+ r rt r -.:p. r -.r1 r�i'Tit4. Soft TargetlCrowdod Places — prevention -- Screening; Search and Detecb n (LPR Syebms); Line Item 2020-02; AEL #030r=-01-ALPR;12TR-00- 1 $760,494.00 $7W,494.00 2 TEQP; IRE-00-BURV, 04AP-02-AVLS; 21014-00-SHIP; 21GH-004NST Soft TargetfOrowded Places -- Prevention -- Screening, Search and Detection 18urvslilance 1 $13s5,807,0[! $166,007.00 2 Platforms); Line item 2020.02• AEL #030E-07-ROVL Emerging Threats — Prevention -- lnterdictlon and Disruption (Robots); Linn ifern 2020-04; AEL #030i^- 1 $b6$,911.l11i $688,911.00 4 07-ROBT, 030E-07-UMVS, 02EX-01-XRAP, 02PE-02- ESUT Response — Mass Search and Rescue Ops (TR'T Equipment); Line item 2020-10. AEL #03SR•02 TpHY, 03311-02TPEL; ()SME-05-LrrR7,/030E}05A0PH, QGCP- 1 $164,237.00 $164,237.00 7 03-IcOW, 03SR-03-SCAM; 01AR-Q1-SCSC; 030E - ROPE, OIUR-01-Ffl.MT, 40CP43-PRAAC, 430E-4i- CrrTAC Response - Mass Search and Rescue Bps (Sonar); Line item 2020-10; AEL 003WA-02-8014R, 04HW-01- 1 $34,676.00 $34,676,00 7 INHW _ 34 2 U FA EJ Response -- on scene Secu rity and LE (Night Vision); $469,363.00 $459,365.00 7 'r I ine Item 2020.111, AEL 9030E-02-TILA Response-- Situational Assessment (SUAS); Lana 1 $176,000.00 $175,000.00 7 Item 2020-13; AEL #030E-07-SUAS Response Communications - Interoperable , Corny WIOa byre (Mobile Message Boartisr ; Line Item 1 $40,000.00 $40,000.00 8 2020.14; AEL #030E-03-SIGN �;3^Vik%Sr _UR y;.. 1Y" Y X Yy �.�YYKr.. F- aril1'e. d ; !•' iF i, Y r } r is.� ,7>j Intel & info Sharing - Preventlon - Intelligence and Information Sharing (GIB Dashboard for Fuslon 1 $16_12,713,00 $162,713,00 3 Co ter), Line Itern 2020-03- ML #04AP-03•GISS Intel &Info Sharing - Prevention - Intelligence and 131( Information Sharing (Real Time Crime Center Build 1 $269,293.00 $269,293.00 out): Una item 202003, AEI #D41-W.Oi4NHW Cross -Cuffing - operational Coordination (ICS Softwarel OEOC); fine Itom 2020-06, AEL 04KW- 1 $277,875.00 $277,875.00 6 01-1NHW, 04SW.04-Niw`i W, 04AP-06-CDSS, 04AP-Di- CADS, 04AP-03-GISS Response -- Situational Assessment (018 System for W~ V Fire), Line item 2020.13; AEL. #04 P-03-GISS, 04HW- 4 $34,606.00 $34.,605,00 7 01-INHW, 04MD-03-DISP .. W. SAY y ( 7 [ at. ,+..S:f. 1J`'ItlSi�E4: 4IF'Gnl Y[.Yy.�.1TY-,, Ott % 4: -e3 a4':+j:-•-x'L 31.•l y ,•t L-� ro Le.a Protection- Cyberseeurity (CybersecurltyThreat Assessments to Include Election Security and 1 $18,160.00 $16,160.00 1 software); Line Item 2020.01; AEL #06NP-004DPS Protection -- Cybersecurity (Cybersawrity Equipment); Lino item 202"1; AEL 906NP-OD-I 7PS, 7 $338,956.00 $338,956-00 9 ` OSHS-40-101ALW; )6NP-00-E`WAE Response Communleatlons -- Interoperable Communications (Interoperable Comma); Line Item 2020.14; AEL f#06CP�01-PORT, OFECP-03•PRAG, 1 $1,386,691.00 Si,385,891.00 8 04HW-01-INHW rIOSC4043AT`i', WCP-01,MQBL, 210WOO-iNST, 06C13.0243RDG, 06CC-03-SATB, 061` 01•R -IT, I21R gO-TEQP %1-I�ll7J C.li++ll l�"Y��'1° x�,�,?nh }. Emerging Threats -- Prevention - Screening, Search and Detection (Ramat I)etsctors); Uno Item 2020-04; 1 $200,240.00 $200,240.00 4 ` AEL 007RD-02-PRDA, 07RD-0%-14HSM •: Y i:ti i 'n, f}. ;Y. �.! `k �r s t r. 4 Y. �peeQi�tt��ir�a�i;,br�.��i�Ip{�t4t�t•• ,� , •,: ; W I ��.�NI'�nG![lea(,i�e�po►�Y},Y�,1'l�Iclesi= 4 ; . 41 "•' Z '�•. 4 • Soil Targot/Crowdad Places -- Prevention -- Scruening, Search and DotectIon (Surveillance 1 $366,776.G0 $306,776,00 Vehicles); Litre atom 2020-02; AEL #12VE-004It5S; 04F[W-01-INHW; 04MO-01-VCAM; 04AP•02-DGPS Response - Critical Transportation (Response J Ve€�loles), Lin a Item 202M9; AEI. #`12 VE-00-Ct+lMDV, ! $7fl8,877.00 $788,E377.00 � 7 f 12VE-00-Miss Soft Target/Crowded Places - Prevention - Scroening, Search and Detoction (Surveillance ulpment); LLnr ltem 2020--02; AEL 913LE-00-SURV Response Communications w Interoperahle Communications (Emergency Notification System); Line Item 2020-14, AEL 0131TAO-ALRT Safe TarletlGrowdsd Places -- Protection - Access Control and Identity Verification (Access Card Readers and Credentiaiing Systems); Line item 2024- 02; AEL #14SW-01-VIDA, USVVOI IPAGS, 21ON-00,- ENf8T 21 Gib-0C1-Cl�iS"i, O�iI' W-01 Wtt*lHW, 0 4AP-45�FtP-13 Soft TargetfCrowded Places - Protection -- Physical Protective Moasures (CC*rV Systems); L.Ine Item 2020-02; AEI-#140V-01-VIDA, 145WOq-PALS, 21GN- 00-INST, 04Mp-03-DISP, 0414W-01-INHW,14SW-01- ALRM, IOGE-00-GENR; 21GN-00-CNS`r; 21GN-00- MAiN Soft Targoticrou ded Places - Protectlon Physical Protective Measures (Portalale Vehicle Barriers); Line Item 2020-02; AEL # i4SW-01_WALL i~merg nqi Threats - provontion -- lnterdlotlpn and Disruption (Maritime Radar); Line item 2020-04; AEI. #148W-02-RADR Recovery - Infrastructure System (E811 Backup Ethernet); Line item 2020-15; AEL f#14Ci-01-Gt70P 36 1 $53,760.00 $53,760.00 2 1 $47,698.00 $47,698.00 8./ jy j � C. t-tia_ {_• � , I 1 $231,763.00 'yam• $237,763.00 2 V 1 $1,394,946,00 � $1,394,946.00 1 2 � r� 1 1 ( $240,1000.00 $240,000.00 1 2 j,/ 1 § $150,3$2.00 1 $1150,3$2.00 j 4 � J 1 $20,00UO I $20,000.00 1 8 1 r Inspection and Screoning Systems -- Soft TargetlC€owded Places - Protection -- Physical u � Protective Noasuros (Magnometers); Line itarn 2020- 1 $35,000.00 $35,00D.00 2 02; AEL #15SC-00-PPSS -- - Animal Care mid Foroign Animal Dlsiaase . . a ,?4 , �, ; Yerre�ntloCili�Rd R�S�brtSa'W�f4fCr�1} _ 4$136,000.00 Response -- Crltfcal Transportation (Response Vessels), Lino item 2020-09; AEL # I7WC-0O-BOAT - 1 $336,000.00 T CBRI•k 61atkiri,E qulpmen# C8 il:Ya is##rllap4`pmnt`' -•' 'AS+ o, rYYjiliV .•1 •.144 _ 7Y ,R 1. _ �a+'*� �1.+."' r "'W. L. y :,7. .raA "3 R,I Ernprging Threats - Prevention - Forensics and Attribution ILasor Scanner for Grime Scene 1 $43,166.00 $43,166.00 4 Recreating); Line Item 2023-04; AEL #20CS-02-UVLT w____ Critical emprg�ncy scrppilQs C} rrsedquli[neric'vst� i,rlud art};cdn�tll6rn►7ati6ri lwastin i€i€s Gatgb[Xmvlusf lea �i�#uf�e�d �y ���q:�''to i►;�-Use o�`�,cuYri#�,�dr'Lor�st�ctto�_a€ reiroiesf 4h�. � - :`�:�. r Intel Info Sharing -- Prevention -- intelligence and Information Sharing (Fusion Center Operations); line item 2020-03; AEL #l04HW-014NHW, 431'T-00-017i,; 1 $240,000.00 $240,0000ii 3 131T-00-ALRT Cross- Ott g -Operational Coordination (EOG - Enhancomentl5ustainment); Lima item 2020-06; AEL. #04HW-01-INHW, 21GN-00-0CEQ, 04AP-45-CDSS, ` 131T-00-ALRT, 04AP-01-GADS, 04NID42-PROD, (i4HW-Q1-HFfCD, 46CP-45-VC43iJ, 06CP-01-PORT, 04MD.03.DISP,21GN-0�0.CNST, 2°IGN-00•MAIN, 06CC- 1 $583 009.00 ' $683 009.00 6 03-SATS, 06CC4N9ATP, 06OC-04-SADS, flCCC-01• l CELL, 14SW-01-PACS, 14040-CC OV, 21GN-004NST, 04i-i'ViSf-01-CAE 4 , 07SE.03-ENVS 06CG.05-PRTV, 06CO-02-OSAD I Mitigation -Community Resilience (CERT Planning, Training and Equipment); Une item 2020-07; AEL #21GN-00-CCEQ, 190N,00•SGPK, 21CR-00-MEDI, 1 $4.90,700,00 $490,700,00 6 OOCP-01-POINT Mitigation --Long Terra Vulnerability Reduction (Maintenance and Sustainment); Line item 2020-08; 1 $277,471.00 $277,47110d 6 AEL #21 GN-00•MAIN _ TOTAL EdLJIPMrzNT EXPE14DlTURF-S $10,652,442.00. 37 J Hiring of full-time or part-time staff or cuntractorslconsultants: to assist with the management of the respective grant program; application requirements, and compliance with reporting and data collection requirements M&A Salary Personnel, Line item 2020.16 1 $500,000.00 $500,000.00 Development of operating plans for Information collection and processing necessary to respond to DNS/FEMA data calls Overtime and backfill costs — Overtime expenses are defined as the result of personnel who worked over and above 40 hours of weekly work time In the performance of FEMA — approved activities within the scope of this grant Hackfill Costs also called "Overtime as Backfill" are defined as expenses from the result of personnei who are working overtime In order to perform the duties of other personnel who are temporarily assigned to FEMA— approved activities outside their care responsibilities. Neither overtime nor backfill expenses are the result of an increase of Fuil _ Time Equivaient (FTEs em to ees. Travel expenses M&A Travel, Line item 2020-16 1 $10,500.00 $10,500.00 Meeting -related expenses Authorized office equipment: Including personal computers, laptop computers, printers, LC❑ projectors, and other equipment or software which may be required to support the implementation of the homeland security strategy. Off fee Supplies, Line item 2020-16 1 $25,000-00 $25,000-00 The following are allowable only within the agreement perled: Recurring fees/charges associated with certain equipment, such as cell phones, faeces. Leasing and/or renting of space for newly hired personnel to administer ra rarns within the grant program. Recurring Expenses (Fedex, storage fees, etc), Line 1 $25,000.00 $25,000-00 Rom 2020.18 1 .. TOTAL AWARD EXPENDITURES I $14,012,60A 38 ATTACHMENT B SCOPE OF WORK Sub-rNeclpieVts must comply with all the requirements In 2 C,F,R. fart 200 (Un;form Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards). Funding Is provided to perform eligible actiultles as tdontlfled in the Domastic Horneiand Security -- Federal Emergency Management Agency Natfortal Preparedness Directorate Fiscal Year 2020 Homeland Sac urity Grant Pregr5rn (HGGP), con s1stant wb the Dspar ment of Homeland Security State Strategy. Eliglblo activities are cutiinad In the Sccpo of Work for each category below: Issue and Project Descrlptlon issue 45, The urban Area Security Initiative (UASI) has ailorwebie Management and Administratlon (M&A) coats associated with R. The Division of Emergency Management, as the deslgneted State AdmInlstrative Agency, will retain five (5) percent of the total UASI amount allocated to Flprida for M&A purposes. These funds w{!I provide the 9AA with the means to manage and administer the UASI grant. The proper management and administration of these funds ensures that each project Ilated will be fulfilled, or partially fulfilled, more efficlently while re€naINW In compliance with the {NHS Federal Fiscal Year 2020 f Icrneland Security Grant Program Guidance. 11. Categories and Eligible ACtfvlti©s Z~Y 2020 allowable costs are dlvlded into the following categories forthls agreement: Planning, Organizational, Exercise, Training, FquIpment and Management and Administration. Each categary`s allowable costs have been fisted in the "Budget Detail Warkshoet" eve. A. Allowable Planning Relatod Costs HSGP funds may be usod for a range of emergency preparedness and management planning activities subh as those associated with the developmeni, review, and revision of the THiRAr SPR, corttirwity of operations plans, and other planning activltles that support the Goal end placing an ernphasis on updating and melntainlrtrg a current EOP that conforms to the guideilnes outlined In CPO 101 v 2.0, ■ Oeveloping hazardlthreat-specific annexea that incorporate the range of prevention. protection, response, and recovery activities; • Developing and Implementing homeland security support programs and adopting DHSIFEMA nattonai Initlatives; a Devabping related terrorism and other catastrophic event prevantlon activlties; • Devsioping and enhancing plans and protocais; • Developing or conductfng assessments', ■ Hiving of full -or part-time staff or contracticonsultants to assist with planning ac.dvlties (not for the purpose of hiring public safety personnel fuifilling traditional public safety dLrtles); N4aterlals required to conduct planning activities; * iravellper diem re" afed to planning activities; Overtime and backflll costs (In accordance with oparativnal Cost Guidance); « Issuance of lhll-ITl-r.ompliant Tribal Identification card; ■ Activities to achleva planning Inclusive of people with dfsabilitles, a Coordinatlon with Citizen Corps Councils for public into rmativnleducation and development of volunteer programs; • Update governance structures and processes and plans for ema,ency communications; and • Ad`ivitles to achieve planning inclusive of people with Ilmlted English proficiency, 39� IL Allowabl© Organization Related Coats (HSGP and UASI Only) Sub -Recipients proposed exper-ditures OF -5113P or UASI funds to Support crcganira€ion actfvitles Include: Program Management,- 9 Development of whale community partnership, through gaups Such as Otlzen Corp Counclisi • Structures and mechanisms for information sharing between the public and private sector; • lmplernenting models, programs, and workforce enhancement initiatives to address ideologically Inapired radicalization to viofancc© In the homeland; • Tools, resowces, and wtivlt°tes that' facilitate shared situsfional awareness between the public and private sectors; 0 opemflonaf Support; Utiitzatlon of standardized resource management concepts such as typing, Inventorying, organizing, and tracking to facilitate the dispatch, deplayrnent, and recovery of resources before, duvintij, and after an incident; Responding to an increase in the threat level under the National Terrorism Advisory 5ystern (NTAS) or needs resulting from a National Special Security Event; and +► Paying salaries and beneffis for personnel to serve as qualified Intelligence Analysts. Per the Personnel Reimbursement for Intelligence Cooperation and Enhancement (FRICE) of Homeland Security Act, Pub, l_ No, 110Al2, § 2, codiffed In relevant part, as amarrded, st 6 U°S.C, § UDO(a), H,9GP and UMI funds may be used to hire new staff And/or contractor positions to serve as imelligenre analysts to enable InbrrnationAnteiligence Sharing capabillUse, as well as support existing Intelligence analysts p.Wrlous y covered by HSGP or UASI funding. See 6 U.S.C. § 609(a), To be hired as an Intelligence onalysf, staff endtor contractor personnel must meet at Ieast one of the following criteria: • Complete training to ensure baselirs0 proficiency In intelligence analysts and production within six months of being mired; andlor, a Previously served as an Intelligence analyst for a minimum of two years either In a federal intelligence agency, the mil€tary, or state arWor local law enforcement lateslllganee trait° ntalllgena Analyst Activities AllowaDlo Costs (HSGP and UASI) All fuslon center analytical personnel must demonstrate qual;ficattons that meet or exceed competencies Identified in the Cornman Competencies for state, local, and tHbal lnteflfgence Analysts, which oulfines the minimum catogorlez of training nreded for Intelligence analysts, A ct',Mo� ote of completion of such training must be on file with the SAA acid must be made aysllable to the recipient's respective FEMA HO Program Analyst upon reques`,. States and Urban Areas must justify proposed .expenditures of HSOP or UASI funds to support organization activitfes within their IJ subrnisslon° All SAAs are allowed to Utilize up to 50 percent (50%) of their HSGP funding and all Urban Areas are allowed up to 50 percent (60%) or their UASI funding for personnel costs. At the request of a Sub -Recipient of a grans the l=E,MA Aciministratac may grant a waiver of the 60 pereart (50%) tirnitation noted above, RKuest for waivers to the personnel cap must be submitted by the SAA to GPD In writing on official letterhead, with the following Information: Moumentation explaining why the cap should be waived; . Conditions under which the request is being submAtod; and A budget and mefhQd of calculation of personnel casts both in percentages of the grant award and in total dollar amount, To evold supplanting issues, the request mustaisO Include a thfee- year staffing history for the requesting entity. Law Enforcement Terrorism Prevention (LSTP) Activitles Allowable Costs (HSGP and UASQ l�ETP Ac#fvttlee etlglbte for use of f_ETPA focused funds irr<niude lxut era Mt limited to, 40 Maturation and enhancement of designated state and major Urbaia Ares fuslo a centers, including Information sharing and analysis, threat recognition, terrorist Inter+dict!on, and tralningl hiring of intelligence analysts; + Coord,n€af on between (union centers and ether anafytical and invesilgativa efforts Including, but not limited to Joint Terrorlsrn Task Forces (J7 TFs), !'field Intefklgence Groups (1710s), Fligh Infenslty thug Trafficking Areas (HiDTAs), Regional information Sharing Systems (RfSS) Centers, criminal intelligence units, and real-time crime analysis centers; ► Impkementaflon and maintenance of the Nationwide SAR MUM), Including tralning for front line .personnel on identifying and reporting suspicious activities; and • implementation of the "If You See Something, Say Something" campaign to rakse 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 andlor expand the DHS 'if You See Something, Say SomethingQ" i campnlgn using grant tunds work directly with the DHS Office of Partnership and Engagement (OPE) to ensure all public awareness materials (e,g., videos, posters, tri-folds, etc,) are consistent with the DHS's messaging and strategy for tha campaign and compliant�Mlh the Initiative's trademark, which Is 1103head to lei tS by the New York Metropolitan Transportation? Authority. Coordination with OPE, through the Campaign's Office (seesayQhp,dhs.gov), must be facilitated by FERIA. + increase physical security, through few enforcement personnel and other protective measures, by implementing preventive and protective measures at criticral infrastructure site or at -risk rionprotef organ lxations; anus Bultding and sustaining preventive radiological and nuclear detection capahllltias, Including those developed through the, Securing the Cities Initiative. Grganizativnal activities under HSGP and UASI Include; Operational Overtime Costs. In support of efforts to enhance capabilities for detecurto, deterring, dImpting, and preventing We of terrorism and other catastrophic events, operational overtime crests are allat;+jable for increased protective security measures at critical infrastructure sites or other high -risk locations and to enhance puUk; safety during mass gatherings and high-profila events, In that regard, HSGP uLu b-Recfpienta are urged to considor using grant ft,4nding to support salt target preparedness activities. HSGP or UASI funds may oe USOCI tp support select operational expenses associated with Increased security measures in the authorized categorias cited below: • Bar,10 and overtime expenses for staffing State or Major Urban Araa fusion centers; ■ Hiring of contracted security far critical infrastructure aitaa; • ParticipaVon In Regional Resiliency Assessment program (RRAp) activities; • Pubilc safety overtime; • Title 32 or State Active Duty National Guard deployments to protect cMlcai infrastructure Sites, including at) resources that area mart of the standard National Guard deployment package (mote: Consumable crests, such as fuel expenses, are not allowed except as part of the standard National Guard deploym-ent package); • Increased border security activities in coordination with CBP; • National Terrorism Advisory System; • National Securlty Everts; • Special Event Assessment Rating (SEAR) Level 9 through 4 Invents • States of I-mergeacy; ■ National Crttical infrastructure Prioritization Program (NOIPF, • Directed Transit Patrols; and 41 s Operational Support to a Federal Agency. Operational Overtime Requests: • Except for an elevated NTAS alert, HSGP or UASI funds may only be spent for operational overtime coats upon prior written approval by FEMA. The SAA toast submit operational ovartlme requests in writing to its assigned FEMA Program Analyst (PA). FEMA will consider requests for spisd al event activities up to one year It; advance. However. such requests must he within the award's currer}t period of performance and must not result In the need i"or a request to extend tl7a parlod of performance. • All operational overtime requests ,must cloarty explain haw the request meets the criteria of one or moro of the cateUorles listed in the table above. Requests must address the threat environment as it relates to the event or activity requiring operational overtime support and explain how the overtime activity is responsive to the threat. • Post -event operational overtime requests will only be considered on a ease--lay-case basis, where Ills demonstrated that eAgent circumstances prevented submisslon of a request in advance el the event or activity. • Under- no circumstances may DHSIFEMA 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 aiigibte operational overtime expenses incurred by the state (per the above guidance iim,tabons). Any UASI funds retained by the state must be used in direct support of the high -risk urban area. States must provide doCUmentation to the UAWG and DHSjFEMA upon request demonstra:f ng hove any UASI funds retained by a state wavU directly support the high -risk urban area. FEMA wili consult and coordinate wVh appropriate DHS components as necessary to verify Information used to support operational overtime requests. Personnel Costs (HSGP and UASI) Personnel hiring, overtime, and backfili expanses are permitted under this grant to perform allowable HSGP planning, training, exarcise, and equipment acllvitles. Personnel may include but are not limited to training and exercise coordinators, prograrn maragars for activities directly associated with HSGP And UASI funded activitles, ir;teliigence analysts, and. Statewide interoperabilitycoordinators (SWiC), Sub -Recipients should refer to Information btuiietin No. 421b, Clarification on the Personnel Reimbursement for intelligence Cooperation and Enhancement of Homeland Seouhty Act of 200a (Public Law 110-412 -the PRICE Act), Oct. 30, 20i J. HSGP funds may not be used to support the hiring of any personae Ito fulfil traditional public health and safety dutles nor to supplant tmdltional public health and safety positions and responsibilitles. Tho following definitions apply to personnel costs: Hiring. State and local entities may use grant fur7ding to cover the salary of newly hired personnel who are exclusively undertaking a.ilowahle DHSIFEMA grant activities as specified In this guldance. This may not include new personnel who are hired to fulfill any non- DHS�FEMA program activities under any dreurnstances. Hiring will always result in a not increase of Full Time Equivalent (FTE) employees, Overtime. These expenses are iimled to the additional costs that result frorn personnel working over and above 40 hours of weekly work t"rne as the direct result of their performance of DHS/FEMA-approved activities specified In this guidance. Overtime associated with any ot h e r ac tivity is not eligible. Bacic#lll-RelFatod Ove►flrrre, Also called "Overtime as SacklIll, these expenses are limited to overtime costs that rasult from personnel who are working overtime (as identified above) to perform the duties of ather personnel who are temporarily assigned to DHSJFEMA: approved 42 activities outside their care respanslbll[ties. Nelther overtime nor back€ill expenses era the result of an increase of FTE employees. • Suppfarrflncg, Grant funds wall be used to supplement existing funds and +mill not replace (supplant) funds that rave been appropriated for the same purpose. Applicants or recipients may be required to supply documentation certifying that a reductlon in non-federal resources occurred fcr reasons other than the race ipt or expected receipt of federal funds. OPSG funds may be used for domestic travel and per dlern, tnctuding costs associated with the deployment/redep[cyrnent of personnel to border areas and for travel associated with lava enforcement entitles assisting other local jurisdictions in taw enforcement activities (travel costs must be In accordance with applicable travel regulatlons), Organization (OPSG) Operational Overtime Costs, DPSG funds should be used foroperat'onal overtime costs associated with law enforcement actfvitles In support of border law enforcement agencies for Increased border security enliancement. Overtime pay is for enhanced patrol for certified public safety off !cars, along with limited support for other law enforcement direct support personnel (e.g., Communication Officers/01spatchers, nori-sworn petrol pilots, etc,). Overtime shall be roimbursed consistent with the non- federal entity's overtime policy and the recuIrements as stated below; f Overtime is time worked that exceeds the required number of hours during an employee's designated shift, « Overtime must to worked to Increase patrol capacity and be In support of Identified and approved USSP border secvrAy operatlons, • The OPSG overtima €JouaLly rate ref pay will be no more than the approved overtime rate per local law and policy and must he In accordance with applicable State and Federal regulations. • Exempt salaried ernplayees may not be relrnbursad for overtime unless the non-federal entity's policy specifically ellovls for overtime reirnburserrent for these employees, + The non-ferteraI entity may not utlllxe 0PS0 funding to pay for an employee's overUrna horns or pay that exceeds 16 hours worked In any 24•hour period, Personnel Costs (OP 3G): Up to 50 percent of an OPSG a`�rard 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 tIv g{ranti. At the request of a recipient or Sub-RGdp€ant, the FEMA Administrator (or designee} may waive the 50 percent personnel cap. Irifatvor decisions are at the discretion of the FEMA Administrator and will be considered on a case -by -case basis, Further, changes In scapfa car objective also require FENI 's prior written approval pursuant to 2 C.F.R. 200,306(c)(IXI). A Formal OPSG personnel waiver request should; • Be on official letterhead, include a written justification, and be signed by the local jur€sdlation. include a budget and method of calculation of personnel costs moth In the percentage of the grant award end in total dolfa• amount, reflecting the change In scope or objective to the project. Include an approved Operations Order from the US13p Sector office that supports the local jurledictIon's wrltfen justification. ■ So coordinated vilth Ih@ US13P Sector, SAA, and the DHSICBP Office of the Border Patrol (OBP), As with all OPEC personnel casts, OPSO grant funds will be used to supplarrrent existing funds and will not replace (supplant) funds that have been approprlated for the same purpose. Applicants or recipients may be required to supply documentation certifying that a reductlon in non-fedoral resources occurred for reasons other than the receipt or expected receipt of federal funds. 43 Temporary or'Farm Appointments Sulu-Reclplents may utilize temporary or term eppointments to augment the law enforcement presence on tho 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 psrlod of performanola. Y For OPSG purposes, tam poi'mry appointments Era non -status appointments far less than one year. • OPSG funding for temporary or terra appointor ants 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-fr.rrided patrols throughout the Sector Area of Operation; • To staff operations of limlted dtAm lon; such as 0PS0-enhanced anforcemerrt patrols targeting specific IoCations or criminal activity; and, • To fill OPSG Positions in aatMt[es undergoing transition or personnei shortages and local backfilI po[lciss (medicallrnURary deployments). r OPSG terry; and temporary appointments must have all necessary certifications and training to enforce state and local [Ewe. OPSG funds will not be used to train or certify term or temporary appointments except as othorMse stated In the OPSG section of this manual and the HS P NOM e Sub -Recipients must follow their awn appilcable policies and procedures regarding temporary or term appointments. Unallowable Costs (OPSO) OPSG unallowable costs include costs associated With evidencfl collection, arrest processing, prosecution, and Traffic/DUI checkpoints, such as evidence documentatlorr cameras, fingefprintlog suppiles, alcohol breathalyzers, portable work lights, traffic barricades, and slmliar law enforcement expenses. Additional unallowable costs a!so include costs associated with staffing and general IT computing equipment and hardware, such as personal computers, faxes, copy machines, rnodame, etc. OPSG is not intended as a hiring program. Therefore, applying funds toward hiring full-time or psermspent svrorn public safety officers is unalloviable, DPSG funding shall not be used to supplant Inherent routine patrols and law enforcement operations or activ[tles not directly relates} to providing enhanced coordination between local and federal law enforcement agancies. Finally, construction aridlor renovation casts, and exerclse expenses are prohlbited under OPSG. C. Allowable Exercise Related Costs Exerclses conductod with grant funding 3houfd be managed and conducted consistent with HSEEP, HSEEPI guldance for excrrise design, development, conduct, evaluation, and improvement planning Is located at hffps:1Avww,fama.govlexerclse. * Design, Deve'op, Conduct, and Eval late an Exercise r Exercise Planning Workshop a Full- or part-time staff or contractors.+consultants s Overtime and backfill costs, including expenses far pert -time and volunteer emergency • response persorinal participating In DHSTFEMA exercise Implementation of HSEEP • Activities to achieve exercises inclusive of people with disabilities Travel 5upplies'assoclated with ailaovatble approved exercises r lnteropierab[e communications exsroisea 44• Addltlonai Exercise information 5ub�Reclplents that decide to use HSGP funds to conduct all exeroise(s) are encouraged to complete a prograss;ve exercise series. Exerclses conducted by states and Thigh risked urban areas may be used to fulfill similar exercise requirements required by other grant programs, Sub-Necipients are encouraged to Invite representativealplanners involved trite other Federally mandated or private exercise activities. States and nlgh risked urban areas are encouraged to share, at a minimurn, the multi-yeartrsfnfng and exercise schedule with those departments, agancles, and organizations Included in the plan. Validating Capabilities. Exercises examine and valldate capetaitities-based planning across the Prevention, Protection, Mitigation, Response, and Recovery misslon areas. The extensive engagerr GM O� the wftiole crarrrn- Unity, lnciuding but not Ilmited to exarnirling the needs and requirements for individuals with disahilitles, individuals with Ilmlted English profclency, and ethers with access and functional needs, 's asseMial to the development of an effective and comprehensive exercise program. Exercises are designed to be progressive -- incroasing in scope and complaxlty and drawing utaon results and otdcomes from prior exercises and real - world incidents —to challenge participaUng communities. Consistent with, Homeland Security Exercise and Evalualicn Program guidance and toots, tha National Exerciss Program (NEP) serves as the princlpal exercise mechanise for examining national preparedness and measuring readiness. Exercises should align with prilo fes and capabilities identified In a multl-year TEP. Special Even Maiming. I f a state ar Urban Area will be 'hosting a special event (e.g., Super Bowl, G-8 Summit), the special event plannlrrg should be considered as a training or exarclse activity for the purpose of the multi -yeas 1'EP, States must include all confirmed or planned spacial events in the Multl-year TFP. The state or Urban Area may plan to use HSOP 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 E'xercfscs, States should also a nticlpato participating In at least orre Regional Exercise annually. States must include all confirmed or p(annod special events in the Will - year TEP. Bois of Non -Government -al Exrtitles in Exercis as. Non,governmenteJ participation in all levels of exercises Is strongly encouraged. Leaders from non -governmental entities should be isacluded to the planning, design, and evaluation of an exarclse� State, local, Tribal, and territorlat Jurlsdicilons are encouraged to develop exercises that test the Integration+ and use of non -governmental resources provided by non jovsmmental entitles, defined as the private sector and private non-profit, faith-basod, community, participation In exercises should be coordinated with the Ic)cal Citizen Corps Coundl(s) or tNIr equivalent and other partner agencies. FDIE M Stale TralnIng Office c+ondItlons Par Exerc[so s: For the purposes of this Agreement, any exeirdsz which is compliant with f-lGtin EP standards and contained in the State of Florida (and County or Regional} MYTEP quallfles as an authorized exercise. The Sub -Recipient can successfully comPletG an authorized exercise either by attending or conducting that exercise, In order to receive payment for successfully attending an authorized exercise, th6 Sub - Recipient gust provide the Dlvlsion 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 to order to attend the exemisa, 45 In order the receive payment for successfully conducting an authoilzed exercise, the Sub- Roclpiant must provide the ONIsion with an ExPt.AN, AARAP, IPO MPCIFPC Meeting MirlUtQs and Sign -In 5hset for exercise attendees; additionally, the Sub-Rerciplent must Provide the Division with all receipts that document the orate incurred by the SUb•Reelpient In order to conduct the exercise. The Sob-Pieciplent must fholude wifh the raimburseimpt package a separato copy of the pages) from the Exemise Plan whkh idonfiiies the partic1pinf ngoncles and a printed page(s) from the State farad County or Regional} MYTEP ref acting the exercise. ■ If you req ufre foollwater for this event; request must come to the Division within 25 days prior to the event, In the following format: Exercise Title; Location: Exercise Date: Exercise Schedule: Estimated }Number of Participants that will be fed: Estimated Cost for food/water: Description of the Exercise; 0. Allowable Training Related Casts (SHOP and UASI) Allowable tra[nIng-related costs under HSGP Mcl`i e the establishment, support, conduct, and attendance of training specifically Identified under the HSGP and I.t.ASi programs endlor In conjunction with ernergancy preparedness training by other Federal agencies (e.g., HHS and DOT). Training conducted using HSGP funds should address a performance gap identified through an AMP or other assessments National Emergency Communications Ptan NEcp Coal Assessments) and contrlbute to bulldlnq a capabltity tl)at will be evaivated through a formal exercise. Any tralntng or training gaps, inciudlng those for children, older adults, pregnant women, and individuals with disabllities and others who also have access or functional needs, should be Identif ed In the AAPJIP and addressed In the state or Urban Area training cycler. Sub -Recipients are encouraged to us$ existing training rather than developing now courses. When developing naw courses, Sulu-Rac[plents are encouraged to apply the Analysis, Resign, Development, Implementation and Evaluation (Air I E) mode[ of 'instructional design, ■ Overtime and backfill for ei"rgency preparedness and response personnel aftandling D ISIFEMA�ponsofed and approved training classes OUerfirna and backfil[ expenses for part-lme and volunteer emergency response personnel participating In DHSIFr=MA training • Training workshops and conferences o Activities to achieve training Inclusive of people with disabilities Full or part-time staff or ca{atractorslconsultants e, 'rravel • Supplies associated wn th allowable approved training that are expended or con,3urned during the courso of the planning and conduct of the exercise project(a) ■ lnstructgr cort9ication/re-certi,ieatlon ■ Coordination with Citizen Corps Councils in conducting training exercises t Interoperable communications training Additional Training Information Per DH8iFF-MA Grant Programs Directorate Policy FP 207-O08-064-1, Roviow and Aperovw Requirements for Training Coarser Funded Through Paaparedness Grants, issued on September 9, 2013, states, torritorles, Tribal entities and urban areas are no longer required to request approval from I EMA for personnel to attend non-DHS FEMA training as long as the training Is coordinated with and 46 approved by ti a state, territory, Tribal or Urban Area Training Point of Contact (TPQC) and fails within the FEEMA mission scope and the;urisdiction's Emergency Oporations Plan (ECP). The only axcelpflon to this policy Is for Countering Violent Extremism courses. RHSIFENIA will conduct periodic reviews of all stale, territory, and Urban Area training funded by DHSlFEMA. These revievis may include requests for all course materials and physical observation of, or particlpatlon ln, the funded train€ng. If t' ese reviews daterrr lne that courses are outside the scope of this guldance, Sub-Reciplents will be asked to repay Brent funds expended In support of those efforts. For further Informat'on on developing courses using the instructional design methodology and tools that can facilitate the process, SAAs and TPOCs are encouraged to review the WED Resuancdar T r^aining Development Cep#er (RTDC) webs'rte. DHSIP'1;MA Provided Trali inrg. These trainings include programs or courses developed for and delivered by fnstltutions. and organ€zaticns funded by DHSIFEMA. This Includes the Center for Domestic Preparedness (CDP), the Emergency Management institute (Elvil), and the National Training and Education division's (NTED) training partner programs Including, the Continuing Tralning Grants, the National Domestic Preparedness Consortium (NDPC) and the Rural Domestic Prep&redness Consortium (RDPC . Approver! State and Pederai Sponsored Course Catalogue. This catalogue lists state and Federal sponsc,red courses that fall within the DHS/FEMA misalon scope and have been approved through the l~WA course mvlew and approval process. An updated version of this catalog can be accessed at y2,A w,f1rstrese o nddarf ra Ini nra . aov. Training Plot Provided by ONSIF EMA. These tralnings include courses that arc either state aponsorod or Federal sponsored (non-UHSIF'EMA), coordinates{ and approved by the SAA or their designated `i`PCC, and fall within the QHSIFENIA rNssion scope to prepare state, local, Tribal, and terrltorial personnel to prevent, protect agalrist, mitigate, respond to, and recover from acts of terrorism or catastrophic events. • State Sponsored Courses. These courses are developed for andtor delivered by Institutions or organizations other than Federal entities or FMIA and are sponsored by the SAA or their designated TPOC, + Joint Training and Exercises with the Public and private Sectors. These courses are sponsored and coordinated by private sector entities to anhanca pubI1C-private paOnershlps for training personn of to prevent, protect €fit alnst, mitigate, respond to, and recover from acts of terrorism or catastrophic agents. In addition, States, territories, Tribes, and Urban Araas are encouraged to incorporate the private sector In government sponsored training and exercises. Additlonal information on both DHSIFENIA provided training and other federal and state training Can be found at, wvtw.flrsF,�scondertraininsa,oay. Training Information Reporting System ("Web,Fornis"). VVeb-Forms Is an elsctror.ic form/data management system built to assist the SAA and its designated State, territory and Tribal Training point of Contact (71130C). Reporting training activiCes through Web -Forma is not required under FY 2020 HSCP, howover, the system remains available and can be accessed through the FENiA Toolkit located at ht Ws/WyAv.firstraspondertralping.goylfrtl In order to support grantees in their oven tracking of training. FIDEM State Training Off lee Gonditions! For the purposes of this Agreement, any tralning course fisted R- on the DH5 approved course catalog quallries as an authorized course 'the Sub-f�acipient can successfully cornplete an &uthorized course either by attanding or conducting that COU-SS. 47 + in order to receive payment for successfully attending an authorized training course, the Sub. Recipient must ,provide the Division with a certificate of course completion; additlonally, the Sub-Flecipiant mast provide the Division wlth all receipts that document the costs incurred by the Sub -Recipient in order to attend the course. in order the receive payment for successfully conducting an authorized course, the Strb- Reclplent must: provide the Division with the course rnatedals and a raster sign -In ghost; additionally, the 5 ub-Recipient must provide, the Division with all receipts that document the costs incurred by the Sub -Recipient in order to conduct the course.' For courses that are non-DHS approved training, Sub -Recipient must request approval to conduct tra ring through the use of the Non-TED Form and provide a copy, along',with email, shc%nring approval granted for conduct. ■ For the conduct of trsirdng workshops, Sine -Recipient must provide a copy of the course materials and sign -in sheets. The number of participants roust be a minimum of 15 in order to Justify the cost of holding a courss. For gtrestlons regarding adequate number of participants please contact the FDEM State Training Officer for course specific guidance, Unless the Sub-Reciplent receives advance written approval from the State Training Officer for the number of participants, then the Division will reduce the amount authorized for reitnbursernent on rr pre -rats basis for any training with less than 15 participants. + The Sub -Recipient must include with the reimbursement package a separate copy of the page(s) from the State (and County or Regional) ,1,t`PTEP ref;ectfng the training. E. Allowabia Equipment Related Casts (SHGP Arid UASI) Ths 21 aiWahle prevention, protection, mitigation, response, and recovery equipment categories for HSGP are listed on the Authorized Equipment List (AEL). The ALL is available at https:]Amww.foina.covl tit o 'zed,:DcLulnrmnt-list. 5orne equipment items require prior approve{ from DHSiFEMA before obligation or purchase of the items. Please reference the grant notes for each equipment item to ,ensure prior approval Is not required or to ensure prior approval is obtained if necessary. Unless 6thervdise stated, all equipment rtrrst meet all mandatory regulatory and/or DHSIFEMA-adoptad standards to be ellglble for purchases using !hose funds. in addition, recipients will be responsible For obtaining and maintaining aif necessary certifications and 11can5es for the requested equipment. Grant funds maybe Used forth e procurement of metrical countermeasures. Procurement of medical countermeasures rnuat be conducted in collaboration with Statelcity4ocal health departments uiho administer Federal funds from HF18 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 pharniaceuticals, grantees must have in place an Inventory managernent plan to avoid large periodic variations In supplles duo to co?nddirg purchase and expiratlon dates. Grantees are encouraged ,o enter into rotational procurement agreements with vendors and distributors. Purchases of pharmaceuticals mast inoltide a budget for the disposal of expired drugs within each fiscal year'a 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 allgible equipment") purchased with funds provided under thls agreement are for the purpases speclfled in "Florida's Domestic Security Strategy". Equipment purchased w1th thaw funds will be tit! Ilzad in the event of emergo ncles, Including, but not limited to, terrorism -related hazards. The Sul> -Recipient shall place the equipment throughout the State of Plorlda In such a mannor that, In the avant of an emergency, the aquiprnent can be deployed on the scene of the emergency or ba available for use at a fixed location within two (2) hours of a request 4.8 for zaM deployment, The Florida DMalon of Emergency Management (FDI~M) must approve any purchases of equipment not itemized in a project's approved budget In advance of the purchase. The Sub-Rsclpient calif, 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 Rs regional response area as applicable for so long as this Agreement rs,nains In effect. Prior to requesting a response, the FDEM will take prudent and appropriate action to determine that the ievel or intensity of the incident is such that :he speclaiized equipment and resources are necessary to mitlgate fire outcome of the Incident, Allowable Equipment (OPSG) 0 P S G equipment is intendad to be Incidental to the enhanced border security operations being performed. Tho grant Is not intended to -be used to outfit or supply general equipment to SLTT law enforcennent agencies, Equipment must be relatable to and juslified by the operational henefit it will provide. Equipment Marking. Because equipment purchased with OPSG funding Is Intended to bo Bused to support OPSG activWns, It rnust be appropOstely marked to ensure Its ready Identlficatlon and primary use for that purpose. When practicable, any equipment purchased with OPSG funding shall be prominently harked as follows: "PLrrGhaaed w301 OH funds for Opemtfon Stonogarden Lase" Fuel Cost and/or Mileage Reimbursement. There Is no cap for reimbursement of fuel and mlieage costs In support of aporationai activities Vehicle and Equipment Acyuisitlon, Including Leaning and Rant�ils. Allowable purchases under OPS0 Include patrol cars and other mlasicn-sped5o vehiciaa WhOw primary use is to increase operational activltles/patrols on or near a border nexus in 5Lippdrt of approved border security operations. A detail ad justlf[cation must be submitted to the respective FEMA HQ Program Analyst prior to purchase. Vehilole and Equipment Acquisition, Including Leasing and Rontafs., Aliopnreble purchases under OPSG include patrol vehicles and other mission -specific equipment whose primary purpose Is to Increase operational capabilities on or near a bonier 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 ONG include narcotic antagonlat pharmaceuticals; detecllon and identification equipment, sale storage and transportation, personnel protective equipment, and Inihol equipment training, as will be reflected in the AEL, and explained in 113 4Ui F. Unallowable Costs (HSGP, UASI and OPSG) • Per FFNIA policy, the purchase of weapons and weapons accessories, Including ammunition, is not allowed with HSOP funds. • Grant funds may not be used for the purchase of equipment not approved by DHSIFE VIA. Grant funds must comply with Ili 426 and may not be used for the purchase of the following equipment: firearrns, ammunition, grenade faun -hers; baycnets; orwaaponlzed aircraft, vessels, or vehicles of any kind with weapons Installed. • Unauthorized exercise•re!ated costs Include; 49 o Rsimbursament for the maintenance or wear and taar costs of general use vehicles (e.g., constructlon vehicles), medical suppllea, and emergency response apparatus fire trucks, ambulances). o Equipment that is purchased for permanent installation and(or use, beyond the scope of the conclusion of the exercise {e, g„ electronic messaging sign). 0. Te€ecommunlcatfons and Video Surveillance Restrictions Effective August 13, 2020, DHSIFEMA reciplonts and suloreciplents may not use grant funds under the programs covered by 1hi7 Manual and provided In FY 2020 or provIoun years to: 'I. Procure or obtaln, axtend or renaw a contract to procure or obt9in, or enter Into a contract to procure or obtain any equlpment, system, or service that uses "covered telecommunications equipment or servtoes' as a substantial or assent€a[ component of any system, or as critical technology of any system; or 2, Enter into contracts or extend or renQw contracts with entitles that use "covered tNeconnmL]nlcatians equipment or services" as a sulcatantial or essential component of any system, or as orltical technology as part of any system. This prohibition regarding certsln telecommunications. and video surveillance services or equlpment is mandated by section 889 of the Jahn S. McCain Natlonal Defense Authorl7mbon Act forMscal YoGr 2010 ( Y 2019 NDAA), Pula. L. No. 116-232 (2018). Recipients and subrec'rpi©nts may erne DHS1FEMA grant funding to procure roplacoment equipment Lind services fmpacted by this prohibition, ,provided the costs are otherwise consistent with the requirements of this Manual, alppllc, lble appendix to this Manual, and e,ppllcatbie NOFQ, t HS/FEMA will publish additional guidance In a subsequent Information Bulletin or similar notice, Pear section S89(*(2)-(3) of the FY 2019 N DAA, covered telecommunications equipment or services means; 1. Telec orn mu n1cat ions equipment produced by Huawsl Tsohno',ogies Company or ZTE Corporation, (or any aubsidlery or affiliate of such entities); 2. For the purposo of publlc safety, security of Government farilikes, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunIcattons equipment producer! by Hytera Cornmunleatons Corporation, Hangzhou HiWaiion DlQital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); 3. Telecommunications or vdoo survallianca services provided by such entitles or using such equipment; or 4. Telecommunicaaflons or video surveillance equipment: or servloes produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Buraau of investigation, reasonably believes to be an entity owned or controlled by, or otherwise ccnnacted to, the People's Republic of China H. Critica! Emergency Supplies Critical Emergency Supplies (SHSP and UASI) Critical emergency supplies, such as shelf stable products, water, and medical equipment and supplies are an allowabie expense under SFiSP and UASi. Prior to the allocation of grant funds for stockpiling purposes, each state must have OHSIFE,MA's approval of a five-year viable Inventory management plan, which should Include a distribution strategy and related sustainment costs if planned grant expenditure Is over If grant expenditures exceed the minimum threshold, the five-year inventory management plan will be developed by the recipient and monitored by FEW. FEMA will provide program oversight and technical assistance as 9 relai,es to the purchase of criticli emergency sr;ppllos 50 under UASi. FENIA will establish guidelines and requirements for the purchase of these supplies under UAS.l and monitor development and status of the state'' kiventory manacgam4ant plan. 1. Regional Border Projects JOPSG) 5ubrec1p1ent3 are encouraged to prioritize this acqulsltlon and development of regional projects on the borders to rnaxlmIze interoperabillty and coordination capabilities among federal agencies and with state; kcal, and tribal law enforcement partners. Such regional projects include: • communications equipment: Radio systems and repasters integration with regional intelligence and Information sharing effort (Le. fusion oenters) c Intelligence analysis 5ituatlonai Awareness equipment; o License Plata Reader Networks o Vlsual detection and surveillance systems 0 Sensor Systems c, Radar Systarns (far air andior marine incursions) c Aircraft systems manned or unmanned) J. Construction and Ronavatlon J814SP and UASI) Project corrstwo lon rasing SHSP and UASi funds may not exceed the greater of $1,000,000 or 15% of the grant award. For the purposes of the limitations on funding levels, communications towers are not considered construction. Written apprpval must he provided by f)HS/FEMA prior to the use of any H8GP furtds for constroodon or renovation. Where applying For construction Bands, recipients must submJt evidence of approved zoning ordinances, architectural plans, and any other locally required planning permits. Additlonatiy, recipients are required to submit a SF-424C form vAh budget detail citing the project costs. Recipients using funds for construction projects must comply with the Davis -Bacon Act (codlfled as amended at 44 U.S.C. §§ 3141 et seq.). Recipients must ensure that their contractors or subcontractors for construction projects pay workers raa less than the prevailing wages for laborers and rnechanfcs empfoyad on projects of a character like tho contract worlG in the civil subdivision of the State in which tha work is t0 be parforrned. Additional Information regarding compliance with the Dxavls-Bacon Act, ino[ uding Depaitrnent of Labor (DO L) vvage determinations„ is available online atwv r�ac+slctl�raa.htm. K. Communications Towers When applying for finds to construct communication towers, subrecipients must submit evidence that the Federal Communication Comrnlssidn's Section 108 of tho National Historic Preservation Act, Pub, L. No. 89-668, as amended, review process has been completed, L. Disposition When oatginsf or rapWcement equipment acquired under a Federal award Is no longer needed for the oric&4 project or program or for other actiaftles currently or praviousiy supported by a Federal awarding agency, except as otherwise provided in Federal statrafes, regulations, or Federal awarding agency disbositlon Instructions, the Sub -Recipient must request disposltlon instructions from FMINI Office of Domestic Preparedness and the State Administrative Agency will request deposition Instructions from Federal awarding agency as required by the terme and oondltions o; tho Federal award. The Sub -Recipient shelf notify the FDEM Office of domestic Preparedness at; 2555 Shumard 5t Oafs 61vd., Tallahassee, Florida 3239€3 one year In advance of the expiration of the equipment`s 'pasted eheW-fWe or normal itfe expectancy or when It bas bean expended. The Sub-Reciplant shall notify the FDE.M immediately If the equipment is destroyed, lost, or stolen. M. Requirements for Small Unmanned Aircraft System (8148P, UASI, and OPSG All regveats to pumG ass Small Uhmennsd A'srGs'2 Syrs one. (;SUAS) wit'o FEMA grant funding must cornpfy with 113 426 and IS 438 and Include a description of the pollctes sod procedures In place to safeguard Mividuala' ,privacy, civil rights, and civil llbertled of the jurlsdictlon that 011 purchase, take MID to or otherwlso use the SUAS equlprnent. N. SAFFECOM Emergency communtcaticne systems and equipment must meet appiicable SAFECOM Guidance, Sub -Recipients must be cwtdinstad wltt the SWIC and the State Inlaroperablilly Governing Body (SIGB) to ensura interoperabilify and long-term cdrnpatiblllty. D. CYSERS5CURI7Y Sub -Recipients must use HSGP funds for cybersecurity projects that supportthe seoudty and functioning of ctical lnfraeLructwe and care capabilities as they relate to terrorism preparedness and may simultaneously support on hawed preparedness for other hazards unrelated to acts of terrortsm. P. Law Enforcement Beadiness (SRSP, UASI, and OPSC) ORSG grant funds may be used to increase operational, material, and technological readiness of GLTi` law enforcement agencies. `i"tre Delegation of lmrnigration Authority, Section 287(g) of the Immigration and Natiorelity Act (INA) program allows a state or local law enforcement entity to anter Into a partnership with ICE, under a joint Memorandum of Agreem(-At (MOA), to receive delacwmd authority for Immigration anioreemsnt withlr, their SHSP, UASI, or OPSG grant funds may be raquosted and may be approved on a case -by -case basis for immigration enforcement training in Support of the border security mission. Requosta for training will be evaluated on a case- by-c4se bask and can 6r1y be used for certification in tha 30atlon 28(g) program provided by DH8ME. SHSP, UASI, nr OPSG 804Racipients with agreements under section 287(g) of the Immigration and Nationality Act (8 U,S.0, § 1357(g)) to receive delagatad authority for immigration enforcement within their juhadlotions may also be reimbursed for sec#ton 287(g) related operational activities with approval frorn F'IEMA on a rase -by -case basis. For OPSG, Sub -Recipients must ba authoilzad by USVI Headquarters a nd Sectors, and os eratlonal activities must be coordinated through a tf613P Seotvr, 0, Maintenance and Sustralnment (SMSP, UASI, and OPSG) The use of OHSlFEMA preparedness grant funds for maintanence contracts, warrant4es, repair or replacement costs, u pgrades, and usor fees are allotvable, as described In F'EMA Policy FP 205-402. 125-1 undar all active and future grant awards, unless otherfilse noted. Except gar maintenance plans or eAended wwraotles purchased 1vicidental to the original purchase of the equipment, tiles period covered by maintenance or warranty plan must not sx sod the POP of the specific grant funds; The The to purchase the plan or warranty. Grant funds are intended to support the Seal by funding projects that build and sustain the core capabilities necessary to prevent, protect ragalnet, mitigate. the effects af, respond to, wid Veenvoy From those threats that pose the greFateit rlak to the security of the Nation. In oa-der to provide reciptsnta the abil#ty to most this objective, the policy set forth in FEMA's 19 379, Guidance to ;State Administrat vs Agencies to Expedlle the'Expend!ture A Certaln DHSj'FEMA Grant Funding, lnitlslly for PY 2007-2017, aflows for the expansion of eligible maintenance and sustainnient costs which must 52 be in (1) dfrect support of existing capablllties; (2) must be an otherwise allowable expenditure under the ,Ippllcabo grant program; (3) be tied to one of the core capabilities in the five mission areas contained withln the Goal, and (4) shareable through the Emergency Management Asvistance Compact. Additionally, eligible costs array aisc 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 DHSIF=EMA preparedness grant program dollars. R. Management and Adak€nlsfrallon (M&A) (H50P & UA51) Management and administration (M&A) activities are those directly reiating to the management and administration of HSGP funds, such as financial management s,nd mor+itoring. Sub-R acipients awarded M&A casts under this agreement can retain a maximum of up to 5% of their total agreement award arnou.nt for M&A costs. M&A activities includes: • Hiring of full-time or part-Nme staff or centeactcrslcQnsultants: • To assist with the management of the respective grant program, • To assist with app[lcallon requirements. + To assist with the compliancy with reporting and data collection requirements. Managufnent and Administration (M&A) (OPSG) Management and aciminlstration (NI&A) activities are those diractly relating to the ranagement and adm€i,lstration of 0 P S G funds, sac as financial management and manhod ng. Recipients may rataln up to 2.51A of the overall OPSG allocatlon prior to passing -through funding to Sub -Recipients. This funding must be deducted in an equal percentage from each Sub-Reciplent. Sub -Recipients and friandly forces may rataln funding for M&A purposes; t^ovlsver. the total aMunt retained cannot exceed 6 percent of the Sub -Recipient's subaviard. Pr[endfy forces are local law enforcement erilities that are subordinate Stab -Recipients undar ()PSG. In other words, friendly forces are entities that receive a subaward from a Sub-Rectplant under the CPSG program. Friendly forces must cc>mpiy with all requirements OFSub-Recipients under 2 C.F.R. fart 200. S. Procurement, All procurantent transactlorw w111 be conducted in a manner providing full and open competition and shall comply with the standards articulated in. • 2 ar.R, Fart 250; • Chapfei• 257, Florida Statues; and, • any focal procurement policy. To the extent that one standard is more stringent than another, the Sub-Reciplent must follow the' more stringent standard. Far example, if a State statute Imposes a stricter requirement than a rederal regulation, then the SQb-Recipient must adhere to the requirements Gf the State statute. The Division shall pre -approve all scopes of work for pro,ects funded under this agreement. Additionally, the Sub-Reclplent shall not execute a piggy -back contract unless the fllvislon has approved the Slope of Work contained ?n the anpinat contract teat Forms the basls for the piggy -back contact. Nag, In order to receive teirnburssrnent from the t7"lon, the Sub -Recipient must provide the Division wilts a suspension and debarrnant Form for eadn vendor that performed work under the agreernvnt. Furthermore, if requested by the DWision, the Sub-Rec'ipiant shall provide copies of solicitation documents including responses and justification of vendor selection. Contracts may Include: 53 State Term Contract: A State Tarm Contract is a contract that Is competitively procured by the Division of State Purchasing for selected products and services for uga by agencies and eligible users, Florida agencies and eligible usors may use a request for quote to obtaln written pricing or services Information from a state term contact vendor for corn; nodlties or contractual services available on a state term contract from that vendor, Use of state term contracts Is mardatory for Florida. agencies in accordance wlth sectlon 287.056, l=lodda Statutes. Alternate Contract Source: An Alternate Contract Source is a contract let by a federal, state, or local govemment that i s Neer, approvad by the Deparirrent of Management Services, based on a detarminatlon that the contract is cost-effective and in the best: Interest of the state, for use by one or all Florida agencles for purchases, witnnut the requirement of cornpetitive procurerrrent. AhOrnrate contract sources are authorized by subsection 287.O42(16), Florida Statutes, as iniplernented by Rule BOA-1.045, Florida Administrative Code. General Services Aatminletratlon Schedules: The General Services Administration (GSA) is an Independent agency of the United States Government. States, trlbes, and local governments, and any instrumentality thereof {such as focal sducatian agenclQs or institutions of h[gtrar education) may t , participate In the GSA Cooperative Purchasing Program. ). Refer to the appropriate GSA Schedule for additional roqufrem tints. T, Piggybacking The practice of procurement by one agency using the agreement of another agency Is called piggybacking. The ability to piggybacks onto an existing contract is not unlimited. The existing contract must contain targuage or other legal authority authorizing thlyd partles to make purchases from the contract with the vendor's consent. The fenny and aondltions of the new contract, including the Scope of Work, must be substandaliy the same as those of the sxlsting contract. The piggyback contract may not exceed the existing contract in scope or volume of goods or services. An agency may not use the preexfsting contract merely as a "basis to begin negotiations" for a broader or matarlally different contract. Section 216.971, Florida Statutes Statutory changes enacted by the Legislature impose additional requirements on grant and Sub -Recipient agreements funded with Federaf or Stats financial assistance. In pertinent part, Section 215.971(f) states: An agency agreement that provides state financial assistance to a Recipient or Sub -Recipient, as those leans are defined In s. 215.97, or that provides federal financial assistance to a Sub - Recipient, as defined by appilcable United States Offico of Management and Budget circulars, must incfude all of the follovfing: A provislon specifying a icopa of Work that clearly establishes the tasks that the Recipient or Sub -Recipient Is required to perform. A provision dlvldfng the egroement into quantifiable units of deliverablas that must be received and accepted In writing by the agency before payrnent. Each deliverable must be directly related to the Scope of Work and specify the required minlrnurn level of service to be- Wormed and the criteria for evaluating the successful oornpletlon of each deliverable. A provision specif Ing the financial consequences that apply if the Recipient or Sub - Recipient falls to performs the inlnlmum level' of service required by the agreement. The provislon 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-Reoiplent for failure to perform as required under the agreement 54 may be expended only In direct support of the program from which the agreement originated, • A provision speclfying that a Recipient or Sub-Reciplcant of federal or state financial assistance may expend fends only for allowable costs resulting from obligations incurred during the speclFied agreement period. + A provision specifying that any balance of unobiipated funds which has been advanced or paid must be refunded to the State agency, A provWgn specifying that any funds paid in excess of the amount to II the Re6plent or Sub -Recipient is entitled under tl;a terms and conditions of the agreement must be refunded to the state agency. * Any additional lnforrnatbn rMgWred PLIM ant to a. 215.97. U. Unique Entity Idont1fler and System for Award Managament (SAM) Sub-RocIptants for this award must: • Be registered in SAM: e Provide a valld f UN$ number; and • Continue to maalntafn an active SAM registration with current Information at all times during which It has on active federal award. V. Reporting Requirements Quaaterly Programmatic Reporting: The Quarterly Programmatic Report Is clue within thirty {30) clays after III end ol the reperth)g periods (March 31, June 30, September 30 and December 31) for the life of this contract. ■ If a reports) is delinquent, future financial refmbursemonts will be withhold until the 5uu-Reclpient`s reporting is current, ■ if a report goes two (2) consecutive quarters without Sub -Recipient reflecting any activity and/or no expenditures will likely result In termination of the agreement. Programmatic R9portiner Schedule Reporting Period Report due to FDEAA no later' than �Y - January 1 throuoh Minh 31 A rll 33 APO 1 through June 30 uy 31 July I_ through September 30 October 31 October f thropgh December 31 _ January. 31-- 2. Programmatic Reporting- Biannual Strategic lniplomontation Report (BSIR): After the end of each reporting period, for the life of the contract unless directed otherwise, the SAA, will eom+pieta the Biannual Strategic Irnp;ementatlon Report in the Grants reporting Tool (GRT) htp a:&6w,rep ortina.adQ,dhs.ga_y. The reporting periods are January t-June 30 and July 1-Decernber 31. Data entnj is scheduled for December I and Juice 1 respectively. I;criture ewer ds and reimbursement may be withheld if thesa reports are dot Inquent. 3. Relmburse raent RagU"ts: 55 A request for reimbursement may be sent to your grant manager for review and approval at any time during the contract period. Reimbursements must be requested within ninety (00) calendar stays of expenditure of funds, and quarterly at a minimum, Failure to submit request for reimbursement within ninety (90) calendar clays of expenditure shall result In derniat of reimbursement. The Sub -recipient ebmId include the category corresponding line item number In tyre'Detail of OWMr "form. This number can be found in the -'Proposed Program Budget". A line item number Is to be Included for every dollar amount listed In the "DoWl of Claims' farm. 4. Close-out Programmatic Reporting: The Close-out Report Is due to the Morida Division of Emarcdency Management no later than s xtj (60) calendar days after the agreement Is elther completed or the agreement has sxpired, S. AdmInWrative Closeout An admJnistrative closeout may be conducted when a recipient is not responsive to tt7o DIvlsion's reasonable efforts to collect required reports, forms, or other documentation needed to complete the standard award and/or closeout process, MEM will make three written attenvts to collect required Information before inlfiatlng an administrative closeout, if an award Is administratively closed, FDEM may decide to Impose remedles for noncompliance pert C.F.R. § 200.338, consider this Information In reviewing future award applications, or apply special corrdltlona to existing -or future awards. W. Prograrnmatio Point of Contact Contractual Point of Contact Programmatic Poitit of Contact Klzzy K, Caban Amy Garmon FDFRA FOEM 2555 Shumard Oak Blvd. 2655 Shumard Oak IBM. Tallahassee, FL 32399-2100 TaIlahasse9, FL 32399,2160 (850) 816-4345 (860) 815.4336 Kl7zy.Caban0_em.myflodda,com I Am .Garmon em.m florida.ccm X. Contractual Responslbiliffes • The F10EIN shall determine eiigiblilty of projects and approve changes In Scope of +dark. The FDEM shall administer the financial processes. Y. Failure to Comply 10 Failure to comply with any of the proelslons outlined above shall result In disallowance of reimbursement for expenditures. M ATTAGHMENT C DELIVERABLES AND PERFORMANCE State 'Homeland Security Program (HSGP); HSGP supports the ImplamertaHon of risk driven, capabilities -leased State Homeland Security Strategies to address capability targets set In Urban Area, State, and regionaI Threat and Hazard identification and !Risk Assessments (THIRAs), The capability levels are assessed in the State Preparedness RepM (SPR) and inform planning, organization, equipment, tralning, and exeme so needs to prevent, protect agalnst, mitigate, respond to, and recover from sots of ierrvrlsm and other catastrophic events. Planrling Dellverabla, Subject to the funding limitations of this Agreement, the Uvlslon shall reirnbgrse Vie Sub-ReGlplent for the actual cost of successfully completing Planning activitlea comlatent with the guidelines contained In the Comprehensive PJanning Guide CPG 101 v.2. For additional Information, please sea httpi2Lww.fema.aoU1 df/aLout/J!vlslQnsln X G_ t ?>;� _ W.ppd or grant guidance (Nofte of Funding Opportunity). For the purposes of thls Agreement, any planning activity such as those assoclated with the Threat and Hazard Identification and Rlsk Analysis (THIRA), State Preparedness Report(SPR), and other planning activities that support the National Preparedness Goal {NPG) and place -an emphasis on updating and matntainfng a currant Emergency Operations Plan (EOP) are eligible. 'fate Sub -Recipient can successfully complete a planning activity either by creating orupdating such plon(s), Organization Deliverable: Subject to the funding flinitatlona of INs Agreement, the Division shall reirnburse the 9ub�Raolplent fcrthe actual ailgible costa for Personnel, Intelligence Analysts, Overtime and Operational Overtime, Exercise e7e1lverable: Subject to the funding flmdations of this Nreement, the Division anall reimburse the Sub -Recipient for the actual cart of successfully completing an exercise which meets the Department of Homelard Security Homeland Security Exercise erd Evaluation Program (HSEEP� standards and is Iisted In A) the S tats of Florida Mull! -Year Training & Exercise flan (3ti (TEP), and S) County or Regional TEP forthe region In whlcn the Sub -Recipient Is geographically located. Information related to TEPs and HSEEP compliance can be found online at: Por the purposes of this ,Agreement, any exercise which is compliant with HSEEP standards and contained In the Stata of Florida IvfYTEP qualifles as an aubiorized exorcise. 7ho Sub -recipient can successfully complete an authorized exerclso either by attending or conducting {het exercise. Training Deliverable: Subjsctto the funding ilmitations of thls Agreement, the Division shall reimburse the Sub -Recipient for tho actual cost of successfuihy completing a training course listed on the DGparfinent d Homeland Sscurihy (Dt lS) approved.course cafalccd_ For non-DHS approved catFraes the Sub -Recipient shall obtain advance FDEM approval using the Non-T'ED form by contacting thelrgrant manager. The DHS course catalog Is available online at; hit :JJtrainln .ferna,ggv/. Forthe purposes of this Agreement, any training course listen on the OHS approved course catalog qualifles as an nutfrorized 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 Divlslon shall relrnburee the Sub-Reciplent for the actual cost of purchasing an item Ida ntifed In the approved project funding template and 'budget of this agreement and listed on the DHS Authorizad Equipment List (AEL). For the purposes of this Agreement, any !tern listed on the AEL qualifies as an authorized stern. The 21 allowable prevention, prvtactlon, mitigation, response, and recovery equipment aetegorfea and equipment standards for HSGP are Ifsted on the web -based version of the Authorized Equipment List (AE!) on the Lessens Learned Information System at httg:lfbeta,fnma,�ovlautltnr4xed �u pMrt-ij . In addiitlon, agendas wfli be responsible far obtaining and maintalnfng all necessary certlficatlons and licenses -for the requosted equipment. 57 Management Deliverable: Subject to the funding firnItatlons of this Agreement, the Division shall reimburse the Sub-Reciplent for the actual cast for Management and Administration (M&A) activities, Costs for allowab;o [terns wi[I bo re[rnbursed If lnc irrad and completed within the period of performance, in accordance vr[th the i3udgot ant! Scope of Work, Attachments A and B of this agreement. 58 1 p} 11} 12) 13) 14) 15) 16) 17) 18) 19) 20) 21) 22) 23) 24) 25) 26) 27) A7TACHMENT D Program Statutes and Regulations Age Dlscriminatlon Act of 1976 42 U.S.G. § 6101 of seq. Americans with disabilities Act of 1990 42 U.S.G. § 12.101-42213 Chapter 473, , fF�.' S afu#es Chapter 215, F'd d a Statutee Chapter 252, F1.arida Slgttgtes Title Vi of the Civil Rights Act of 19134 42 U.S.C, § 2000 of sect. Title Vlll of the C10 Rights Acts of 1908 42 U.S.C. § 3601 et seq. Copyright notica 17 U.S.C. §§ 401 or 402 Assurancos, Administrafive Raquiroments, Cost Pr[nclples, Representations and Cardficatlons 2 C.F.R. malt 200 Debarment and Suspension Executive Orders 1254g and 12689 Drag Free Workptaca Act of 1068 41 U. S.C. § 701 et seq, DUp3ication of Benefits 2 C.F.R. Part 200, Subpart E Energy Po[Vy and Conservation Act 42 U.S. G. § 6201 False Claims Act: and Program FraLid Civil Remedies 31 U.S.C. § 3729-3733 also 31 U.S.C. 3801-3812 Hy AmoricaAct of 1974 49 U,S.C. § 41102 eiso 49 U.S.C. § 40118 Hotel and Moral Fire Safety }act of 199E 15 U.S.C, § 2226a Lobbying Prvhfbitions 31 U.S.C. § 1352 Patents and Intellectual Property Rights 35 U.S.C. § 200 et seq. Procurwrie at of Recovered Matariafs section 6002 flf Solid Waste Dlsoasal Act Terrorlst Financing Executive Girder 13224 Title lX of the Education Amendments of 1972 (Equal Opportunity In Education Act) 20 U.S.G. 1681 et seq. Trafficking Victims Protection Act of 2000 22 U,S.C, § 7104 Rehabilitatlon Act of 1973 Section $04, 29 U.S.C. § 794 USA Patriot Act of 2001 18 U,S,C. § 175-172c V"N8tleblower Protaction Act 10 U.S,C, § 2409, 41 US.C. § 4712, and 10 U.S.C. § 2324, 41 U.S,C. § 4304 and § 4310 53 Federal Register 8034 Rule Chapters 27P-6, 27P-11, and 27P-19, Florlda Administrative Code 59 ATTACHMENT E JUSTIFICATION OF ADVANCE PAYMENT SUB -RECIPIENT: If you are requesting an advance, indicate saane by chocking t[To box below. ) ADVANCU REQUESUY) Advance payment of $ _ is requested. Balance of payments willbe n;ado on a rcimburseniant basis. Them fuzidg ai'.- needed _to psy staff, mmyard bonetits to clients, duplicate fortes wid purchase start-up suppiim and equlpmettt, We would itot be able to operate the program. without this advance. If you are, requesting an edvance, complete the following chart and line, item justification below. ESTIMATIEP EXPENSE"$_ 13UDGET CATEGORY/LINE ITEMS Fiscal Year 2020 Anticipated Expenditures for (fist applicable line IteLng) First Threa Months of Contract For exam to ADMINISTRATIVE COSTS: or e m Ie PROGRAM EXPENSES: TOTAL EXPENSES: LINE ITEM JUSTIFICATION, {For each line Item, provide a detallud justification explaining the need for the cash advance. Tho justification must include supporting documentation that clearly shows the advance: will be expanded within tho first ninety (90) bays of the contract form. Support docurnantation should include, but Is not limf£ed to We following: quotas for purchases, delivery timelines, salary and expense projections, etc. to provide tho Division reasonable and necessary support that the advance will be expended within the first ninety (90) days of the contract term, Any advance funds not expended within tha first ninety (90) nays of the contract term $hail be returned to the DIvislon Cashier, 2555 Shurnard Oak Boulevard, 'Tallahassee, Florida 32399, within thirty {30) days of receipt, along with any interest earned on the advance) *REQUESTS FOR ADVANCE PAYMENTS WILL BE CONSIDERED ON A CASE BY CASE BASF S` SiDnature of Sub-ReclpienVSubcontractraes Authorized Ufficial Date: Nam$ and Title of Scab-RecipientlSubcontractor's Authorixesd Official ATTACH PAENT F WARRANTIES AND REPRESEN o- ATION3 fin-ancia) klau gernent The Sub -Recipient's flnanciai management system must comply with 2 C.F.R. §200,302. Procurem Any procurement undertaken with funds authefted by this Agreement must comply with the requirements of 2 C.F.R. §200, tart D --Post Federal Award Requirernents--Procarement Standards (2 C,F.R. §§200,317 through 200.326). Busirtesa Hours The 5uh Recipient shall have its oftes open for business, with the entrance door open to the publle, and (at least one employee on site, from; Monday to Friday From 8,00arn to 5:00prn" *During the pandemic, City building has been closed to tY a Public but arrangements Can still be made for a visit If needed. Ucenshtct and Permitting All subcontractors or employees hVed by the Sub -Recipient shall have all current licenses and permits required for ail the particular work for vrhich they are h1rod by the Sub-Reolp;ant. 61 ATTACHMENT G Subcontractor Covered Transactlans The prospectNe subcontractor, , 0 the Zuh-Redplent certifles, by sub Isslon of this docurnerst, that nelther it, its prineipais, nor its afffilates are presently debarred, suspended, proposed for debarment, declared Ineligible, vokintariiy oxclOod, or disqualified from participation in this transacklon by any Federal department or agency, SUB -CONTRACTOR: By: 5lgnature Suni-recipient's Name dame and Title FDEM Contract Number Streat Addrssa OHS Grant Award Number City, State, Zip Date 62 ATTACHMENT H Statement of Assurances All of the instructlons, guidance, limitations, and other conditions set forth In the Notice of Funding Opportunity (NOPO) for this program are incorporated here by reference in the terms and conditions of your award. All Sub-Reciplents must comply with any such requirements set Forth In the program 1VOF0, All Sub -Recipients who receive awards made under programs that prohibit supplanting by taw must ensure that Federal funds do not replace (supplant) funds that have been budgeted for the same purpose through non -Federal sources. All Sub-Reclplante must acknowledge f isIr use & federal funding when issuing statemarts, press releases, requests for proposals, bid Imritatfons, and other dccurrmenM describing protects or programs funded in whole or In ,pert with Federal funds. Any cost allocable to a particular Federal award provided for in 2 C.F,R, Part 2CO, Subpar: E may not be charged to other Federal awards to overcome fund deficlencles, to avold restrictions Imposed by Federal statutes, regulations, or terms and ccnditlons of the Federal awards, or for other reaaorns. However, this prohibiticsra would not preclude a Sub -Recipient from shifting costs that are allowable undertwo or more Federal awards In accordance with existing Federal statutes, regulations, or the terms and conditions of the l=ederal award. Sub-Reciplents are required to comply with the requirements set forth in the government -wide Award Term regarding the System for Award Management and Universal Identifier Requirements located at 2 C,F. R. Park 25, Appendix A, the full text of which incorporated 'hero by reference in the terms and conditions of your award. All Sub -Recipients must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, Information, facilities, and staff. 1. Sub-Recip lent must cooperate with any compliance review or compliant Investigation conducted by the StateACminfstrative Agency or QHS. 2. Sub-Racipient will give the State Administrative Agency, D11S or through any authorized representative, access to and ft right to examine and copy, records, accounts, and other documents and sources of Information related to the federai financial assistance award and parmit access to faclli le5, personnel, and other lnd1vlduals and lnfoarrafion as may be necassary, as required by DHS roguIat!on s and oiler applicable laws or program guidance. 3, Sub-Reclplent trust submit timely, complete, and accurate reports to the FOEM and maintain appropriate backup dccurnentattnq to support the reports. ;cub-Reclplants must also comply w,lth all other special reporting, data collection and evaivatlon requ Irernents, as prescribed by law or detailed In program guidance. 4, SGtb-Recipient will acknowledge their use of federal funding when issuing statsments, press r€sieases, raquessts for proposals, bid invitations, and other documents deacribing projects or programs funded in whole or In part with Federal funds,. 5. Sub -Recipient who receives awards made under programs that Provide emergency cormunications equipment acid its related activities must comply with SAFECOM Guidance for Emergency Communications Grants, lncludirg provisions on technical standards that ensure end enhance InteroperaNe communications. 6. When original or replacement equipment acquired under this award, by the Sub -Recipient is no longer needed for the original project or program or for other acfivities currently or previously supported by 63 DFISIFEMA, you must request instructions from MEM to make proper dispositlon of the equipment purmiant to 2 C.F.R° Soctlom 200.313, 7. DI ORMA funded notivitlos that may require an EHP review are subject to FEMA's Environmental }Manning and Historic Preservation (EHP) ravlew process. This review clues not address all fedsral, state, and local regsrtroments. Acceptance of faderal funding requires recipient to comply with all federal, stale, and local laws. Fallure to obtafn all appropriate fedr i, state, and tocal environmental permits and clearances may Jeopardize fsdoral funding, If ground disturbing activltles occur during construction, applicant will monitor ground dlsturbarlcs, and If any potendnf archeological resources are dlacoverlvd, appticant will immediately cease work In that area and notify the Mass -through entity, if appllcable, and DHS/FEMA. 8. Sub-Reclpient will comply with the applicable provisions of the following laws and policies prohNing ; disctiminat'lon.. a. Title VI of the Civil Rights Act of 19,64, as amended, which pfohlblts discrirrinaton based an race, color, or naHonal origin (Including Ilrnited English proficiency), b. Section 504 of the Rehabilltatlon Act of 1973, as amended, which prohibits d1scr16natlon based on dfsaollity. c. Title IX of the Educatlon Amendments Act o` IW2, as amended, wNch prohibits d^,scrlminatbon 3 based on seat to educatlon programs oractivilles. d_ Age Discriminatlon Act of 1971", which prohfbb dlscrlmination Based on age. o. U.S. Department of Hcmeland Security regulatlan 6 ORR, part 19, which prohibits discrimInatlon based can religion In sacfai service programs. 64 Attachment Mandatory Contract Provisions Provisions; Any contract or subcontract funded by this Agreement must contain the applicable provisions outlined in Appendix II to 2 C.F.R. Part 200. It is the responsibility of the sub -recipient to include the required provisions, The following is a list of sample provisions from Appendix II to 2 C.F.R. Bart 200 that may be reoUired" Appendix 11 to Part 200---Contract Provisions for Mon -Federal Entity Contracts Under Federal Awards In addition to other provisions required by the Federal agency or non -Federal entity, all contracts made by the non-Federai entity under the Federal award must contain provisions covering the following, as applicable. (A) Contracts for more than the simplified acqulsition threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedes 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 50-1.3 must Include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part,1964-1965 Camp., p, 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and Implementing regulations at 41 CFR part 60, "office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of labor." (D) Davis -Bacon Act, as amended (40 U.S.C. 3141-3148), When required by Federal program, legislation, ,all prime construction contracts in excess of $2,000 awarded by non-Federai en4'stiea must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevaMng wages specified in a, wage determination rnnade by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week, The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federai entity must report all suspected or reported vlolations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland 'Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed; in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or Sub -recipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non - Federal entity must report all suspected or reported violations to the Federal awarding agency, (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non -Federal entity in excess of $100, 4o0 that involve the employment of I For example, the Davis -Bacon Act is not applicable to other 1=EMA 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. mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C, 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week Is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR § 401.2 (a) and the recipient or Sub -recipient wishes to enter Into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or Sub -recipient roust comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizatlons 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 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended —Contracts and subgrants of amounts in excess of S150,000 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 (4.2 U.S.C. 7401-7671 q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). (H) Debarment and Suspension (Executive Orders 12549 and 12689) --A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide Excluded Parties List System in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1986 Comp., p. 189) and 12689 (3 CFR Part 1989 Comp., p. 235), "Debarment and Suspension." The Excluded Parties List System in SAM contains the narnes of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. (1) Byrd Anti -Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award of $100,000 or more must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any 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 § 200.323 Procurement of recovered materials. (K) See §200,216 Prohibition on certain telecommunication and video surveillance services or equipment. (L) See §200,322 Domestic preferences for procurements (Appendix 11 to Part 2€ 0, Revised Eft. 1111212020). Please note that the sub -recipient alone is responsible for ensuring that all language included in its contracts meets the requirements of 2 C.F.R. § 200.326 and,2 C.F.R. Part 200, Appendix fi. ATTACHMENT J Financial and Program Monitoring Guidelines Florida has aniranced state and local capability and capacity to prevent, prepare and respond to terrorist threats since 1999 through varlous. finding sources Including federal grant funds. The Florida Divielon of Emergency Management (FDEM) has a responsibliity to track, and monitor the status of grant activity and Items purchased to ensure compliance with applicable Homeland Security Grant Program (HSGP) grant guidance and statutory regulations. The monitoring process Is designed to assess a. Sub-Reclplent agency's comp lance with applicable state and federal guidellnes. Monitoring is accomplished utilizing varlous methods Including desk monitoring and on -site visits. There Are two primary areas ravlewed during inodtorincg activities - flnancial and prcgrarnmatic manitorinp. Firmncial monitoring prfmarlly focuses on statutory and regulatory compliance with administrative grant requlrernents. It Involves the review of records associated VAth the purchase and disposition of property, projects and contracts. Pm9rarnmatic monitoring seeks to vsiidate and assist to the grant progress, targeting Issues that may be hinderfncg project goals and ensuring compliance with the purpose of the gran# and overall grant program, Programmatic monitoring involves the oLservation of equipment purchased, protocols and other asbaciated records. Various levels of financiai and programmatic review may be accomplished during the monitoring process. ilnnttnrin r Select on 11[kd Schedtill g Each year the FOEM will Gcnduct monitoring based on a "Disk Assessment". The risk assessment tool is used to help in determining the priority of Sub-Raciplents that should he reviewed and lbe level of rnonit❑;lrlg that should be performed. 116, Is important to note Oat altlnoueuh a given grant may be dosed, it Is still subject to either desk or on -site monitorino for a live (5) year period following closure. Arens n%will bs e)taM—.necl inclstf * Management and administrative procedures; + Grant folder maintenance; • Equipment accountabillby and sub -hand receipt, procedures; • program for oLsolescence; Status of eclulpment purchases; • 5tatus of training for purchased equipment • Status and number of response trainings conductec to laciude number trained; • status and mrnricer of exercises; ■ Status of planning activity; Anticipated projected comple or; • Difficulties arcountared in completing projects; ■ Agency NIMS; ICS compliance documentation; • Equal Employ mont Opportunity (EEO Status); Procurement Po%cy FDEM may request additional monitoring/Informatlon of the activity, or lack thereof, generates questions frorn the region, the spvnsaring agency or FDEM Leadership. The method of gathering We Information will be determined on a case -by -case basis. Monitoring Activilles: Desk reviews and site vista are two forms of monitoring. nest, mantoring Is the review of projects, financial activfty and technical assistance between FDEM and the applicant via e-mail and telephone, Can -site monitoring are actual visits to the Sufi -recipient agencles by Division representatives who examiries records, procedures and equipment. 67 Desk monitoring is an ongoing prpcaaa. Sub•Roclplents wilt be required to par"t[clpate in desk tap monitoring as determined by FOEM. This contact will provide an opportunity to identify the need for tec]hm[cal assistance (TA) andlor a site visit if FDEM de(arl :nes that a Sub -Recipient is having difFfculty completing their project. As dlfflculttesldeflcienGies aro Identified, the respective region or sponsoring agency will be notified by the program off lCe via emall. Information will Include the grant Sub -Recipient ardency name, year and project tteecriptlon and the nature of the issue in question. Mary of the issues that arise ray be resolved at the regional or sponsoring agency level, Issues that require further TA will be referred to FOEN? for assistance. Examples of TA include but are not limited to: t Equipment selection or avallable+ vendors • Ellglibil€ty of items or sarvfces • CoordInadon and partnership with other agencies within a outside the region or dIscip11no • Record Keeping • Reporting RequImments • Docthman'tation In support of a Request For Reimbursement On -site monitoring will be conducted by'F{)EM or designated personnel, On -site rnonitoring visits wili be scheduled In advance with the Sub -Recipient agency POC designated in the grant agreement, 1= ❑ENi will also conduct coordinated financial and grant file monitoring. Subject matter experts from other agencies within the region or ante may be called upon to assist In the form of a ,peer review as needed. On -Site Morflkor)na Pr to On -site rnonkurhhg visits will begin with those grantees that are currently spending or have completer) spending fcr €hat federal fiscal year (IFFY). Site vlsifs maybe oombinad when geographically ccnvenient. There is a financial/ programmailc On -site monitoring checklist to assist to the completion tf all required tasks. Site Vtsit?'r€h__M_ tlun A letter will be sent to the Sub -Recipient agency Point of Contact (POC) outlining the date, time and Purpose of the+ alto visit before the planned arrival date, The appointment should be confirmed with the grantee in writing (emall is acceptable) and documented In the grantee folder. 'The physical location of any equipment located at an alternate site should be coriFintted with a repre so nN tive from that location and the address should be dccumerited In the grantoe €alder Wore the site visit. i r 5itra lonl oen sit 000a FDEM personnel have arrived at they site, an orlentatlon cor3ferencawill be conducted, Enuring this time, the purpose oP the site visit and the Items FI)EM Intends to examine will be Identified. All ob)ectives of the site visit will be explained dur`ng this time. MUM personnel will review all files and supporting documentation. Once the supporting doounYentation has been reviewsd, a tourAtIsuaflspot inspection of equipment will be conducted. Each item salccted for review should be visually inspected whenever possible. Bigger items (computers, response vehiaies; etc.) athould have an asset decal (inforrnatlontgerial number) placed in 0 prominent location on each piece of equipment as per Sub-Reclplant agency requirements, The serial number should correspond with the spp?cprlate receipt to confirm purchase. Photographs should be takan of the equipment (large capital expenditures in excess of $1,000, per item). If an item Is not available ('being used durtng time of the alte visit), the npproprla.ts documentation must be provided to account for that particular piece of equipment. Other programmatic Issues can lea discussed at this time, ouch as missing quarterly reports, payment voucnerlrelmbursoment, equipment, questicns, etc. Pest Monitoring Visit F EM personnel will ravle%,; the On -safe monitoring worksheets and backup dvcumerrtation as team and discuss the events of the On -alto monitoring. Within Forty -Five (46) calendar clays of the site visit, a post monitcring letter Vriil be generated and f sent to the grantee explaining any lssuas and ccarrractivo actions raquired or commandatlons. Should l no Issues or findings be Identifiad, a post monitoring latter to that affect Mli be generated and sent to the Sub-RacWent. The Sub-Reciplent will submit a Corroct�re Action Plan, within a timeframe as detw nlned by FDEM, Noncompliance on behalf of sub -grantees Is resolved by management under tha terms of the Sub-Orant Agreement, -'ho on -site monitoring report and all back up documentation will titan be included in the -Sub- Recipient's file. #1lonif HL" 3�esaansibii(tieg czf Pass�thrr, Entitles SubrecipleFnts who are pass-ti'lrough entities ara rosponslble for monitoring thair subreclplents In mmnnerconsistent with the terms ofthe federal award at 2 O.F.R. Part 200, including 2 G.F.Ri � 200,331, This Includes the ,pass -through entity's responslMty to monitor the activities of the subrecipie nt as necessary to ensure that 111,e subaward is used for authorized purposes, In compllance with federal statutes, regulations, and the terms and conditions of the subime� ard; and that submliard performance goals are achieved. Subrecipient responsibilities also Include but ara not limited to: accounting of raceipts and expenditures, cash management, maintalning adequate Financial records reporting and refunding expenditures disallowed by auditB, monitoring If acting as a pass -through entity, other assessments and reviews, and ensuring overall compliance with the terms and condIt.lons of the award or subaward, as appkabie, inciudirig the ternh9 of 2 C.F.R. mart 200. 69 ATTACHMENT K ESP GUIDELINES E14VIkONMENTAL PLANNING & HISTORIC PRESERVATION (EHP) COMPLIANCE GUIDELINE-S The following types of projects are to be submitted to FEVIA for compliance review under Federal Environmental Planning and Hlstorle Preservation (EFIP) laws and requirements prior to Initiation of the project: + New Construction, Installation and Renovation, Including but not firrited to: o Emergency Oporation Centers o Security Guard facilltles f o Equipment buildings (such as those sccormpanying communication towers) f I o Waterside Struoturas (such as dock houses, piers, etc,) ■ Piecing a repeater and/or other equipment on art existing lower + Renovation of and modification to buildings and structures that are 50 years old or older • Any other construction or, ranovatlon efforts that change or expand the footprint of a €aalllty or structure including security enhancements to Improve perimeter sacurity • physical Security Enhoncernents, including but not limited to: o Li+ghting 0 Fencing o Closed-droult televislon (CCTV) systems o Motion detactlon systems c Barriers, doors, gates and related security enhar.ce-nents In addition, the erection of communications towers that see included In a ju&dictfon's (nteroperable communications plan Is allowed, subject to all applicable laves, reguiatlons, and licensing prawislons. Cornmuricafan tower projects must be submitted to FEMA for EHP review. EhIP SCREENING FORM SUBMISSION Projects requiring EHP review, the Sub-Radpient must submit the EHP Screening Farm to the State Adnilnlstrative Agency MA) For review prior to `urlds baing expended, The SAA Point of Contact for EHP review is: :,=3§. F9ticia leiffiggk ur_eau of Pre a adness — P-QMes0Q.S2cUdJq 2555 ShuMord Qzjk Doula a Tallahassee. Flprlda S2399-2100 'i i o:85U-t3"I5-�343' Elip is ons c�erT3 ITly€lorlda.goM The SAA POC will fanward EHP Screening Forms to DHS1FF!MA for review and approval, III, uLlt]-Rsclplel7t's YYStI5t receive written approval from the SAA prior t0 t15tI5sf grLi/Lnde or project Implementation. THE PROJECT MAY NOT BEGIN UNTIL FINAL FEMA APPROVAL IS RECEIVED. 70 ATTACHMENT L REIMBURSEMENT CHECKLIST LLANIVINO i I. Does the amount billed by consultant add up correcfly7 2. Has all apiaroprlate documentation to denote hours worked been property signed? 3. Have copies of all planning materials and vvrorX product (e.g. meeting dOOLUrrents, copies of plans) been Included? (Note - If a meeting was hold by Sub -Recipient or contractor/consultant of Sub -Recipient, an agenda and sIgnup sheet with meeting date I must be included), d 4. Has the involve front consultant/contractcr been fnvluded? (Nota -- grant agreement must be referenced on the invoice.) S. Has proof of payment been Included? Canceled check ',Showing the transaction was processed by the bank) Electronic Funds Transfer ('EFT) Confirmation Credit Card Statement & payment to credit card company for that statement (� 6. Has Attachment G (Pound within Agreement with r DEM) been completed for this contractor/consultant and included in the reimbursament package? 7. Has proof of purchase methodology been included? Please see Form 6 of ReporlingForrras or Purchasing Basics Attachmsr)f If fur-iher cladty)s neaded. Sole Source (approved by rOEM for purchases exceeding $25,000) State Contract (page showing contract #, pace list) Compatithie bld results (e.g. Quote+Mire, bid taixaWon page) Cain ultantslContrtar,fops Notw title 9 DDIteg to cart rac#cars also billed tand�r f?rcr�nlx�ilortl � lN1NG I. Is the course DI -IS approved? 2. Is there Fa course or catalog number? 3. If not, has FIJE11 epproved the nor,-DHS training? 4. Have Sign -In Sheets, fosters and Agenda been provided? r7 6. If bllllrp for overtime arzdlor backflll, has documentation been provided that lists attendee names, department, # of hours spent at training, hourly rate and total amount paid to each attendee? Have docurnentalon from entity's flnancfal system boon provided as proof attendees were paid? For backfill, has a clear dell neationlcross reference been provided showing who vies backfilling who? 71 F, Have the names on the slcdn-in sheets been cross-referenced with the names of the individuals for whoa training reimbursement casts are being soughl? 7. Have any expenditures occurred In support of the training such as printing costs, costs related to adminlstaring the #raining, planning, scheduling, facilities, materials and supplies, reproduction of materials, and equfpm nt7 If so, recelpts and proof of payment roust be submitted. Canceled check (Showing the transaction was processed by the bank] Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement [� 7. Has prcof of ,purchase methodology been Included? Please sae Forn? 5 of ReporlkngForms or Purmhasing Basics Attachroont if fxrrther clorlty Is r+eeded. Sole Source (approved by FDEM for purchases exceeding $26,000) State Contract (page showing contract#, price list) Competitive hid results (e.g. QuoteMrs, bid tabulation page) EXERCISE 1, Has dccumertation been provided on the purpose/objectives of the exercise? Situation Manual Exerclse Plan 2, If exercise has been conducted are the following included: After -Action Report Sign -ire sheets Agenda Rosters Ej 3, If billing for overtime and backfili, has a spreadsheet been provided that lists attendee names, department, 9 of hours spent at exercise, hourly rats and total paid to each attendee? Have documentation from entity's financial system been provided to prove attendees were pall? ,. - - _ For bacl fill, has a clear dellneatlonlcross reference been provided showing who was backfilling who? 4, Have the names on the sign -in sheets been rross-referenced with the names of the Individuals for whom exercise reimbursement costs are being sought? 5. Have any expenditures occurred on suppilss (e.g., copying paper, gloves, tape, etc) In support of the exercise? (f so, receipts and proof of payment must be included. Canceled chock (Showing the transaction was processed by the bank) Clectronlc Funds Transfer (EF F) Confirmation Credit Card Statement & payment to credit card company for that statement 6. Have any expenfluros occurred on rental of spacallocations for exercises planning and conduct, oxercise signs, budges, etc.? if $o, receipts and proof of payment must: be Included. Canceled chock (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confirmatran 72 Credit Gard Statement & payment to credit card company for that statement Ej 7. Has prod of purchase methodology been InoWded? Ploaso see Form 5 of Reporting Forms orPurchasing basics Attachment Ithirtherclarity is needed, Sole Source (approved by Ft3EM for purchases exceeding $25,000) Stata Contract (page show(rio contract #, price flat) Compatltivs bid results (e.g. Quo(ewire, hid tabulation page) 1. Have all invoices been Included? Ej 2. Has an AEL # been identified for each purchase? 3. If servicefwarranty expenses are listed, are they only for the performance period of the grant? d 4. Has proof of payment been Included? Canceled check (Showing the transartion was processed by the bank) Electronic Funds Transfer (EFT) Confirmation Cre6f Card St�atamenf & payrnont to credit card company for that statement [�] 6, It EMP form needed, has a copy c+f the approval D1.-18 been Included? 8, Has proaf of purchase methodology been incirufed7 Pleaso see Fora 5 of Rgcorfing Forms orPurchasln'g,Basics Aflachment If further clarity is needed. Sole Source (approved by Ft3EM for purchases exceeding $25,000) State Contract (page showing contract*, price list) Competitive bid results (e.g. Quot&Mra, bid tabulation page) TPAVgI QUF: wfCES 1. Have all receipts been turned in, itemized and do the dates on the receipts match travel dates? Akpia ne receipts Proof of mileage (Gocgle or Yahoo map printout or mileage log) �Toll and/or Parking receipts Hotel receipts (Is there a zero balance?) Gar rental recelpts Registration fee receipts Mote; Make sure that meals paid for by conference are not Included In per diem arnount 2, if travel Is a conference has the conference agenda been Included? 3. Has prod of payment to travaler beer. included? Canceled checlr (Sbowing the transaction was processed by the bank) Electronic Funds Transfer (EFI) Confirmation Credit Card Statement & payment to credit carol company for that atatement Copy of paycheck if reimbursed through payroll 73 SALARY POSITIONS 1. Has a signed, timesheet by employee and supervisor been Included? rirresheat must certify the flours and inforrnatfon presented as true and correct, 2. Has proof for tlnme +.narked by the employee been Included? Is time period summary Included? Statement of Earnings Copy of Payroll Check Payroll Register For fusion center anatysts, have the certification documents been provWed to the SAA to demonstrate compliance with training and experience standards? QRGANIZATION Q 1. If tilling 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? Havo documentation from entity's financial systern been provided to prove attendees worn paid? �— For backffli, has a clear delineation/cross reference been provided showing who ,was backfilling who? FOR ALL REIMBURSEMENTS - THE FINAL CHECK �] 1. Have all relevant forms been completed and included with each request For reimbursement? Q 2. Have the casts incurred been charged to the appropriate POUF category? 3, noes the total on all Forms submitted match? 4. Has Reimbursement Form been signed by the Grant Manager and Financial Officer? 5. Has the reimbursement package been entered into Sub-Reclplents record slspread sheat? 8, Piave the quantity and unit cost been notated on Reimbursement Budget Breakdown? 7, V this purchase was made via Sole Source, have you included the approved Sale Source documentation and justification? 8. Co all your vendors have a currant W-9 (Taxpayer Identification) on file? Please route: IFUEM reserves the eight to update this checklist throughout the life of the grant to ensure compliance with applicable federal and state rules and regulations, 7-1 ATTACHMENT M CERTIFICATION REGARDING LOBBYING Check the appropriate box; This Certification Regarding Lobbying is required because the Contract, Grant, Loan, or Cooperative Agreement will exceed $100,O00 pursuant to 2 C.F.R. Part 200, Appendix Il{I}; 31 U.S.C. § 1352; and 44 O.F.R. Part 18. 0 This Certification is OM required because the Contract, Grant, Loan, or Cooperative Agreement will be less than $100,000. IRWAN E. 9921111111119: ey -r •: , Certification for Contracts, Grants, Leans, and Cooperative Agreements The undersigned oedifies, to the best of his or her knowledge and belief, that'. 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencirg 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 approprlated 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 emptoyee 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 subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was ;placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code, Any person who falls to file the required certification shall be subject to a civil penalty of not Tess than $10,000 and not more than $100,000 for each such failure, The Sub -Recipient or subcontractor, Ci of Miami certifies or affirms the truthfulness and ace racy of each statement of Its certification and disclosure, if any. In addition, the Contractor under :a ds and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Clai an St7is, apply to this certification and disclosure, if any. bignSture of Sub-ikipienUsubcontractor's Authorized Official Arthur Noriega, City Manager Name and Title of Sub cipie` ntlaubcontractor's Authorized [Official Date j 75 ATTACHMENT N REPORTING FORMS An Excei version of the following farms along with Instructions will be provided Separately. 41VIO(ON Of' PM IR6gNOYMANAOMMgNT �x f Yna.telaf History and Parformnnae TraaletnQ VORM 1A RROIPlF3N'1'IG"NTUM AOnMgM0.NYa �sC•oi:-� _ ln.l 84-M AM— gLff WMALY HAPoRT040 iXA OA7tib „19, C+aka&apf b Ml "t F -wr 8r M§rnx In n�t� SYae, ar4M r� a.16.marea� Plnitllelwi W Fta ort Par lth..non.Mokllr.k JfLL+I�m.• ;}.lrgory - YWtlI AIlCwfgi tau a+k+fly Punic IixP+nJ+J TALI PNndi kxp.rNi.d wlprnd.tW f}glflpkfO.Artgl. W.m.Ynln® wllpno. p .••-•_.�. ... ... -�.�._ ,.: may. Y-Y=.�.... ._,... _ ■ 'iaa _ _ meat. icwnL �i'�.tlL�arJ' cYle N.fwf W W ft If r.W fired, .r i QVn10_1— ".QQ • _ _ CG_.W _l0. CQ_ _ _ _ i4.OQ OliOrtriA Q4 nlprry _ wraf...4♦i @.I.q.ry gtart 4.l+ Prol.wed nsrq- Puntl. Alla rsi.J jtr.I.gR gUd6M r ltiflt{as1L. YU rAL lrr Jwx.'s �rrv+rMyr1 - _ ClatnEallvf Amulsll PM,4W ly IS Clod la c[pimb...aertdnC TW4 naa.h.d I hr.r.by vaM Y i"t titp a4o-..++0m ar. "9 nnJ vw Nil Gv.t kia.r d In ... r"mq Whh dt. Preiagr 413no NbnL at." t..... per herahy.. m1V Mutt ill. .b.— bold an ttu..nq -11 t.ortu l rigtrr—d In .aq.n{.pnP VIIth Ike Wgl•al n¢'..h.iht. Glw+.d: 0.4ar. - P-0.4.1 o(rl..r •r.l.ninq Fr.rvr.ntl,Iw.w,4thn 6apirrmyIa.eskladP. n nP aaufii+l 9+a-Pp lt.w....mPW+ .'+,scat M.PrH+h+npae.flVrea, dlaw+.nrmenN .M.+.h rweelp[+nry farSl+q h'J'APlq. .nd ]Ufatlkt}p rM11 fnlQl M req Mrrr. and Cp+mb1+.. M1i lh. � edaml .WM..I PIN IWMr. fine n,w.+11.. EcF.aYl.- br hgtlJtl:f1a11ttNm+R[IM. be iil. h.1N.laA glany the WIM i•.t •M++V .4 ®bM m a b «Iln9gnl, a+Y w p4n IMwlrnitrr P+. eNe als+wu+t, hr++ • utlpq+a.N. f law qrl i++r er rN.ywl.t r•. O{VW040M OF Zf1MFZG13N0Y MANACIIAMMNT Quwltarty 9twe146 Rwpart FORMA I TYnolptent A4ltIti1rMMmW tQ-rya-'�T [os! �..`. sl/eWn1�. IHn 71i>tl4rt9r{P tl[ r..�dw.a Rer InfMu elleNC oft eeril�.t.la leri PC�-0m� r eAbk NrP I-+Fa%F pVtren _ _ _ �Li�4'I,9TA7V,,'t_�SL+P_'tltILL.Y1.94Y7i1..4:f: �;!h-f.[C°i!ISrt�}+-/�Rl{K�dj.:M+7t+?.IP[I•YSAi.4L41i11S?4N-T?^'!!!�—u1Lt1�H7.}lY 9LRIlAYll3Hl.. �....-. _ I f E{OPjipiM}-Gqn frgM.t Mwrt++Q.xP+tnGTrKyi oat Y�[e[ygnneJ aY,tYe`er+y lyry...Irvu 4ulwrtm ene{Inucn {k.A aarl reWWn wawwafl Yr+rrlge<.1. 1 3 Tg4liN14AL Ae ht ■ T'ANa q h 14eMkad meYllMeP nagry'.F. !t "Y++". wa yai r.qr»Ilnq, bn.Rq N.ff axPMr. rwry I her.by.rtuip Umtth►.yovr hlrarm.rfatt pr.i .d.te tru. .nd tho . Wjaj aro r4114 4grrt(e)ib6utrA In .b.urk. nra "M th. Pmj..l aqr. Pln.nt, nlh M..t k't.tt.q.r ax.rl ,+ a IN. roPart 1+[e.lfy 6 Qla 6r rV uf.yk�r.tq. -4 p..rrfy Ihq ren.11 [r W., rmnPto-la, .+ltl r.n.+b, +ntl .I. rtp+tnJllrxn., Jl. h+nebm+nlP .nJ +n.n re r.bt. Ma q.Q.e P41flOaoa antl OUIbd1Wp ..1Mth 1h gta b-ptP .nP aen dllbn. et 7hi Fa+lgrp7 0.Waal. I %tM1 +N'+M Clbl xny Nlp4.ultlatq, 6f YatlpiJ.nllitihr4ulh on, ar Ihu. agU.abn u1 pmymrl6,Ial tf+� mrr erlefr Nrnr b Mny4aey mW p rtlrwNkttmew. Pi'+.eh`�r ran key++, Mle. +Iplrrn+rvla, Pi.q WRknV ar g411AV. F. 76 1 DIVISION OF EMERGENCY MANAGEMaNT di91M U RS EM Elk T REQUEST { Form 2 r PriCIPIENYIGRAhNTEH AORBEMENTht 73-0S-TO { test P---- SirsetAfSdmns WrrsexnentAMcluld T �Ity, SIWO zp _ Submission owe POG Nsnw Nnyrwrritl POC Phom rsalpmsn;Amourrt Gp3T3 mcuRRraD WJRING THE PERIOD OF: Jut 1 3043 7HRE)UGH 9eptslmhw 3Q. s"41d ehndad cola am aokaWmlard Inr you. You da riot Flood In nnmf a-ytrwq'rao irnud" edis, THl9 RSLIST lib AOO[7ilPpH18� ®Y TFiB OgTAIL pP Ol•i415i6 POftM 1, Planning Ehpendtture6 2. TrahT7ng Exp"Kvras 3. Exerclea Experild9tures 4. Orgsrlizatlomd E irpendit Tres S. Equipment Expenditures S. Mam gemorit and Adminletraadon Expendlturee MnRu_d_Ifu t676 artlla total acltlNJ _ �_ _ _ �_._ TOTAL EXPENt7UVRE5 $ - I ha+ehY em Airy ihnC the ekave eaalm mra 4ua andm6d a4>Za tamurtad In aaaarckanaa Wifkl Site Pra�aaS ngraamari4, 9rtyne !: U. Qrenl !Harts Vmr .I herubYeaadfy Shoe She ahava eamea ara true arrd valid ends lnarnr6d In aeaardanaa wtlh'tl+.. eroiaalaareemanL 9lgrietr fMla Pill shots! q Rlaar � �+ By atgrft ltdr moan, i cc r ft is the hest nk rW krovAMp end berm ihal !hp navy{ IS Roar corePW*, end acoumta,. Altd !ha Npw4Uas1 shot DOM NE61ptl 00 ur Rw ptepomom ewd ot;jaoihos am ryxsdl R1 the tame and 30wililorts of ihs Fodo,mf dkvpgi I am a wo that any Imes, Icl Wo49, w ra,,"rlt irgamrotlM or the w-J4miarl of mW ItMMdl leak, play suNacl Iran to arkWMl, "cr adm6*InAN6 pmralRoa Orr LvAd (nlaa alatarnarao. +vdmn Cralnla or vthmWar. AGREEMENTAMQUNT r $0.00 PREVIOUS PAYMENT(S) PAY MENT—•41"o RIA MAININ© BAi.ANC6 $0.00 PRMFORMCP016 014 TO M COIAPI.rTSD BY DRM STAFF 77 TOTAL AMOW4 TO E39 PW17 UN THE) IFIVIMCEi r $o,a4 MA10 9U p W17TRO TO FO rM a[r.+...n . �••«,........ -.•y..r...fh1# a....w....o..«_......r�a 1r1.YYlyr.rJ. +F �_-.........__. "rLCILw.n.....n.•«.y_w w.w.sw+.v...n...y......r..w,w.ulw+e.nwn...•+sw+. LnM.n¢C....Y RyWNw.+N.. `w �.+MKwwn.nwr• .�•.�..,, _ - W-��MN.eFNw.u...e.p Mne.wear..ar�...Q,NruM nwu�w.M...-�¢4 w•.iw n,... rm�yNe�w•re....e �e mniw. r..�. w..nn,..+..r.M.wwr._• ....y_... 4YYw.i.IY rJJer aYYfMMAYWmRw.ni.-.+wnaYlq�MIM IYIn ,�.J Y.WJ.rJWrwLL..r ..."wa.rNr.n n��w..v.N_n..wM..r...m aa�...u�4w.a.wM1�..Fr n#.. ••'ry a.y.ry.....na....ew N_r.Nn. r..rrr wx_.v. '�•_ •r...W_��_..r'Am�..,.1..HLV l.. _... ... _.,•JM , .•...rr...n. �_.it-�.� ••�aW4Y inR4.•..M_....�...•� eww.wwN.Mi .. ��--..�--[..rs•rr..... .. . �_��?`_"..w....Nn.vY.....n...- •...n.......a.._..... w«.w.a.Ry ....w.r...,. y_,.....w.wn..»,.,... �........�. n._—_,�--.T....._...r.-.�....,.___�._ ..,.r..,..... .BTJl7e.LAlG�4�xFlh4 `...�...^., •.. _ 78 I tiamu�e�ax�.swatrlmvv�t:�nn>gm tsx�ei ���.•a.—L�.c—rs-r ..ro ti.w w.+e•' I id 1LNSJ.Iw—�.-••---«-`- Jjo..wa..W.r`M. h..4 m..i� --� +..w e'.... � • ek� N.. - - - SIX IM+�wr .,^••-•«.•—t.w....+. wn.nJ«-M.r '• _— �.r 11-- �n.w .n.r..� .�F.AM.-..7: -03Z X,- M .r'EC=tGT....,6•�:. tr :.. Jk.4- �� saes (a1Tn�ieea.Zw �•Av w...... r.,,,.+�r...».��..."R. •iC tl �i. �'yi i � .r?n7""' """ 1' ^y�� ..e sw+n.w +•w n..„. 1 .�-.w'r.nti..iC"`Iw'v's.�".'��'�i1w•:i.'°~~^...ri�"'«w•.w Iw..y.l -___ _ 79 V.ndurN.rnog (MY-Faq of DIVISION OFT lRMSFtGCMCY MANAGEMUM7 Piootlrernanr Mothpo Ropoft Fro rm 6 AQferaRaatltl berate. Ar-9 ot: Atlwcb b ApprHa hi. baYarea ?Wa MjFwffnud In txlarf to errRaranrAke naelFtaaWa�]+jar,eU pl.drl+erpanw. Art tbrrna moaBo,rW r„n avdlnWo -f: huwlLCmr.IN.AaddlrLxvkir.wFldaw/xnlus+�e.L.'seuCrtfldi�ur'sE subrec$olaglki olute chaan the Iad'G.rolty dulranwPwibpwirrod wrrrriora -t S'yafpre fnrArtan! hfanapaaduA++(prakor,ary pallorl8rcfu4ndpengpe Uar ?paiorn) at uw wearn,sp4v poorb f"CU `., of M2yPWvl4vM* M Ol eVM*Uot phaak ape rep rktte bones bololr System for AwRrd Maneeement (SAM} C 1v4Ctt Syat m for AwwMI Mnmigmnud (AAtA✓) ktr dnhPmrQF Ant wrl,1,rallm n,r,M isopo AM n9enlq, t rw ooav wan IoW for uxr vendor, corn ploro Grwr. M Ft7C-Met-t,errneri u„ aodorl k„m ronerod in Inv QMMoWaraAl nL AffirmAllva 3tepa VA -a r,e Wy aelrma9r.x.tap. mknn is u:auro D`nt rnlnoritylrusln.a44u, wonr rla orlon,rlooa, uW h,b 4r cr,rple area noon nvm en nu7 fl valdor Na _ Vendor Py pet Anrouut VanderfMW. AM,ouRtl..._ Vender Ham.: 5010 Souro0 end $Ills to Ven41 or Re apon eo to a 0On1 patlttV0 8ld Al wdt, aeunae Procure mwda FFed 1110014%bwnrW rgap.aRra la r C-in$P,00w bad mrp►rn pro-appr ai by hb FlaJpa j3hLytoo of><mort, y 7kvwtiwruRi Q 1)OF1-8a satirl[y Unit .rd Yea 01 t[W 9a1a aoureo 1`41m. r iGEVra .boo enwpo .i WMI dila , rrl9llµn 10bo mala44ned $. eptla ep, i„�l etuxloraat anJ FESEM a sill M.S. Slate Tarim Rontraac Siato,arm C4 rilrpw 1.whw opraroelad wrdwo.) Pr*AAda epxA r:o C-1wdfi4r and aa.^Aca p%WcJvwaa'k, Aflunaun on as ao- Footed bo alo for n apa;3A wl period nr Vntri, V"du r No rea t AfKeea ne: et-f- Tbrm C.Alrowi br RI so roti on R ry pL,,-e?F me as VYfaheea6 UJS I8 ia,rten: yhali by oeurlod 44l aeenq a4od pYrdhpeip@ prealt4a3 Wi,Feh may IR41Yd9 WY[It.n qUe lntranr ur wfftteR PvoaM Orlfipp114np g,lela;, -to - l2r,44 9ad.e.aW,lvv ervloJequaip oomeektlan mnel bo daowrla,H44 for jwl.dtuwrra wow 9W4. Altra h4aea Qa4acor Ih aw $2,ioo but laae th-11 Sag ll op; itopulma at 16.yt hv4 ($) aA"u Rea ,t�d W,Iltar, qupta 16aea, 0..UMpnted gW 41.K nluat to Aiaaehed rF az,apC_$34-90-C-"Wi Man 0141G—Mrequbed rarrolm bL"— a nt lku a44h preµ, ar.,aw1F. t. Vender Kato. R. VendorNem4 0. van der loam. Halo. don Moth od a .h,aeaa eala I Formal 801101tatione dopto of YY-(it mows MI,At by pro, td4d. Adfatetr Amounh Amount wa,a4 a araw,r., r.ryr;..r a. M., re,traj..iran arww,wr.,n.r,. Nm,aa.w a.yaauerp�r roe r.[r n+an [] 435. or1a. rifrrcl-- Wrktm1 ealcae-r. "iira,l .aid 0re.app,cv.1 km rmpj. F"CEM PIG-Appev*focbha,d do to h tfFlOon Io Md. Raqua,:{ hw Pro" pl or hrY.iMlotr {o r•k daVoto dptamYRia. PU"Anl;od Arc UbarriftAt ordfur .ar:atkMfula. 1_10 ar wf)INOALF(l proposeleRror:Jor ant iha bkl mmnako% Venlor Frid-9901"10l odiork,, "Few Va,n olula,rwrli ou in, wiry vowiat wee du,pun Contra-r aw.erdACtlan{W CAdar%MCM.larralRnwndnagragrota, JlltoYnAtivo Contract Souse CmnA,v,fkrae er *,,Vio is evnna boa to a,e alptb vie lit IDFdh aerrtraut Vo Mlut._ A copy al thb "A0uWd a4 eltFabt moat be etabnliituo. D Sol ro.lr tram . P199"00 ColUMC -r rU&MMI Oar ho% Adnrinla Y,Aw apnmwJ md" raja (-m, Mo4Q) i. Aggtllo.hw O-Y-Mu-t Gptcad �. Vo Baer tip,da YOGA a ottrach x qubr- .ddldoner gnetas ploeoo a,rpmti there law; Whh Ulbt rlgwrt. 1 anriify term -b-Vr, tort-rnip ppu to "a and +epurflta and dpaumpMwllan rabl led to th In pro aun mane It an We find avafinbl. upon raquevi. -►ada1AA-14.. P,own,Yfgt Ir^N tmu Pr,n a,W w root. aw, t,DBi NaW,MAaltlniiteaw, 4nµa 11v Waulnu riKa rrrrwt i peitlfY Ir. Wa her m ery anwwl rage aa,l Y.Ii rr bM1I the wlwdt. far*, a.wrPlafe, erd eyW,eb, eM Iba exa nn•pn,ray ilWprbn,eMa •ria Bard. rwal ptr am grow P�,r p,uaend aWexr,aa +at rerrh fnrNa ben raiW par.-wrw W Ia. p. d.rrl �lvnrd-F t-rowan»atmyfato+.e.IBg4uti 4rtnuoan•I lnrsmaWh..er{Iaa ewi l..f.,r.t.uym.rnilai t..r, hr.y wlV.ai w. 1...1,.F,.1. 7P7-05t r.l. SINa+d trlwlda Stela.. clue yr .Jmrn INm era prnprlbe br 3e eµd, la Iaa uairM er,y }.Ire nbape a edl emlu, Tf19a roper{ Mtrat be pnoc! to sumintlrizo 9`119 motha4(0lo0y for ail praouromonts aaronlylr.rdoav oae..rFa=a krr.�aa.. 80 k61*10grdfumtr o4moi [nk MVISION OF EMERGENCY MANAGEMENT CastAn*9b Farm 6 Axtya[ ndeK hrla+r to ttl p�r,Rkd � III CoM rdctpr. 3!9 tlidr@t1 fA19LClmx ECR Andrs'41a ie tatpbto68p IRa Gva'meid �trxl YYa�ec #e ctfahed mn,c�s A Sdnles•rK�elliNt�astltill ta+.+�caatlil IIUFs Paa�[A . a b Fr�aA�s;�C"fi+Xdsa7e�sippxaib} aaleS 7akal9l4r!@s TatafSilFyp. _ Itao TaCW; ...erg," g ,..^......,.lt arcs n+e i mks Dr xmw If1 c* t t6wk � MAI I SLR" _.• 5 63g1A(( Uhl kklifmmF DPxtbtbplilt tLk � Qli�1419 7alds it owaaJCa�iaEon I Ays xem! I +I Fate I �. Ftlx;e Tarah7 aSft*O WWI Haut rats f a LIM tau t Qvanlly Totals I 'rowWawaumm 'moo suaPoru Is ltaw c} I�g . �a -ataz - �1ate x use } Tacx; ltdtlyllHt14tztfor con 10 wok cale00*tteenBv+tiett!$xjdmwriwbtYoiNakrtwy Wdnt yy+ 4 kysKwl 216 0tleaSltttketdo ftbtM$afWWB+ CIghkitklpdd�ysodyfdd�OcntiUfae3rlld W.. 8I DNISION aF EMERGENCY MANAGEMENT TW AND EFFCRT FORM T This aawmpany re mhursomea! ciainls ior,alar as charged i Jhi grant Employee Nanic, Pryy i'et ad; '10 Indicate Co0m, Ad iluim PurPayp6d Week 1; Dates to Week 2 ; Dates to _ Gr�tid Tota1 Pro;WTyN 8 S 41 T W T it �41h�: S S �t � �� T� _'Tk�i1 _) StTSP,N&A 2 3` I 5 1{) �, 3,5 1 5 t'lanntn; Q Q Q 3 0tearliz�lifln Q Q Q �# gill PC;M&A 2 3 4 31 12 3.5 1 4,5 16S 5 01 11q 0 5 V,acatlon 4 2 4� 44 S 13 23 7 ,cltlin±c 3 3 3 9 0 II Q f Q Dti1v34ta€s G 0 8 8, S b 6 32 Q S 8 0 ?4 56 weekone'ratall 32Wee kTwo Totft1 241 56 I herehr celtify gmt W *yc ailct 6113f ;ply flu.I m idle for [lie the I ilsrclay celtifX tllu! !o !!Ic best of rnp kllassic d a aji�l rilefIItC ��CIC{� flillw 9ItpClllOil C31tEE�lI i0 period in ANd this reperl cover, (hla relrirl is aeeinnle ;ind sn acco *"Ce W),6 Leal, Scale, au{I Ferkmi itehu'alrols and Ca Ounce PCltnl6g rfin:lrU@yCim1r DA Hou101ull Seen t CIaIII IfW5. Hnydutcc Sil urlvrr; Date; 91, rrharjq n.1111 : baler By slnning 11113 }ElRJ]'(, I cea#lcv la the bes I of my kj1Wedgc aad1sclld that ;be reed is Ilue, colnfe(e, an±Ir`ccuraic, and Ilea etpernli iuros, dial; untems oral cash moll;ls am for- Ow ptirposes h tlto terms urd eorulh:um or(he Fedemj assard I ora awo Ih,lt Hy WgE ricillim, ar rir"Ilk 0[it inlolmalion, erlhe whion orany m1krial racl,:nay 104cl {ne to- c!m iunl, eirll or arterial E rafive pulmllles ter f1°; Alldle slalvn%l .s, false dflials ar ellionise, CLOSE-OUT REPORT FORM 8 This form sftrxifd bet COrnofeted and Aubinittad to the Dv Mon no later than sixty (606 days ; aster ccrnplation of protects or trig tefntfnat#on data a$ the Agtmnonl, wrhlchetor odours first. 6 f tos! __ 'IErt7S 7a I M01PIENT f ORANTM AQ$tMh12NT lr Streat Address swm f AOL`UM3 AOriF.sNkew are❑tllur Cl ,state P CITY AND STATE {i} mar anrapnn,ea i21 TOTAL gx aeHairc,nga Pfr %TI Cncrl �. `r,lkrq. Cuet. �-f wdnacos�n 6. Ery uprwe: Ae,lu,�n on any � B. IA;n�a„mk ub RihdPhlrnW n Cn�a `� TGTA'L 2kPC7J�`r7�]R�3 aQ,CQ Please Indicate Amounts For The Poliowing AgreBmant Arnounk S _ Totaf Lxperd;tures Deabhgatad Funds Indlcato Amounts Ralatod to Advance(s): If rYbt �PA�a�I0, plcas.a PmOooU to nox t sacoon Totmou al Ant orAdwnce(s) Received Total Expondfmres ❑ootitf{lalod 10477c411t ofAOance Reo'd Interest Earrad on Advatica Galnnce of Agrecanant Owed to FUEM AORMN11 WT PMOO OP P9 4-POW AN Cf GA PG ax PgH61Tu Rrol FAvm aw 1- fthb CIv6C Was Equipment Purchased? YIN Y yes. providy final equiaerontlist rrW line u-out Vlore Funds Expended In accorUance Mtn agreement terms? YJN AIJ quarterly reports sufQnjitted up to Mirrant repelling pe0od? YJN REFUND AND/OR FINAL lNTE.REST CHECK Refurd and/or anal ;merest check Js dt;e no later than ninety (SO) days altar the expiratlort date of the Agreement, Maho chec k Caehler,DlvlrJonOfEnnorgoncy cheeM Payable to Management Malt to; Florlda Division of EM"go ncy 25,55 Shumanl quit Soulevard Tallatrmesee, FL 32309.21LIO I hamby cortify that tha above c.a-oe) are true and valid cost{S) t"Purre(l tsl eccordanee witil the proles agreement. J hereby cortkiy that the above coats are trtka arld valid touts Incurred In accordance Willi tha proJect agreement, Slgned: mata: Signed: Grant Manager Financial Officer Date: By *Igntn,g thIa Taport, i cr!r4fy to the bust of my knotviadge and boIIaf t1)ar the report 19 true, corrlpI4to, and accurate, and kite oxpondittfroa, disbursoments and casks recelpts are for the purposes and obJoativue sot forth in the tormsarld condlftonS of the Fadoeal award. t am a`hr3ro that any false, fictitious, or fraudulent Inforrnatlon, or the omission of any rrlaturlai fact, May subject ine to criminal, clvfl or admInistrativo panaftka3 for fraud, false statements, false Claims or pthtr rw i so. 83 Olivera, Rosemary From: Martinez, Maria Sent: Friday, August 11, 2023 8:17 AM To: Olivera, Rosemary; Hannon, Todd; Lee, Denise Cc: McGann, Tyrone; Guerra, Jose Subject: Matter ID# = 23-1618 - Modification #3 - UASI FY 2020 and MOA's Attachments: Executed Modification #3 - UASI FY 2020 MOA's Executed.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