Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
24559
AGREEMENT INFORMATION AGREEMENT NUMBER 24559 NAME/TYPE OF AGREEMENT BROWARD SHERIFF'S OFFICE DESCRIPTION MEMORANDUM OF AGREEMENT/URBAN AREA SECURITY INITIATIVE FY 2022/FILE ID: 13250/R-23-0095/MATTER ID: 23- 1843 EFFECTIVE DATE ATTESTED BY TODD B. HANNON ATTESTED DATE 8/11/2023 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 PARTY/ENTITY: "Broward Sheriff's Office" IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? ❑ YES TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT El GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY: Memorandum of Agreement ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT NO NO PURPOSE OF ITEM (BRIEF SUMMARY): To execute FY 2022 Urban Area Security Initiative ("UASI") — Memorandum of Agreement ("MOA"). COMMISSION APPROVAL DATE: 2/23/2023 FILE ID: 13250 ENACTMENT NO.: R-23-0095 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN BY DEPARTMENTAL DIRECTOR August 3, 202: PI2Tr5on SIGNATURE: ED�JT by:APPROVAL A ` °" `' M `4 ° "" SUBMITTED TO RISK MANAGEMENT August 3, 2023 PRINT: ANN I 11:04:26 SIGNATURE: - o CSUARPE EDT Fr " 61111(-15 SUBMITTED TO CITY ATTORNEY August 9, 2023 PRINT: VICT 1 18:49:25 SIGNATURE: '-27395CG31C21-4 7... i �yTDE °-"et_ ' , APPROVAL BY ASSISTANT CITY MANAGER PTEPROR'F'6F E'@457... PRINT: SIGNATURE: RECEIVED BY CITY MANAGER August 10, 20.3 PRINT: ART I 10:09:1�/E SIGNATURE: NORIEGA D'ITIuSignedby: al(f tr NOVItAr, ".seat ,,,,,,a7A PRINT: SIGNATURE: PRINT: SIGNATURE: PRINT: SIGNATURE: 1) ONE ORIGINAL TO CITY CLERK, 2) ONE COPY TO CITY ATTORNEY'S OFFICE, 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER DocuSign Envelope ID: A5B2F212-610A-4055•B236-D5DA9ADA2E97 MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2022 "Broward Sheriff's Office" Agreement Number: R0588 FAIN Number: EMW-2022-SS-00029-S01 CFDA #: 97.067 This Agreement is entered into this , day of , 2023, by and between the City of Miami, a municipal corporation of the State of Florida, (the "Sponsoring Agency") and Broward Sheriff's Office, (the "Participating Agency"). RECITALS WHEREAS, the U.S. Department of Homeland Security (USDHS) is providing financial assistance to the Miami urban area in the amount $14,012,500 dollars through the Urban Area Security Initiative (UASI) Grant Program 2022; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2022; and WHEREAS, as the USDHS requires that the urban areas selected for funding take a regional metropolitan area approach to the development and implementation of the UASI Grant Program 2022 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2022 Urban Area has been defined Miami and Ft. Lauderdale collectively and anticipates sub -granting a portion of the UASI funds in accordance with the grant requirements; and WHEREAS, the City Commission, by Resolution No. R-23-0095, adopted on February 23, 2023, has authorized the City Manager to enter into this Agreement with each participating agency on behalf of the City of Miami; and WHEREAS, the Sponsoring Agency wishes to work with the participating agencies through the Urban Area Working Group process to enhance Miami and its surrounding jurisdictions ability to respond to a terrorist threat or act. NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follow: 1 DocuSign Envelope ID: A5B2F212-610A-4055-B236-DSDA9ADA2E97 1. PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2022 which was made available by the U.S. Department of Homeland Security and the State of Florida Division of Emergency Management (FDEM). B. This Agreement serves as the Scope of Work between the Participating Agency and the Sponsoring Agency. II. SCOPE A. The provisions of this Agreement apply to UASI Grant Program 2022 activities to be performed at the request of the federal government, provided at the option of the Sponsoring Agency, and in conjunction with, preparation for, or in anticipation of, a major disaster or emergency related to terrorism and or weapons of mass destruction. B. No provision in this Agreement limits the activities of the Urban Area Working Group or its Sponsoring Agency in performing local and state functions. III. DEFINITIONS A. Critical Infrastructure: Any system or asset that if attacked would result in catastrophic loss of life and/or catastrophic economic loss management of resources (including systems for classifying types of resources); qualifications and certification; and the collection, tracking, and reporting of incident information and incident resources. B. Core County: The County within which the core city is geographically located. The core city is the City of Miami. C. UASI Grant Program 2022: The UASI Grant Program 2022 reflects the intent of Congress and the Administration to enhance and quantify the preparedness of the nation to combat terrorism and continues to address the unique equipment, training, planning, organization and exercise needs of large high threat urban areas, and program activities must involve coordination by the identified core city, core county/counties, and the respective State Administrative Agency. Funding for the UASI Grant Program 2022 was appropriated by U.S. Congress and is authorized by Public Law 108-11, the Emergency Wartime Supplemental Appropriations Act, 2003. The funding will aid in building an enhanced and sustainable capacity to plan, prevent, protect, mitigate, respond to, and recover from threats or acts of terrorism for the selected urban areas. National Incident Management System (NIMS): This system will provide a consistent nationwide approach for federal, state, and local govemments to work effectively and efficiently together to prepare for, respond to, and recover from domestic incidents, regardless of cause, size, or complexity. To 2 DocuSign Envelope ID: A5B2F212-610A-4055-B236-D5DA9ADA2E97 provide for interoperability and compatibility among Federal, State, and local capabilities, the NIMS will include a core set of concepts, principles, terminology, and technologies covering the incident command system; multi -agency coordination systems; unified command and training. E. Urban Area Working Group (UAWG): The State Administrating Agency Point of Contact (SAA POC) must work through the Mayor/CEOs from all other jurisdictions within the defined urban area to identify POCs from these jurisdictions to serve on the Urban Area Working Group. The Urban Area Working Group will be responsible for coordinating development and implementation of all program elements, including the urban area assessment, strategy development, and any direct services that are delivered by the grant. F. Urban Area: An urban area is limited to inclusion of jurisdictions contiguous to the core city and county/counties, or with which the core city or county/counties have established formal mutual aid agreements. IV. SPONSORING AGENCY SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with the FDEM and USDHS. C. Conducting a comprehensive Urban Area Assessment, which will in tum guide the development of an Urban Area Stakeholder Preparedness Review. D. Ensuring the participation of the following critical players in the assessment and strategy development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. E. Developing a comprehensive Urban Area Stakeholder Preparedness Review and submit to the SAA POC. F. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". G. Ensuring satisfactory progress toward the goals or objectives stipulated in "Exhibit #1 ". H. Following grant agreement requirements and/or special conditions as stipulated in "Exhibit #1". 3 DocuSign Envelope ID: A5B2F212-610A-4055-8236-D5DA9ADA2E97 I. Submitting required reports. V. THE PARTICIPATING AGENCIES SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the main liaison and partner with the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Participating Agencies and any sub -grantees must abide by the grant requirements including budget authorizations, required accounting and reporting expenditures, proper use of funds, and tracking of assets as stipulated in "Exhibit #1". C. Submitting quarterly reports to the City of Miami detailing the progress of projects to include direct purchases of equipment or services as stipulated in "Exhibit #1". D. Complying with all UASI Grant Program 2022 requirements as stipulated in "Exhibit #1". E. Participating as a member of the Urban Area Working Group to include coordinating with and assisting the City of Miami in conducting a comprehensive Urban Area Assessment, which in turn will guide development of an Urban Area Stakeholder Preparedness Review. F. Ensuring the participation of the following critical players in the assessment and Stakeholder Preparedness Review development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. G. Assisting the sponsoring agency in development of a comprehensive Urban Area assessment and Stakeholder Preparedness Review. H. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". I. Ensuring satisfactory progress toward the goals or objectives as stipulated in "Exhibit #1 ". J. Submitting required reports as prescribed by the Sponsoring Agency as stipulated in "Exhibit #1". K. Maintaining an equipment inventory of UASI purchased items. L. Ensure that equipment obtained from the UASI Grant Program 2022, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies, special 4 DocuSign Envelope ID: A5B2F212-610A-4055-B236-D5DA9ADA2E97 events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by DHS, FDEM, and the Sponsoring Agency. If the Participating Agency is incapable of staffing the equipment, such equipment shall be made available to another Participating Agency for use during any actual emergencies, special events or exercises. Failure to ensure equipment availability may result in loss of funding and/or equipment to the Participating Agency. M. All equipment obtained from the UASI Grant Program 2022, as identified in "Exhibit 2", is the sole responsibility of the receiving agency. This includes, where applicable, maintenance, replacement, training on equipment, and insuring of equipment and personnel, and compliance with intra-agency auditing requirements. VI. THE SPONSORING AGENCY AND THE PARTICIPATING AGENCY AGREE: A. That funding acquired and identified for the Urban Area Security Initiative will be administered solely by the Sponsoring Agency. B. The Participating Agencies will provide financial and performance reports to the sponsoring agency in a timely fashion. The Sponsoring Agency will prepare consolidated reports for submission to the State of Florida as stipulated in "Exhibit 1". C. The Sponsoring Agency is not responsible for personnel salaries, benefits, workers compensation or time related issues of the Participating Agency personnel. D. The Sponsoring Agency and Participating Agency are subdivisions as defined in Section 768.28, Florida Statutes, and each party agrees to be fully responsible for the respective acts and omissions of its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a municipality, state agency or subdivision of the State of Florida to be sued by third parties in any manner arising out of this Agreement or any other contract. E. This is a reimbursement grant that requires the Participating Agencies to purchase, receive, and pay invoices in full for equipment, services, and allowable personnel costs PRIOR to submitting the same for reimbursement to the Sponsoring Agency. VII. FINANCIAL AGREEMENTS A. Financial and Compliance Audit Report: Recipients that expend $750,000 or more of Federal funds during their fiscal year are required to submit an organization -wide financial and compliance audit report. The audit must be performed in accordance with the U.S. General Accounting Office Government Auditing Standards and 2 CFR 200. DocuSign Envelope ID: A5B2F212-610A-4055-8236-D5DA9ADA2E97 B. The Secretary of Homeland Security and the Comptroller General of the United States shall have access to any books, documents, and records of recipients of UASI Grant Program 2022 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these documents are related to the receipt or use of such assistance. The grantee will also give the sponsoring agency or the Comptroller General, through any authorized representative, access to and the right to examine all records, books, papers or documents related to the grant. C. Financial Status Reports are due within 14 days after the end of each calendar quarter. A report must be submitted for every quarter that the award is active, including partial calendar quarters, as well as for periods where no grant activity occurs as stipulated in "Exhibit 1". D. Submit progress reports to describe progress to date in implementing the grant and its impact on homeland security in the state. E. All financial commitments herein are made subject to the availability of funds and the continued mutual agreements of the parties as identified in "Exhibit 2". VIII. CONDITIONS, AMENDMENTS, AND TERMINATION A. The Participating Agency will not illegally discriminate against any employee or applicant for employment on the grounds of race, color, religion, sex, age, or national origin in fulfilling any and all obligations under this Agreement. B. Any provision of this Agreement later found to be in conflict with Federal law or regulation, or invalidated by a court of competent jurisdiction, shall be considered inoperable and/or superseded by that law or regulation. Any provision found inoperable is severable from this Agreement, and the remainder of the Agreement shall remain in full force and effect. C. This Agreement may be terminated by either party on thirty (30) days written notice to the other party at the address furnished by the parties to one another to receive notices under this agreement or if no address is specified, to the address of the parties' signatory executing this contract. D. This Agreement shall be considered the full and complete agreement between the undersigned parties and shall supersede any prior Memorandum of Agreement among the parties, written or oral, except for any executory obligations that have not been fulfilled. 6 DocuSign Envelope ID: A5B2F212-610A-4055-B236-D5DA9ADA2E97 DocuSigned by: r E. This Agreement will end on June 30, 2024, unless otherwise extended, by a written amendment duly approved and executed prior to June 30, 2024, unless otherwise extended, at which time the parties may agree to renew the association. Renewal will be based on evaluation of the Sponsoring Agency's ability to conform to procedures, training and equipment standards as prescribed by the grant. IX. MISCELLANEOUS OVERALL Counterparts; Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. ATTEST: BY: Easozeec aA�s .. Todd B. Hannon City Clerk SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida DocuSigned by: ,—DocuSigned by: grttutr BY: L &506F6C372I342A... Arthur Noriega City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: DocuSigned by: DS —R-� ice BY: a E —W. E6FEQ4s7 Victoria Mendez City Attorney REQUIREMENTS: DocuSigned by: vata (bwIt") BY: 27395C6.3J 871.4E7 7 Ann -Marie Sharpe, Director Department of Risk Management DocuSign Envelope ID: A5B2F212-610A-4055-B236-D5DA9ADA2E97 ATTEST: ,- DocuSigned by: Name: Andrea Guess Administrative Assistant Title: Administrative Assistant, Finance PARTICIPATING AGENCY "(sub -recipient)" DocuSigncd by:_p� 1BJ cdSua1o:r¢.vl BY: NAME: Heather Mitchell TITLE: Director of Finance FID #: 59-60000534 DUNS: 144668584 SAMs: JYJ2Y9MKA4V6 APPROVED AS TO FORM AND CORRECTNESS: DocuSigned by. '�• G` F v-`4 for Terrence Lynch, General Counsel / Executive Director Participating Agency Attorney r_DS �!F Date: April 24, 2023 To: Whom It May Concern From: Gregory Tony Sheriff' of Broward County Subject: Signature Authority for Grant Documents Please be advised that I am designating Heather Mitchell, Finance Director of the Broward Sheriff's Office as the primary authorized representative for the Sheriff of Broward County, Florida and I am delegating her signature authority for all documents required for grant application, contract, claim and other document(s) related to any grant on behalf of the Broward County Sheriffs Office. In the event Director Mitchell is not available, I am designating Colonel Oscar Lierena of the Broward Sheriffs Office as alternate authorized representative for the Sheriff of Broward County, Florida and 1 am delegating him signature authority for all documents required or any application, contract, claim and other document(s) related to any grant on behalf of the Broward Sheriffs Office. This signature authority is effective the date of this memorandum and will remain in effect until revoked by me. Sheriff of Broward County one! Omar Llerena Department of Administration Heather Mitchell, Director Department of Finance FY 2022 Budget -Miami -Ft. Lauderdale UASI Jurisdiction.- Regional P dfect: Procurement Category Discipline Line Item #�. _ v „ v .. 'Detailed Stem DescriptionAEC# _ EHP Qly Unit Cost .. Final Budget AAllocation. BEMA Planning Emergency Management 2022-06A Emergency Management Planner and Logistics Capability Assessment Tool No 1 $164,325.00 $164,325.00 BEMA Planning Ail Disciplines 2022-05A Y Cybersecurity Assessment of Public Safety Infrastructure to include 911 system and radios No 1 $200,000.00 $200,000.00 BSO TrainingEmergency 2022-06B BSO PTE - CEMP/COOP/COG - National Homeland Security Conference No 1 $50,325.00 $50,325.00 BSO Equipment Emergency Management 2022 07A Sheriff's EOC Sustainment and Enhancements 04I1W Of-INIIW 21GN-O0-OCEQ 04AP-05-CDSS 13IT-00-ALRT 04AP-01-CADS 04MD-02-PROJ 06CC-0I-CELL 2IGN-00-CNST 2I GN-00-MA1N 06CC-03 SATE 21 GN-00-SI3'IP 2I GN-00 INST 04MD-03 DISP 06CP-05-VCON 14SW-01-PACS 14C1--00-COOP 07SE-03-ENVS 06CC-02DSAD Yes 1 $60,000.00 $60,000.00 BSO Planning Emergency Management 2022-07B Emergency Management Technical Support Specialist No 1 poo,n00.oio $100,000.00 B50 Training All Disciplines 2022-05B y Cybersecurity Awareness Training for BSO Personnel No 1 $60,000.00 $60,000.00 B50 Equipment Law Enforcement 2022-03A BSOSWATSUAS 030E-07-SUAS No 4 $15,000.00 $60,000.00 B50 Equipment Law Enforcement 2022-038 Y EOD 2nd Line Tool Kit (Hand Tools) OZEX-00-TLRO No 1 $9,000.00 $9,000.00 BSO Equipment Law Enforcement 2022-03C Y EOD Fiber Scope Kit 02EX-00-KTFO No 1 $25,000.00 $25,000.00 Coral Gables Planning Emergency Management 2022-06C EM Planner Position No 1 S100,000.00 $100,000.00 1 Jurisdiction RegionalPraject Procurement Category Discipline ''Fine Item#` .-0 :'. i Detailed Item Description AEI.# ::.i EHP :a I l Qty lI Unit Cost Final Budgetgllocation Cora! Gables Equipment Fire Rescue 2022-08A Maintenance/Sustainment/ Repair/Replacement for HSGP Purchased Equipment. 21GN-00-MAIN 1 $48,755.00 $48,755.00 Cora! Gables Training Fire Rescue 2022-06D Training and Exercise 1 $25,000.00 $25,000.00 Coral Springs Equipment All Disciplines 2022-13A Hazmat Emergency Traffic Signals 08D2-01-TDCS 2 $35,000.00 $70,000.00 Coral Springs Equipment Law Enforcement 2022 OZA Y Real Time Crime Center - Edge Recorders with Licenses 045N-01 XMlT No 4 $7,500.00 $30,000.00 Coral Springs Equipment All Disciplines 2022-12A Multi Discipline Training Prop (Technical Rescue Teams) 21GN-04-CNST No 1 $120,000.00 $120,000.00 Coral Springs Equipment Law Enforcement 2022-03D Y Fixed Wing Drone 030E-07-SUAS No 1 $100,000.00 $100,000.00 Fort Lauderdale Equipment Emergency Management 2022-07C Et. Lauderdale EOC -Sustainment and Resiliency 21GN-00-OCEt2, 06CP-05-VCON, 21GN-00-INST, 041-1W-01-INHW, 04AP-05-CDSS, 21GN-00-MAIN No 1 $57,881.00 $67,881.00 Fort Lauderdale Equipment Law Enforcement 2022-03E Y Fixed License Plate Readers 030E-01-ALPR No 5 $20,000.00 $100,000.00 Fort Lauderdale Equipment Fire Rescue 2022-03F Y Hazmat monitors 07C5-01-KAVC, 07CD-01-DPMG, 21GN-00-MAIN No 1 $71,650.00 $71,650.00 Forf Lauderdale Equipment Fire Rescue 2022-128 TRT Structural, Vehicle and Trench Equipment 035R-02-TRIG, 035R- 01-SHOR, 035R-02- TPHY No 1 $69,985.00 $69,985.00 Fort Lauderdale Equipment Emergency Management 2022-01A Y EOC Facility Security Enhancements (CCTV) 14SW-01-V1DA, 21GN-00-INST and 21GN-00-CNST Yes 1 $45,000.00 $45,000.00 Hialeah Equipment Law Enforcement 2022-018 Y Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Hialeah Police Department the opportunity to install CCTV equipment in the area of soft targets and enhance our ability to deter and investigate terrorist activity.) 145W-01-VIDA 04HW-01-INHW 04M0-03-DISP 21GN-00-MAIN, 21GN-00-INST Yes 21 $19,000.00 $399,000.00 2 :Jurisdict on Hialeah Training nine tem # All Disciplines 2022-06E -'^QetaFled,ltemQescrytiah PT&E: HazMat courses, Homeland Security Conference No Qty 1 Unitrost $41,000.00 Final'Budget Allocation $41, 000.00 Hialeah Planning Law Enforcement 2022-03G Y LPR Analyst Sustainment No 1 $62,000.c'o $62,000.00 Hialeah Planning emergency 2022-06F Management Emergency Management Planner No 1 $110,000.00 $110,000.00 Hialeah Equipment Law Enforcement 2022-03H Y License Plate Reader System (LPR) Fixed an poles 030E-01-ALPR, 21GN-004NST, 2IGN-00-CNST Yes 18 $23,035.0o $414,630.00 Hialeah Equipment Emergency Management 2022-07D N EOC Enhancements to include monitor, software, servers, smart boards and installation of equipment. 21GN-00-OCEQ 2IGN-00-INST, 04HW-01-WNW, 04MD-03-DISP, 2IGN-00-MAIN No 1 $191,000.00 $191,000.00 Hollywood Hollywood Equipment Equipment Al! Disciplines Law Enforcement 2022-05C 2022-031 Y Y Cybersecurity Equipment Hardware/Software Portable License Plate Reader System (LPR) 05NP-05 SIEM 030E-01-ALPR, 2IGN-D0-INST No Na 1 2 $243,497.00 $45,000.00 $243,497.00 $90,000.00 Key Biscayne Equipment Emergency Management 2022-10A Emergency Management Vehicle - Sprinter 12VE-00-SPEC 1 $44,840.00 $44,840.00 M&A Management and Administration AF! Disciplines 2022-17 M&A M&A No 1 $560,500.00 $560,500.00 Miami Equipment AI! Disciplines 2022-08B Maintenance/Sustainment/ Repair/Replacement far HSGP Purchased Equipment. EM $138,000 2IGN-00-MAIN No 1 $129,734.00 $129,734.00 Miami Equipment Emergency Management 2022-07E EOC Enhancements/Maintenance/ Sustainment 2IGN-00-OCEQ 14C1-00-COOP 075E-03-ENVS 06CC-05-PRTY 06CC-02-DSAD 2IGN-00-INST, 04MD-03-DISP, O4HW-01-WNW Yes 1 $195,000.00 $195,001100 Miami Equipment All Disciplines 2022- This project will continue services for a Metro -Ethernet line that provides fast network connectivity between the City's network and the E911 backup center. 14Cl-01-COOP No 1 $25,000.00 $25,000.00 3 Jurisdiction RJFroiect egiona Procurement - Category Discipline ` lane Item R a . �,_ ' Detailed Item Description' ._ AELit EIIP Qty ::.. Unit Cost _... Final Budget Allocation Miami Equipment All Disciplines 2021-15A Satellite Phone Sustainrnent Citywide (12 months). This project will sustain the satellite phones that are installed throughout City Departments including police and fire stations which allow all first responders to communicate when primary communication services are down. Includes Key Biscayne 06CC-03-SATB No 1 $30,000.00 $30,000.00 Miami Planning All Disciplines 2022-06G P,T & E. This project will support multi -disciplinary projects for the City of Miami under the leadership of MEM. Project scope will involve a full scale exercise, revision of planning documents such as the CRAP/COOP/COG and trainings that benefit terrorism - related emergency management trainings. Trainings will include ICS, Nazmat 160 and any other specialized courses needed due to staff attrition. Fire $41,628, EM $78,266, Police $71,258 No 1 $191,152.00 $191,152.00 Miami Planning Emergency Management 2022-04A CERT/Miami - Training and equipment No l $I45,000.00 $145000.00 Miami Organization Fire Rescue 2022-01C Y Operational OT far Special Events approved by FEMA; Fire $5 000 No 1 $5,000.00 $5,000.00 Miami Equipment Law Enforcement 2022-02B Y Installation of Real Time Crime Center Dashboard with a 5 year maintenance plan 21GN-00-INST, 216N-00-MAIN and 131T-00-INTL Yes 1 $500,000.00 $500,000.00 Miami Equipment Law Enforcement 2022-031 Y License Plate Reader System (LPR) Fixed on poles 030E-01-ALPR, 21GN-00-INST 26 $15,000.00 $390,000.00 Miami Planning Emergency Management 2022-06N Emergency Management Coordinator (12 months). This position will assist with the development/revision of citywide emergency management plans such as the CEMP, COG and COOP. No 1 $130,000.00 $130,000.00 4 Jurisdiction i Regional Protest Procurement Category Discipline - .' Line Item -It r , ' ' "Detailed Item Description AEL it EHP '. i LYty _ Unit Cost Final Budget Allocation Miami Planning Emergency Management 2022-06I Emergency Management Planner (12 months). This position will assist with general planning responsibilities related to the implementation of the UASI grant program, No 1 $95,000.00 $95,000.00 Miami Planning Emergency Management 2022-061 Equipment inventory Planner (12 months). This position will be responsible for resource management tracking and planning portion of the EHP process. No 1 $70,000.00 $70,000.00 Miami Equipment Fire Rescue 2022-14A MCI Bus Upgrades from BLS to ALS 09ME-03-DEMP 09 M E-01-BAGNi No 1 $426,000.00 $426,000.00 Miami Beach Equipment Law Enforcement 2022-12C Y TRT Search and Rescue Buildout 035R-01ABAG, 03SR-02-TPEL, YOGE- 00-GENR, 08D2-01- LITE, 19SS-00.5HEN, 03SR-03-SCAM, 03SR-03-TPHY, 03SR-03-KMON, 030E-07-SUAS, 030E-07-UPGD, 12TR-00-MOVR, 12VE-00-MISS Yes 1 $265,000.00 $265,000.00 Miami Gardens Equipment Law Enforcement 2022-10B N Mobile Command Vehicle 12VE-00-CMDV No 1 $327,884.00 $327884.00 Miami- Dade Equipment Fire Rescue/EM 2022-10C Mobile Command Vehicle 12VE 00-CMDV No 1 $1,603,030.00 $1,603,030.00 Dade Miami- Equipment Law Enforcement 2022-03K Y Marine Patrol NVG 030E-02-TILA Yes 4 $16,750.00 $67,000.00 Miami - DadSurveillance Equipment Enforcement Law 2022-03L Y Containment Vessel 02EX-00-TCVV Yes 1 $85,575.00 $85,575.0O Miami - Dade Equipment Law Enforcement 2022-02C Y Platform and Intelligence GatheringSystem or g Y f SUAs 030E-07-SUAD, O4MD-03-DISP, 030E-07-ROVE 1 $110,000.00 $110,000.00 Miami- Dade Planning Law Enforcement 2022-06K Planning, Training and Exercises: VAS! Homeland Security Conference N/A No 4 $3,000.09 $12,000.00 Miami- Dade Training Law Enforcement 2022-061 Y Total Containment Training 1 $7,150.00 $7,150.00 Miami- Dade Exercise Law Enforcement 2022-06M y Priority Response Team Counter terrorism Exercise 1 $260,000.00 $260,000.00 5 lurisdTefepn Regional Protect • „_ . Procurement'. - Category -� . - Discipline . Line Item* Yn--•- 7° ' DetailedItemDescription AELit EHP :; II CI - :: .UnitCnst -: Final = Budget Allocation`: Miami- Dade Equipment Law Enforcement 2022-10D SRT Surface Boat - inflatable with trailer 17WC-00-80AT 2 $40,001.00 $80,002.00 Miami- Dade Exercise Law Enforcement 2022-06N Y SRT Counter -Terrorism Exercise 1 $177,788.00 $177,788.00 Miramar Equipment Fire Rescue 2022-10E Prime Mover and FORTE Shelter for Mobile Command Center Operations 12TR-00-MOVR, 1955-00-SHEi No 1 $299,000.00 $299,000.00 Miramar Equipment Fire Rescue 2022-07F WebEOC Fleet Eyes Software 04AP OS CD55, 04AP-02-AVLS No 1 $30,000.00 $30,000.00 Monroe Equipment All Disciplines 2022-11A 2 Forklifts for Monroe Airport 19MH-00-BULK 2 $45,000.00 $90,000.00 Monroe Planning Ail Disciplines 2022-05D Y CybersecurityAssessment and Training No 1 $30, 000.00 $30,000.00 Monroe Training Emergency Management 2022-060 Position Specific ICS Training 1 $12,418.00 $12,418.00 Monroe Equipment Law Enforcement 2022-158 Monroe CountyAPX6000 700/800 Model 2.5 Portable 06CP-01-PORT 26 $5,093.00 $132,418.00 Palm Beach County Exercise Emergency Management 2022-06P Planning, Training and Exercises: to include training and exercise of the Post Disaster Redevelopment Plan rind a COOP TTX and various ICS trainings (Ops Chief, Mass Fatalities, E0C/ICS interface, Intermediate EOC, Multi Hazards for Schools) No 1 $171,726.00 $171,726.00 Palm Beach County Equipment Emergency Management 2022-11B Logistics/Deployable equipment: Portable ID System (30k), Box Truck (70k),Dual Axle Trailer(2/36k) and Trailer Mounted Message Board (2/40k) 145W-01-SIDP 12VE-00-SPEC 12TR-00-TE0P 030E-03-SIGN No 1 $194,000.00 $194,000.00 PESO E ui went q P Law Enforcement 2022 03M Chemical/Explosive Gemini Analyzer with Warranty 07ED-01-LASR, 21GN-00-MAIN No 1 $36,000.00 $36,000.00 PBSO Equipment Law Enforcement 2022-13B Al Explosive Magazine Project 02EX-00-EXMP No 1 $34,726.00 $34,726.00 PBSO Equipment Law Enforcement 2022-02D Y RTCC Portable Surveillance Trailers 030E-07-ROVL No 6 $38,500.00 $231,000.00 6 Jurisdiction RegionaIProi ct - Procurement} Category _ :- -,- - Discipline- Line Item # �:. . Detailed Item i Description : :.� AFL# EHP -` i qty Unit Cast - Pina[ Budget Allocation PBSO Equipment Law Enforcement 2022-15C N SWAT Communication Headsets 06CP-03-PRAC No 64 $1,000.00 $64,000.00 Pembroke Pines Equipment Law Enforcement Z022 148 N Automated External Defibrillators Q9ME-03-DEAE NO 18 $2,000.00 $36,000.00 Pembroke Pines Equipment Law Enforcement 2022-10F N Mobile Command Vehicle 12VE-00-CMDV 1 $178,95Q.C10 $178,450.00 Pembroke Pines Equipment Fire Rescue 2022-15D N Portable Radios 06CP-01-MOBL 16 $7,233.00 $115,728.00 Sunrise E ur meant q P Law Enforcement 2022-09A Laser Based Remote Methane Detector 07ED-01-LASR, 21GN-00-MAIN 2 $15,000.00 $30,000.00 Sunrise Equipment Law Enforcement 2022-10G Emergency Services/Quick Response Vehicle 12VF-00-MISS No 1 $200,030.00 $200,030.00 Sunrise Equipment Law Enforcement 2022-1SE Portable Radios APX 8000 06CP-01-PORT 19 $6,849.00 $130,131.00 Regional Miami Planning Emergency Management 2022-06Q Regional Program Manager. This position assists the Miami and Ft. Lauderdale with regional planning needs (e.g. drafting of investment justifications, coordination of UAWG meetings, development of annual budgets, etc.). Planning No 1 $120,000.00 $120,000.00 Regional g Miami Planning g Emergency Management 202Z-06R Regional Planning, Training and Exercises Coordinator- this position includes the responsibilities o ensuring P f 9 compliance with training courses as well as the coordination of necessary regional exercises. Planning g No 1 $100,000.00 $100,000.00 Regional PB50 Fusion Organization Law Enforcement 2022-02E Y Fusion Center Analysts Organization No 5 $54,000.00 $270,000.00 Regional Miami Planning Emergency Management 2022-06S Regional Planning, Training & Exercise to include attendance at grant related meetings 21GN-00-TRNG No 1 $100,000.00 $100,000.00 Regional PBSO Organization Law Enforcement 2022-05C Y Regional Cybersecurity Analysts Project No 2 $150,000.00 $300,000.00 Regional PBSO Fusion Planning Law Enforcement 2022-02F Y Metadata Planner No 1 $43,000.00 $43,000.00 7 Jurisdiction RegJanalProlect.- Procurement.` Category Discipline 'Line Item# �., _ W , .` Detailed' Item Description -.AEL#„ Imo. EHP I Qty ; , Unit Cast FinalBud et Allocation g Regional PBSO Fusion Equipment Law Enforcement 2022-02G Y Fusion Center Operations to include computer hardware and peripherals, software maintenance, OHS sponsored Training, alert system and TLO program support and office sapplies/equipment 04HW-01-IWNW 131T-00-lNTL 13IT-00-ALRT No 1 $240,000.00 $240,000.00 Regional Miami Equipment Emergency Management 2022-07G incident command software system needed for regional info sharing during emergency operations as well as non - emergency situations to provide a platform for day-to-day regional info sharing and updates. (WebEOC) 04AP_05-CDSS 04AP-03-GISS 045W-04-NETW No 1 $150,000.00 $150,000.00 Regional Ft. Lauderdale Training All Disciplines 2022-04B Regional Citizen Corps/CERT Planning, Training Exercise and Equipment 19GN-00-BGPK 06CP-01-PORT 2IGN-00-CCEM No 3 $100,000.00 $300,000.00 Regional PBC/AHIMT Equipment All Disciplines 2027-10H AHIMIT Project to include 26ft Box Truck and a 15 Person Passenger Van for deployments 12VE-00-SPEC, 12TR-00-MONK 1 $145,000.00 $145,000.00 Regional P850 Training Law Enforcement 2022-05F Y Cyber Response Training 75 $4,000.00 $300,000.00 Regional MDEM/Dal Harbour Equipment Emergency Management 2022-07H gal Harbour EOC Enhancement project to include displays, video conferencing mobile radio and accessories, laptops, server and rack, backup power and installation 10PE-00-UPS, 06CP-01-MOBL, 06CP-03-PRAC, 04HW-01-INHW 2IGN-00-OCEQ 2I01-00-INST 04MD-03-DISP 06CP-05-VCON 1 $100,000.00 $100,000.00 Regional Miami Equipment fire Rescue 2022-03N HazTox Project to include: defibrililators, medical kits, haztax specialty transport vehicle, class 2 PPE Ensemble, CBRN PAPR, Decon System and HozTox Medic Training for 50 members 09ME-03-DEMP, 09ME-01-BAGM, 12VE-00-MISS, OICB-02-ENSM, 01AR-03-PAPA, 0802-03-TDEW 1 $300 000.00 $300,000.00 Regional Miami Exercise Emergency Management 2022-06T Operation Heat Shield 5 to include 1 Region -wide Full Scale Exercise and 4 TTXs with WMD scenario in coordination with the STC Program. Will be funded by both sources 1 $ ,670-00 467 $467,670-DD Total $14,012,500.00 a Jurisdiction . Regional Project , Procurement .:, Category ,,`� Discipline �� Line it tt. . �, �. _ - i , Deta ed Item Description AEL AEL # EHP qty Unit Cost final Allocation $14,012,500.00 $0.00 Additional Projects -�` Jurisdiction Regional Project - Procurement• Category ,.. Discipline , tine Item#' r:. -.0 N '. ,. _�... Detailed Item Description AEL# EHP - qty - Unit Cost Final AC ocation $0.00 $2,212,500.00 $2,212,500.00 9 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" CS TIH.IS AGREEMENT A RESULT OF A COMI'ET TOTAL CONTRACT AMOUNT: $ 14,012,500,00 IVE PROCUREMENT PROCESS? ❑ YES FUNDING INVOLVED? E YES TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT L._i PROFESSIONAL SERVICES AGREEMENT GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ .LICENSE AGREEMENT X ❑ PUSLIC WORKS AGREEMENT Pi MAINTENANCE EINAINCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT NO NO OTHER: (PLEASE SPECIFY) PURPOSE OF ITEM (BRIEF SUMMARY): To execute FY 2022 Urban Area Security Initiative ("UAW) and Memorandum of Agreement (MOA's). COMMISSION APPROVAL DATE: 2/23/2023 FILE ID: 13250 ENACTMENT NO.: 23-0095 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: FLOUTING INFORMATION Date PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR 2/24/23 PRINT: Ty McGann, AFC SIGNATURE: - SUBMITTED TO RISK MANAGEMENT e 3i Ett'N - MARRP'ts�1 Ilkit'v f Gomez, Funk F ,(URE: Date: 2023.02.2413:24 ns'nn' SUBMITTED TO CITY ATTORNEY (JCP / 23-82K) 3/20/23 PRINT: V TORIA ENDEZ Siccan APPROVAL BY ASSISTANT CITY MANAGER PRINT: SIGNATURE: RECEIVED BY CITY MANAGER l! PRINT: ART NOR( SIGNATURE: 1) ONE ORIGINAL TO CITY CLERK, 2) ONE COPY TO CITY ATTORNEY'S OFFICE, 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PRINT: SIGNATURE: PRINT: SIGNATURE: PRINT: SIGNATURE: PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER AGENDA ITEM SUMMARY FORM File ID: #13250 Date: 01/09/2023 Commission Meeting Date: 02/23/2023 Requesting Department: Department of Fire - Rescue Sponsored By: District Impacted: All Type: Resolution SI,hir t SpRnigi RRvantiR PrniAnt - USAI Grant Prnaram 2022 - Fire-RRseiie Purpose of Item: Resolution to establish a Special Revenue Project entitled "Urban Area Security Initiative ("UASI") Grant Program FY 2022", appropriating funds in the amount of $14,012,500.00 received from the Department of Homeland Security, passed directly through the State of Florida Division of Emergency Management, and authorizing the City Manager to execute Memoranda of Agreements with contiguous partners, outlining their responsibilities in connection with their support of the UASI Project administered by the City of Miami Department of Fire -Rescue. Background of Item: The United States Department of Homeland Security, through the State of Florida, Division of Emergency Management, has sub -granted the Urban Area Security initiative ("UASI") Grant Program Fiscal Year 2022 to the City of Miami and contiguous partners in the amount of $1.4,012,500.00. This program targets homeland security funding to "high threat" urban areas in order to prevent, respond to, and recover from threats or acts of terrorism and other disasters of natural or man-made origin, These funds will be used, as stipulated by the grant, for the purchase of specialized equipment, to conduct exercises, training and administrative services, and for the development of the Urban Area Homeland Security Strategy, and other planning activities, needed to ensure a successful program. It is now appropriate to accept said grant award, establish a special revenue project, and appropriate said grant award therein, In addition, the City Commission authorizes the City Manager to execute Memoranda of Agreements with contiguous partners, Broward County Emergency' Management, Broward County Sheriffs Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County (Fire, Police and Emergency Management), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sheriff's Office, the Village of Bal Harbour, the Village of Key Biscayne, and regional projects shared across the entire region that include the members listed above as well as Florida Department of Law Enforcement, setting forth the parties' responsibilities in connection with the development and support of the UASI Program FY 2022, which is administered by the City of Miami Department of Fire -Rescue: Budget impact Analysis item is Related to Revenue Item is an Expenditure Total Fiscal Impact: $ 14 012„500.00 Celoniol Pasrani i dnon! en+ hln vMUY�4a1 1'S4, V4%I'I'4.9V r Jl.d'1 l'14 evv. Department of Fire -Rescue Department of Fire -Rescue Department of Fire•Rescue Office of Management and Budget Office of Management and Budget City Manager's Office Legislative Division Office of the City Attorney Office of the City Attorney City Commission 11100.189000.431000.0000.00000 . Reviewed By Ty McGann Johnny Duran Eloy Garcia Pedro Laoret Marie Gouin Arthur Noriega V Valentin J Alvarez Thomas M. Fossler Victoria Mendez Nicole Ewan Fire Department Review Fire Budget Review Fire Chief Review Budget Analyst Review Budget Review City Manager Review Legislative Division Review ACA Review Approved Form and Correctness Meeting Completed 01110/2023 7:21 AM Completed 01110/2023 7:37 AM Completed 01/10/2023 8:00 AM Completed 01/11/2023 3:13 PM Completed 01/11/2023 5:56 PM Completed 01/11/2023 6:57 PM Completed 01/20/2023 12:38 PM Completed 02/0912023 3:11 PM Completed 02/10/2023 12:07 PM Completed 02/23/2023 9:00 AM tsite City of Miami Legislation Resolution Enactment Number: R-23-0095 City Haft 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 13250 Final Action Date:2/2312023 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ESTABLISHING A NEW SPECIAL REVENUE PROJECT TITLED "URBAN AREA • SECURITY INITIATIVE ('UASI') GRANT PROGRAM FISCAL YEAR 2022" AND APPROPRIATING FUNDS FOR THE OPERATION OF THE SAME IN THE AMOUNT OF $14,012,500.00 CONSISTING OF A GRANT t,KUM 1 HE UNI I LIJ S FATES DEPARTMENT OF HOMELAND SECURITY DIRECTLY TO THE STATE OF FLORIDA'S DIVISION OF EMERGENCY MANAGEMENT (°GRANT AWARD"); AUTHORIZING THE CITY MANAGER TO ACCEPT THE GRANT AWARD AND TO EXECUTE THE FEDERALLY -FUNDED SUBGRANT AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER NECESSARY DOCUMENTS, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, IN ORDER TO IMPLEMENT THE ACCEPTANCE OF AND COMPLIANCE WITH THE GRANT AWARD; AUTHORIZING THE CITY MANAGER TO EXTEND THE FISCAL YEAR 2022 UASI GRANT PROGRAM, AS NECESSARY; AUTHORIZING THE EXPENDITURE OF FUNDS TO VARIOUS GOVERNMENTAL AGENCIES DESIGNATED FOR HOMELAND SECURITY EXPENSES PURSUANT TO THE UASI GRANT GUIDELINES; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE MEMORANDA OF AGREEMENTS, IN SUBSTANTIALLY THE ATTACHED FORM, WITH CONTIGUOUS PARTNERS OF THE CITY OF MIAMI ("CITY") SETTING FORTH THE PARTIES' RESPONSIBILITIES IN CONNECTION WITH THE DEVELOPMENT AND SUPPORT OF THE UASI PROJECT ADMINISTERED BY THE CITY'S DEPARTMENT OF FIRE -RESCUE, CONTINGENT UPON FUNDING OF THE PROJECT BEING SECURED, WHEREAS, the United States Department of Homeland Security ("USDHS") is authorized by the Emergency Wartime Supplemental Appropriations Act of 2003 to provide funds to states for subsequent distribution to selected urban areas to address the unique equipment, training, planning, exercise, and operational needs for large urban areas and to assist states in building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism; and WHEREAS, the USDHS, through the State of Florida's Division of Emergency Management ("FDEM"), has sub -granted an Urban Area Security initiative (' UASI") Grant Program for Fiscal Year ("FY") 2022 to the City of Miami ("City") in the amount of $14,012,500.00 ("Grant"); and WHEREAS, the City's Department of Fire -Rescue ("Fire") will use the Grant to continue to address the unique equipment, training, planning, exercise, and operational needs of the City and its contiguous partners and to continue building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism ("Project"); and WHEREAS, in accordance with the UASI Grant Program FY 2022, the attached Memoranda of Agreements ("MOAs") with the contiguous partners of the City, including Broward County Emergency Management, Broward County Sheriff's Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County (Fire, Police and Emergency Management), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sherifr's Office, the Village of Bal Harbour, the Village of Key Biscayne, and the Florida Department of Law Enforcement (collectively "Contiguous Partners"), will set forth the parties' responsibilities in connection with the development and support of the FY 2022 UASI Grant Program administered by Fire contingent upon funding of the Project being secured; NOW, THEREFORE, BE IT RESOLVED BY THE COivirviiSSION OF THE CITY Y 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: RESOURCES: APPROPRIATIONS: UASI Grant Program Fiscal Year 2022 USDHS directly to FDEM $14,012,500,00 $14,012,500.00 Section 3. The City Manager is authorized' to accept the Grant and to execute the federally funded sub -grant agreement, in substantially the attached form, for the Project. Section 4. The City Manager is authorized' to negotiate and execute any and all other necessary documents, all in forms acceptable to the City Attorney, in order to implement the acceptance of and compliance with the Grant. Section 5. The City Manager is further authorized' to extend the FY 2022 UASI Grant Program, as necessary. Section 6. The City Manager is authorized' to execute MOAs, in substantially the attached form, with the Contiguous Partners of the City for the purpose of setting forth the parties' responsibilities in connection with the development and support of the FY 2022 UASI Grant Program administered by Fire, contingent upon funding of the Project being secured. Section 7, This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 1 The herein authorization is further subject to compliance with all legal requirements that may be imposed, including but not limited to those prescribed by applicable City Charter and City Code provisions. z If the mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted, If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. APPROVED AS TO FORM AND CORRECTNESS: ATTEST: Todd B. Han City Cleric APPROVED AS TO FORM AND CORRECTNESS By: Victoria Mendez City Attorney (JCP / 23-82K - SOF Div of Ererg Mgmt - UASI & MOA - FY 2022) THE CITY OF MIAMI, a municipal Corporation of the State of Florida By: Arthur Norie City Manager APPROVED AS TO INSURANCE REQUIREMENTS Gomez Digitally signed by Gomez, Frank Frank Date: 2023.02,24 13:30:31 -05'00' By: Ann -Marie Sharpe, Director Department of Risk Management AOreament Number: R0008. P.Eb LE( Pt.JNOED 411SAWARD AND GRANT AOREMENT 2 C.1..F.R, §203.1. MEAE95 that mey bo pi-ovicied through any:term: of laciall agreement, inducting an agreement that the passittirough entity eanairters a contract.' defind l)y 2 0,F.R. V000;1, 'roass4hroiu onlity" nie n »Feder:AI entity that proyides a sutmw Sul.;)-;RAiiolpierit oany Out part of e Fadem$ program,4 Ao defined by 2 C.F.0, 1§200„1.... "utrileolpienr itteent nonfedorail entity that rsoalvos a SLIP.award from a paa*OVOUgli tutIty to 9arly out pert of el Fedora! aWarci,! As defined by 2 0..FA, §206.1, mFedenlievc.terd4 means Tederai finano161 a sisterioo that a non -Federal alit4 reoalves direody from a Feder& awerdia9 agpmy IndiMotty from a p'aes,throuofi enitty." As det:red.by2 ox,R, §200,t'uhawartf means Aen award:pro/A/idea by a peas4through:entitlYtbit Stb- Fiecipient forthe SUil,Roolpient to,oarry out part of a Fedward rsOeivet4ty thapass,through lartfity:i The knowing [r.mmon1a provided pursuant to 2 d„.F.11„ 000.332: Stib-Reolpient's-nma: Stib.Restplent's unique entity Identifier; Federal Award IdeiritifIcafitri Number ,(PAIN): Federr4 Award mfir: Subsward. Period of fterformano. Siert and End Date; Amourd of Feasrat Funds Obllgated..hy this Agreement: 'Nei Amount of Federal funds obligated to the 5u5.Reciplerit by Oka pass4hrough -on* to lnutude Agreement; Totaf Amount of tha Federal AwArd committed to. the Oit,RsolPlant by tile passrtfirough entity: Federal award, orple0 deadriOon (Se FFATA)::. Narri6 Fedaral_t1Wardinci.agorio.y; Narrie f pass..tfirOugih entltyl Contact information' for thrti paesArrroi4in Aszlotama Listirge Number and "Nile •V\itletner the morel is R&D; (Mired oast rate for:the Federal award:. C;ltY of..Mlamijk Rest). c1,7_4.2f3701 LMYL: gel 9 Atir .5 00 Ii36,356,076.58 CAMAggsp.. t)ept, at Homeland Sem& k0.19.0strol@r0!)070'19ctirt ::254$:pburnard• • Ufa. a haSsee„Flokci2309: .0:487,,HOrrialtitid Seoultv. Grail Fronfram TH.18.:AGRpMENT le entered nto by the .8tat e of Florida, Melon: of Emergency Management with he.adquartersin Tallahassee, .illorida..(hereinafter referred to este Tivision"), and City of Miami (Piro Resou$,.cheteilrfafter fivferred to as the Tuib-Reelpient"). For the purposes of this Agreement, tits Division serves as the pAse-tbrough entity or. a rodent:1 award, and tbe Subec•ipient serves. osithe recipient of a subaweird, "n4i$ AGRPEMENT 184NTREID 1NTp ?AD tN THE FOtIQVVING REORqSENTATIONSiii. k ThaS14.eolpherit repnespota that it is, fully qtralified and ofigible to, receive these grant funds to provide the servfoos identified herein; B. -Tho $tate. of Florida received these grant furideifrom the Federal doVo'hrrient, :and the PiVistion has thg4 nuthoritytio subgrintth..a.cetinds "tr': the. Sub-ReOpfentupon the- terms...44.nd conditiens otirtfinW 0 The Dlvkri ha stototoiy authority to diebutee the funds undor thie :Agreement Tt.-fRgFORE, the Olvieton end th uReleriegreet .6to foltovitino: (1) ST T THIS j0140T,. §z00,c:12.04.0•4,50r,14: l'Each state must exprored:andaCcOtfnt fear the, Federal aWarct in accordance tOthi state taws and pr.oceduree for,xperIctino and eccodatirig for the state's own Therefore, .section 21.6:971, Florida Statutes, entitled °Agreements funded with federal oratete tat tvtio.$ to this AlreertiOnt, REdui.,61-i The Sub-flediplient'e performance (inderthisiAig ern ant eubjeetto'2.C,F,E, Part 200.., "Uniferrn Admirilatratiyo Reigufrernoilts, Cot Prffjcipilesii Rad Audit goquiterfieniefer Feder.* Marcie b. Aio rag:Lit:ad by.SectIon 215,971(1), Fioricia SktrIes.,; this Agreement. inductee: A provi*Ion speolfying Rove) of warts that Weedy iiestabOsheS the tasks fill* the ubi.iiRo.cipionitile.rogalr,ed to parform, if, A, prevision dividing thrdinfo quantifiable unitS Of dellivembieS that must t.s :ciaceived and'aticopted. in wilting brtheDivleton before payment Eaoli 1e1vb1e Must be diced* related ththe.s.000 .at work arid spec* the roquirods minimum (evol of .sarvloo:to be perllonved and the criteria for evalidating the .suOcesaftli amplotton..of.oath delisterable Ii A provision specifying th.e financial: consequences' that apply I the Sub- ReOpferit cab perrartrk the rhinlmto levet of servipe rewired by the agrvement, A. provision Specifying. that the Ls ub.Rocipiont may aXpend Wife onlyfor • Aii0Wablets esdifIng freM.:ObligatiOns. triourred dtkin0 -the speolfed igreamerit 'Periods.. A.proVisigh specifying that any balance cf-unplollaated fun,ds. which 1,ae advanced or paid rnut be refunded to the OlvisiOn, 2 vi. A provision specifying that any funds paid In excess of the amount to which the $uh-Reclpient Is entitled under ths terms and conditions of the agreement must be refunded to the in addition to the fore.going..the Sub -Recipient and the Division shall be :governed by applioable State end Federal lavvs, rules and regulations, Including those identified in Attachment D. Any express reference in. this Agreement to a particular statuta, rula, or regulation In no way implies that no other statute, rule, or regulation applies. (3) .ppNT.ApT a„ in accordance with section 215.971(2), Florida -Statute8, the Division's ti)rerit Manager enallbe rgApory4hin for Anttrting.peiforince .of this kgreement's terms and condns and shei1 serve as the Division's liaison with the Sub -Recipient, As part of his/her duties, the Grant Manager for the Division shalt; payment. Monitor and document Sub -Recipient performance; arld, Review and &eminent aJJ deliverables for which the Sub -Recipient requests , The Division's Grant Manager for this Agreement is.; p. a er 555 hit Ith Telephone 0.§gal„4,414/ Email; ,iamika,tiacksopfteirynyflorida,co o. The name and address of the Representative of tho Sub -Recipient responsible for the aliministration of this Agreement is; Asst. Fire C Alden Masan° 444 SW 2nd A anti, FL 3139 Telephone; Fax: 3064164666 Ernil Akmadesagamiucluom O. In the event that different representatives or witiresses are designated by either party sftor execution of tile Agreemorit, notice of the name, title arid address of the new representative wili be, provided to the other party, (4) iitatviLAJ‘ip ON1711,10NIS This Agreement contains ail the terms and conditions agreed Upon by the pollee, (6) =Plant This Agreement may be executed In any number of.untrrparts, any one of which may ba taken as an original.. 11.1.11,1% (6) er party may-rem:lest modification of the provitione Of this Agreetnent Changes Witch ere agreed:Upon 000 be vadOnly: when In intriting, iQ'tyeid by eechaf the part!, and attached to the original of tie:Agreement, (7) SOFOFWRI. The:$14-fieciplent:shall perform-111e Work Ineceorderwith the Budget:and Scpe of Work,: AttacilmentsA. an0 5 of tiffs Agreement (6) R OD rMI NreerrOnt. shall begin tapOn exew,ittenlw both parbe and wit! end Peoembei' 31, 2034 tsniess terrnineted earlier:in popordsnee*th the provislone of Paragraph (11ofthie :Agreement Conetetent with the. dethition .of perteit of perforrnaho oontalned in 2 C.ER, §200,4, the .irrn "parted of agreement" refet-e. to the time dutIng whlOb the *ub-Reelpient "May rur lew Obilgatipne to -carry Out the work authorized wider this Agreement, :In oar with 2 C,F,Ft. §200,1, the:Sub-Roeinient may receive reimbursement under this Agreement .ortly for "allowebis cots incurred -duringthe peeled of perfo erhanee;'''Lnaeoordence With teen 215,971 (1)(d); Ford a 4:tett:Ito:a; the Oab-ReelPient rlittyexpend itinqs authorized .bythleAgreement fee allowable costs: resetting from...Obligations incurred clutflnii'. the poled etegreernent. (9) 'EVIDILQ: T.h16t tcoet-reirribureementAgreament. Subject te-the avaliabillty fhalide,. b. the State of Floride'e performance end obligation to pay 0:Noe-this Aaroomerthi oonttagent upon an. othitel..aPpropi.Iatiort-b9 the iliegi*tere, and itublect to any Medifleation aecordanote with:elther Chapter 2:16., F1oric.ti:EtatOteist.,. or the Plerlde.Certeilijtien, c. The fAdelon wI reimburte the Sbh-Reciplentonly for allowmk ceste incurred by the Stib.R6O101ent in the eticoesstal coMPietlen a ach d vefflble ThR atexiMilei Oirneursethent envoi for .each deliverer:hie:isouH1n.d n Attachment A end tilaf this A,greement:("i3tidget and Seope of Vcjerls'.), 'rho rflaxlrreirrt reimburseinent amOurit for the.entirety of this Avreement is 414,013,40000.. di :As remuired by 2 C.F,R:. §20M415(4:any requeet for.. payMent.under tr Agreernent must include a Oertitleationi 9igne4 ev: an officiel.who-ls authOizetita.leoelly :bintiffig:Pt,thigeOekiiit; Which reads ese eigningthis..s'eport„ certify to the best_ of My knowledge end belief thatthe yeportistrue, complete, and acettrate, and the experteltoreer.disbrsernonia end ash roeipta are for the purposes end .objectlystiset forth in. the lame- and conditions of the FdrM awrd am aware 'that any flofitleut, or fraUdUient iffierrriatiOri„ol! the omission 'deny. Materiel feot; my 6ubjelot: ilia to otminet, olvlJ oredit-linWO-aye penattieslor•fraud, false statennents, Rise elettle or otherwise, :(lit;$.., Code Title,18, Sion 1001 end-rifle:31., S.ec,ions 372073.0 and 3301.3812)," e; The Division 'willreview/ any requeet for relniburserrient by carnparing:the dboitmentation provided by tho .Sib.Reelp16nt against e pe,rferatence MeaSure, outlined in A:Oche:lent $, that clearly deb ;teK 4 I. The required minimum acceptable level of service to be performed; and, II. The critede for evaluating the ouncessiiitIlphAlort of each ddivereble. ft The performance measure required by section 216,971(1)(b). Fiorlde Statutw, remains consistent with the requirement for a, "performance goal", which Is defined In 2 0.F,R„ pooA "a target level of performance expressed es a tangible, measurable objective, against which actuai achievement can be compared." it also lerrair18 consistent with the requirement, contained In 2 0,F.R, 9200M29, 07$i the Division arid the SLib.Rectplent "relate financial data to performance goals and objectives of the Federal sward.," g. If authorized by the Federal Awarding Agency, then the Division will reimburse the ub-Recipient for 11VArtiran mxpeniutP In ArilrirdAllno With 2 nP.R. §,rin430. ("nompitnsatior.—personat serylces') and 2 C.P.R. §200,431 ("Compensetion—fringe benefle), If the Silb.Reciplent seeks reimbursement for overtime expenses for perds when no work is performed due to vacation, holiday, illness, failure fthe employer to provide sufficient work, or other stroller caoss (•see 29 U,S,C, §207(e)(2)), then the Division will treat the expense as efringe benefit, 2 c.r.A. §200.431 (a) defines •fringe benefits as "aliewannes and seriiees. provkied by employero to their employees as compensation:In addition to regular salaries and wages." Fringe benefits are atlowabie underthio Agreement as long as the benefits are reasonable and are required by law, Sub-Reeipientmamployoe agreement, or an established policy of the oral 2 C.F.R. §200.421(d) provides that the cost of flings benefits in the form of regular comperiaton paid to employees during periods *f authorized absences from the job, eitCh as for annual leave, family -related leave, sick leave, holidays, court leave, military leave, administrative leave, and other similar benefits, are allowable if all of the following criteria are mat They are provided. under established written leave polloies; The costs are equitably allocated to oil related activities, including Federal awards', and, ill. The accounting baste (cash or aecruai) selected for casting each type of leave is consistently followed by the non.Pederal entity or specified grouping of employees, h. if authorized by th e Federal Awarding Agency, then the Division wf reimburse the Sub -Recipient for travel expenses W accordance with 2 0.F.R, §200.476, As required by the Reference Guide for State Expenditures, reimbursement for travel must be In accordance with SeCtiOrl 112.061, Florkia Stakiteo, which includes submission of the claim on the approved state travel voucher. if the Sub. Redolent seeks reimbursement for travel costs that exceed the amounts stated in section 112.061(6)0). Florida Stet:tot', ($6 for breakfast $11 for lunch, and $19 for dinner), then the Sub-RecIplent roust provide documentation that i. The costs ere reasonable and do not exceed charges normally sl)owed by the Sub -Recipient in Its regular operations as a resultof the Sub -Recipient's written travel policy; and, IL Participation of the intfividudi in the travel Is necessary to the Federal award._ 5 I. The Division's grant manager, as required by section 216.071(2)(o), Florida Statutes, shell reconcile and verify all funds received against ail funds expended during the grant agreement period and produce �fial reoencigation report, The final report Meat identify any funds paid in excess of the expenditures incurred by the Sub.Recipient. j. A$ defined by 2 C,F,R, § 00.1, the term "Improper paymentmeans or includes; I, My payment that should not have been made or that was ride In an incorrect amount (Including overpayments and underpayments) under statutory, contractual, administrative, or other legaliy applicable requirements; and, II, Any payment to an Ineligible party, any payment for art Ineligible good or af_Alvice, Arfy duplicee paymont, any payment for a good or service not received (oxcopt Aor such payments where authorfzed by Ime), any payment that does not account for credit for applicable discounts, and any payment where insufficient or lack of documentation prevents a reviewer from discerning whether a payment was proper, k, Any advance payment under this Agreement is subject to section 216;181(16), Florida Statutes. The amount of advanced funds may not exceed the expected cash needs of Sub - recipient within the first ninety (90) days of the term ci this Agreement, if an advance payment Is requeated, the budget data on which the request Is based, and a justification statement shall be included with this Agreement as indicated in Attachment E. Justification of Advance Payment. Attaohmant E must specify the aniourit of advance disbursement requested end provide an explanation of the necessity for and proposed use of the funds, (10) a. As required by 2 C.F.R. §200.$37, the Federal awarding agency, Inspectors General, the CornOrolter General of the United States, and the Division, or any of their authorized represeritatitres, shall enjoy the right of access to any documents, papers, or other records of the SubAeolpient which are pertinent to the rederal award, In order fie make audit examinations, excerptsand transcripts, The right of access also Includes timely and reasonabcceSs f,0 the Stib-ROCipiorita. personnel for the purpose of InteNiew and discussion related to such documents, Finally, lhe right of access s not limited to the required retention period but lasts es long a$ tho re -cards aro mtained, b. As required by sections 20.065(6)(6) and 216.97(8)(b), Florida Statutes, the Division, the Chief Inspeotor General of the State of Florida, the Florida Auditor General, or any of their authorized representatives, shall enjoy the right of access to any documents, financial statements, papers, or other records of the Sub -Recipient which are pertinent to this Agreement, in order to make audits, exanrifriatione, excerpts, and transcripts. The right of access also Includes timely and reasonabfe access to the Sub-Roipied$ personnel for the purpose of interview and discussion related tc such dm:meats. 6. As required by 2 C,P.R, §200,33.4, the Suh,Reciplont shell retain sufficient records to show its compilanm with the terms of hle Agreement, as well a$ the orapilarice of all subcontractors or consultants paid from funds under this Agreement for a period of three (3) year from the elute of 6 submission of the expenditure report The following are the only exceptions. to the three i3) year requirement Pilnencist remrds„.supporting doournents, 6tatistictil rederds, and ell other nortyroderat entity record a pertinOntto a Federal Siieird mustibe retained fora petted ofthree ye frortithe date -Of 8ubmiss6ry of filo final oxpendlturo. report r1 for Faderet awanie that Elwronewed quarterly or annually, from tho date of the su bMission of the ORrterly or annual financial report respectively; as reported to the. Federal awarding a,genoy or pesswthrough entity in the case f 'sub. -Recipient t'-derel-aWardIng agencies:end r.yess...through!erttitiee rnostriot Impose any other record retention requirement,/ upon 'on- Reideral entities, 1 f arty littpation, claim, or et.iclit 4 started before the expl*Ion otie.t•,•-yeiet'. perloct, the escorts ITIO4b reNvired until all fltigation, tieltrtat or audit findings involving the r- -ords hove 6.-en: resolved end final trtlon taken. Wn the rt.ort-Fe.derat ant* is `riatitied in. Writing 14 te F.ederel atiyardiig. agertcy,:cognitent noy for audit,. oversight:agency fOrdIt, cognizantagency fer:Indlrect coste„. or passAhroegh entity to extend the ratan:tier! period. .RecorOs for reel property and eetil,PrrientacquIred wlth 'Federal fund s rni,ist be retaineti for yeore-efterfihat dIsPos:1410t1. 'When r000rds ere tWitiferred to orrnetntained by the Fedaret'avvarding agenoy orthh. re ertlityi]tha*.yeer retention requirernentis not applicable to the nens demi Sntiti, v. Wecoroafor program Income transactions after the period of performance:in soma. cases, radOon4 mtiet repOrt pregrernineeme after thepetted of perfoncei Where tners le su'oh fetitilrernent, th retention period or the reporda pertkinInd to the .urning of the pri606 inwrcte items tom the end of the 110-0-Feciorei erOtyallooal year In which the...program Income. le g mod. Inclined cost rate proposele end. cost allocations piens, Thtsperagreph -applies to the following types Of doctiments and thelr 4upporting reoerds: Indirect cost raW compotetIois. or .propooato, colt alIcpcaltpri plan$, 'and any skitter ecclounting computations of the refeat whigh partioui•dr, group of nests 4 chargeable (sticiin.ae. bernputer usage Ohergobe6 rates .or composite frifttge. benefit rates.), 1. If submitted fel-negotiation, k the proposal; Oen, or oth r computation Is required. to be subMitted to the' Federal Government (or to' the pasa.through entity) to form the beefs for negottatio.6 oftile rate:, then the ,.yeer:retentiOn period for its eappOrting records Mltiu. from the dote of -si.toh--.0tAbfritoolort. hot Oubmitted-rof nagotiatibri, If theri prepoeily p;ar,.. or.otiler. dernputation'ts not regird An.bbrattted to the Fed'$ Government (or to thepaso-throu0 entity) for negotiation purposes, then the ..,year retention period for the proposel, p1an,orarnputtkm and Ito supporter records .$1arN from the ehd of the fiscal' year (or -other eOoOuntlhg period) °Overact by the propdeel, pleh,, or other soMpUtation. 7 d, in accordance with 2 C,F.R. §200,38,5, the Fedora] awarding agency must request :transfer of certain records to its custody from t Division or the Sub-Reclplant when It determines that the records possess long-term retention value, However, in order to avoid duplicate recordkeeping, the Federal awarding agency may make arrangements for tho non.Fecieral entity to retain any records that are continuously needed for Joint use in accordance with 2 0,F„R. §200,336„ the Division must always provide or accept paper versions of Agreement information to and from the Sub.Recipient upon request, if paper copies art submitted, then the Division must not require more than an original and two copies. When original records .are elsotronic and cannot ba altered, there is no need to create and retain paper copies, When (,riginai 1Y Irr GlitiAtrOrk VerAo.ris may be mubstituted through- VW me of dupile•.lion or other forms of electronic media provid v. that they ore sublect to periodic quality control reviews, provide reasonable safeguards ago lnst alteration, and remain readable. f. As required by 2 FFt§200,3(n(s), the Sib -Recipient shall take reasonable measures to safeguard protected personalty Identifiable information and other Information the Federal awarding agency Or the Division designates es sensitive or the Sub -Recipient considers sensitive consistent with applicable Federal, state, toad, and tribal ieWe regarding privacy and obligations of confidentiality. cj. Florida's Government tri the Sunshine Law (Section 288,01'1, Florida Statutes) provides the citizens of Florida with a right of ElGoeas to governmental proceedings end mandates three, basic requirements: (i) motinge of public boards or commissions must be open to the publio; (2) reasonable notice of such meetings must be given; and, (a) minutes of the meetings must be taken and promptly recorded. The more receipt of public funds by a private entity, standing alone, Is insuftletent.to bring that entity within the ambit of the open government requirements, However, the Government In the Sunshine Law applies to private entities that provide services to governmental ageriaW and that cot on behalf of those agencies in the agenciesperformance of their public duties, If a public agency delegates The performance of its public purpow to a private entity, then, to the extent that private entity is performing that public purpose, the Government In the Sunshine Law applies. For exampre, if a volunteer lire department provides firefighting son/lobs to a governmentai entity one uses facifitles and equipment pumhased with public funds, then tho Government in the Sunshine Law applies to borird of directors fee that volunteer fire department. Thus, to the extent that the Government in the Sunshine Law applies to the Sub -Recipient based upon the funds provld under this Agnsement,. the MBOtiogs of the Sub.. Recipient's governing board or the meetings of any subcommittee making recommendations to tho governing board may be subjeot 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, avoliabie to the public in accordance with chapter 110, Florida Statutes, h, Florida's Public Recoils Law provides a right of a,ocess to the records of the state and toost governments as well as to private entities E1Cting on their behalf, Unless specifically exempted 8 from disclosure by the Legislature, all materials made or received by a governmental agency (or 0: private entity acting on behalf of such an agency) In conjunction with official businesswhich are ussd to perpetuat% communicate, or formalize knowledge qualify as public records subject to public inspection. The mere receipt of public funds by a private entity,. standing alone, le insufficient to bring that entity the ambit of the public record requirement, However, when a public' entity delegates a public function to a private entity, the records venerated by the private entity's performance of that duty become. public records. Thus, the nature and scope- of the sentlices provided by a private entity determine whether that entity is acting on behalf of a public agency and is therefore -subject to the requirements of Florida's Pubfio Records Law. • The Sub.Recipient shall Maintain all rocetkds for the. P' lb.Reciplent and. for all subcontractors or consultants to .be paid from funds previded under this Agreement, including documentation of all program costs, In a form sufficient to determine compliance with the requirements and objectives of the Budget and scope of Work Attachment A and B and all other ap.plicahla laws and regulations, IF THE CONTRACTOR HAS CIUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE. PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT; (850) 81-5.7671, Recordsgem.myflorlda.com„ or 2555 Shumard Oak Boulevard, Tallahasee, FL 32399. (i)PD1Ts The Sub -Recipient shell comply with the audit mquirements contained in 2 CJR, Part 2OO ubpert F. b, in accounting for the l'itoolpt and ,axpencilture of funds under this:Agreement, the Sub -Recipient shall follow Generally Accepted Accounting Principles NAAP"), As defined by 2 cR, 200,1, GAAP "has the meaning specified In accounting standards Issued by the Government Accounting Standards Board (GASB) and the Financial Accounting .Standards Board (FASB)." c. When condueting an audit of the Sub-Reciplant's performance under this Agreement, 'the Divisionshall use Generally Accepted Government Auditing Standards ("GAGAS"). As defined by 2 C,F,R„ §2001., GAGA% "'also known 4s• the Yellow Book, means generally accepted government auditing standards issued by the Comptroller General of the United States, whinh are applicable to financial audits," d. If an audit shows that all or any portion of the funds disbursed were not spentIn accordance with the conditions of this Agreement, the Sub-Reciplent shall be held liable for reimbursement -to the Division of all funds not spent in accordance with these applionbis regulations and Agreement provisions within thirty days after the Division has notified the Sub.Reciplent of such non. compliance, 9 is. The Sdb-IReciplent shall have ail audits (g)rnpFeted by an Independent auditor, which is defined in section 215.g7()(1), Florlde Statutes, as "an independent certified public accountant licensed under chapter 473.° The indePendertt auditor stale that the audit complied with the applicable provislorts noted above,. The audit must be received by the Division no later than, nine months tram the end Of the Sub . -Recipient's fiscal year, r. Th ub-RoolPIent shall send coPles of reporting package for outfits conducted In accordance with 2 C,F,R. Pert,200,, by or on behalf of the Subr,Recipierit, to the Division ett the. following addressf„. DEMS.IngleAudit@erninyflorild „corn nra Office .of the inapt General 25 Sh tabard. Oak Soulevard Tallahassee, Florida a2$991.00 The $utReciplent shell send the•$ingie Audit repotting package and FOrm SFrSAC to the Peder'ed Atic,14 Ciekringhouse submissien Online et. pttps2./fcides.oempjam h.: The Sub -Recipient shall Varld any management I tt I by the auditor to the Division at the foilowing addrese: Office of the inepector General 256$ ShurnerdOaK ii3edieverd Tallahassee, Florida 321904100 -)REPPIRTS,.. a, Consistent with 2 C,F.R. §00.22ti, the Sub-RecipIen shall provide the Division with quarterly reports and a closeout report, These repoths. shell include the CUITeln status and progress by the Sub?.Recipiant and all SubcontractersFnOcrnpielIng the woris described in the *cope of WcI'l< and the expenditure of fOncls. tinder. tills Agroment, in•addition to any other iniontatiOn requeeted by the Mvisiori, b. Quarterly reperts are due to the Division no later tan thirty (30) clays after the end of each quarter of the program year and shall be sent each quarter until sUbmteelon cif. the ciciee-cut report The ending dates for each quarter of this program year are Milrq11 Mi June :30, September 30, and Deoember 31 o The close-otit report fa due 80 daySeftet. termination Of his Agreement 000: days after corm:station of th actIvIties contained In trip Agreornent whichever first occurs, d. ifail required reports and -civies are not sent to the Don or are riot completed in manner acceptalle to the Divisieri, then the Division may withhold furtherpayment$ until ere 10 completed or may take other action as stated in Paragraph (16) REIVEDIES. "Acceptable to the Division" means that the work product was completed in aecordanco with the Budget and Scope of Work, e. The Sub,,Reclplent shall provide additional program: updates or information that may •be required by the Division, f. The Sub-Reciplonit shall provide additional reports and information Identified In Attachment (13)MONITORING, a. Consistent with 2 C.F.R. §200.328 the Sub -Recipient shall monitor Its :performance under this Agreement, as well a& that of its subcontractors and/or consultants who are paid from funds provided under this Agreement, tO aisure that time schedules are Iceing mot, 'jltp Schedule of Deliverables and Scope of Work ere being accomplished within the specified time periods, and other perfotwance goals are being achieved, A review shall be done for each function or activity in Attachment 6 to this Agreement ru reported in the quarterly report. b. In addition to reviews of audits, monitoring procedures may include, but not be limited to, On -site visits by Division staff, limited scope audits, andlor other procedures. The Sub -Recipient agrees to comply arid cooperate Mth any monitoring procedures/processes deemed appropriate by the Division. In the event. that the Division determines that a limited scope audit Otte $ubAeciplent appropriate, The Sub.Reciplent agrees to comply with any additional instructions provided by the Division to the Sub-RecIplent negardIng such audit. The Sub«Reciplont further agrees to comply and cooperate with any irilwootions, reviews. investigations or audits deemed necessary by the Florida Chief Financial Officer or Auditor General. In addition, he Division will Monitor tile perilcimance and financiai management by the Sub-Reolpie(it throughout the contract terra to ensure timely corriptetlen of all tasks.. (14)jfany a, Unless Sub.kacipient is a Slats agency or subdivision, as defined In section 768.28(2), Florida Statutes, the Sub -Recipient is solely responsible to parties it dears with in carrying out the terms of title Agreement; as authorized by section 73828(19), Florida Statutes Sub -Recipient shell hold the Division harmless against ail claims of whatever nature by third parties arising from the work performance under this Agreement, For purposes of this Agreement, Sub.Recipient agrees that it Is not an employee or agent dine Division butis an independent contractor, b. As required by section 76826(1) Florida Statutes, any Sub -Recipient which is a state agency or subdivision, as defined In section 76826(2), Florida Statutes, t mos to be fully responsible for it negligent or lortious acts or omissions which result in claims or Suits against the Division, and agrees to be liable for any damages proxirriatiely caused by the acts or omissions to the extent set forth in Section 733.28. Florida Statute*, Nothing herein is Intended to serve AS a waiver of sovereign Immunity by any Sub-Reciplent to which sovereign Immunity applies. Nothing herein shell be construed as consent by a state apency or subdIvis ton of the State of Florida to be sued by third parties In any matter arising out of any contract. 11 M defined in section 200,310 insurance Coverage,: The non-Poderat entity must,,at minimum, provide the equivalent insurance 0(m/wage for real property and equipment acquired or improved with Fedorat funds as provided to property owned by the non -Federal entity. Federelly-owried property need not be insured unless required by the terms and onionio of the Federal award. opp FAU LT if arty of the following events occur ("Events of Default"), ail obligations on the part. of the Division to make further payment of funds shall terminate and the Division has the option to exercise any of its remedies set forth in Paragraph (le); howevor, tho Division may make payments or partial payments after any Events .of Dofault without waiving the right te, exercise such remedies, ?Ad without bc—mlno Hattie to make arty further payment if: •a, Any warranty or representation made by the. Sub-Reolplent in this Agreement or any previous agreement with the Division is or becomes false or misleading in any rospect, or Kills Sub, Recipient falls to keep or perform any of the obligations, terms or covenants In this Agreement or any previous agreement with the Division and has not curd them in 'timely fashion, or is unable or unwilling to rrieet its. obligations under this Agree:ment; isileteriai adverse changes Qom: in the financial condition of tho Sub -Recipient et any time during the term of this Agreement, arid the Sub-Reciplent falls to ours, this adverse change within thirty clays from the date written notice le sent lay the Division: c, Any report required by this Agreement hove not bean submitted to the Division or have been submitted with incorrect, incomplete, or insufficient Information; or, d. The Sub -Recipient has failed to perform and complete on time any of its obligations, under this Nrderrient. (1e)ElEivirm§, If an Event of Default occurs, then the Division shall, after thirty calendar days vvritten notice to the Sub-Reciplent and LipOil the Sub-Reeiplents failure to cure within those thirty days, exercise any one or more cif the following remedies, either concurrently or consecutively: a. Terminate this Agreement, provided that the Sub -Recipient is given at least thitly days prior written notice of the termination, The notice shall be affectkre when peed in the United States, first (lees mall, postage prepaid, by registered or certified mail -return receipt requested, to the address in paragraph (3) Wein', b, Begin an appropriate legal or equitable action to enforce performance of this Agrearnent; a. Withhold or suspend payment of efl or arty part of E1 request for payrriert d. Require that the Sub-Reciplot refund to the Division any monies used for ineligible purposes under the laws, rules and regulations. governing the use of thesis funds, e, Exercise arty corrective or remedial actions, to include but not be limited to: 12 1„ Request additional Information from the Sub-Recipient:to determine the reasons for orthe extent of non-compliance or lack of performance, fi. Issue a written warritng to advise that more serious measures may be taken if the situation is not corrected, ill, Advise the Sub -Recipient to suspend, discontinue or refrain from costs for any activities in •question or iv. Require the Sub -Recipient tci reimburse the Division fortha amount of costs incurred for any Items determln to be Ineligible; f, The Division may Administratively cbse an Agreement, The Division may use the adminletrative don -hilt proilrbsA when a Ai ih-Reolpient IR not raephrisive in reoiA6nsille PrfferiA C011ect required reports needed to complete the standard close-out process The Division will make three written attempts to collect required reports. before Initiating administrative close-out in addition, if an agreement i$ administrativeiy closed, the DIVielon may deolde to impose remedies for noncompliance per 2 C.F.R. § 200,339, consider this lo.forrnation Irt reviewing future award appOcations, or apply 4poolal conditions to Gxlating or future awardsIf the Division needs to administratively close an agreement, this may negatively impact a Sub -Recipients ability' to obtain future fiinding, g.Exercise any other rights or remedies which may be available under law., Pursuing any of the above remedies will riot stop the Division from pursuing any other remedies in this Agreement or provided at raw or in equity, if the Division waives any right or remedy in thie Agreement Or falls to insist on strict performance by the Sub -Recipient, It will not affect, extend or waive any other right or remedy of me Division, Or affect the later exercise of the sarne right or remedy by the Division fer any other default by the Sub -Recipient. a. The Division may terminate this Agreement for oause after thirty days (30) written notice. Cause can include misuse of funds, fraud, lack of compliance with applicable ruies, laws anci regulations, failure to performstime, and refusal by the Sub -Recipient to permit public access. to any document paper, letter, or other material subject to disclosure under chapter 119, Florida Statutes, as emended. b, The Division may terminate this Agreement for cause after rejecting an appeal submitted due to noncompliance, nonaoilvity, and/or a lack of expenditures for four (4) consecutive quarterly reporting perk:ids, c. The Division may terminate this Agreement for convenlenoe or when it determines, In its sole discretion, that continuing the Agreement would not produce beneficial results tri fine with the further expericifture of funds, by providing the Sub4leolpfent with thirty calendar days prior written notice, (1, The parties may agree to terminate this AgreaMent for their mutual convenience Through a written amendment of this Agreement The amendment will state the effective dote of the termination and the procedures for proper closeout of the Agreonient, 1.3 e, In the event that this Agreement le terminated, the Sub -Recipient will not Incur new obligations for the terminated portion of the Agreement oiler the Sub-Reciptent has received the notification of termination, The Sub -Recipient will cancel as many outstanding obligations as :possible. Costs incurred after receipt of the termination notice will be disallowed, The Sub -Recipient shall riot be relieved ofilabliity to the Division because of any bmach of Agreement by the Sue -Recipient. The Division may, to the extent authorized by law, withhold payments to the Sub -Recipient for the purpose of set-off until the exact amount of damages due the Division from the Sub -Recipient is determined. (18)PRO_QUREMENT a, The Sub-Recipie.nt shall ensure that any procurement involving funds authorized by tha AigroArnemt &)inplia‘s with zfl appliomhre federal nriii kiAin OzW9 equiations, to Include §§200.313 through 2003,27 as well as Appendix II to 2 CFA, Part 20 (entitled "Contract Provisions for Non-Federel Entity Contracts Under Federal Awards"), b. A$ required by 2 0,F.ft §200.518(1), the Stib.,Redplent shall "maintain records sufficient to detalt the history of procurement, These records will include but are not necessarily limited to the following: rationale for the method of orocArement, selection of contract type, contractor selection or mlection, and the basis for the centred price.° c. As required by 2 C.F,R, &200.318(b), the Sub -Recipient shall "rnaintain oversight to ensure that contractors perform In accordance with the tarns, conditions, end specifications of their eontracts or purchase orders.° in. order to demonstrate compliance with this requirement,. the Sub - 'Recipient shall document, In its quarterly report to the Division, the prcl.gress of any and alisubcontractors performing work under this Agreement. ct, Except for procurements by micro -purchases pursuant to 2 C:F,R, §200.320(e)(1) or procurements by email purchase procedures pursuant to 2 CFA, §200,320(s)(2), if the Sub -Recipient chooses to subcontract any of the work required under this Agreement, then the Sul shalt forward to the Division a copy of any solicitation (whether competitive or non-competitive) at least ten (10) days prior to the publication or communication of the solicitation, The Division shall review the solicitation and provide comments, if any, to the Sub -Recipient within seven (7) business days, Consistent with 2 0,F,R„ §200,$25, the DiVi$iCITI wilt review the solicitatIon for compilence with the procurement standards outlined in 2 G.F.R. §200,118 through 200.327 as wail as Appendix li to 2 C.P.R, Part 200, Consistent with 2 CYR, §200,318(k), the Division will not substitute its Judgment for thet of the Sub -Recipient, While the Sub-Reciplent does not need the cipproval of the Division In order to publish a competitive solicitation, this review may allow the Division to identify deficiencies in the vendor requirements or in the commodity or service specifications, The Division's review and comments shall not constitute an approval of the solicitation. Regerdieiss Of the Division's review, the Sub -Recipient remains bound by all applicable laws, reguiationa, and agreement terms, If during its review the Division !dent:Ma: any deficiencies, then: the Division shall communicate those deficiencies to the Sub -Recipient es quickly se possible within the 14 seven (7) business- day window outlined above,. If the Sub -Recipient publishes a competitivicitattion after receiving comments from the Division that the solicitation Is deficient, then the DIviston may: I, Terminate this Agreement in accordance with the provisions outlined In paragraph (17) aboviei and, it. Refuse to reimburse the Sub..Reciplont for any costs sesociatO with that solicitation, e Except for procurements by micro -purchases pursuant to 2 C,F.R.§200,320(a)(1) or procurements by small purchase procedures pursuant to 2 C.F„R. §200.320-(a)(2), If the Sub-Reolpient chooses to subcontract any of the work required under this Agreement, then the Sub -Recipient shall ffirward ft, the rilvk4lor nfit.)y of 'Miy nfIntorriplaited nnigrAnt prior hie'ruitrgot PxArtutteqi Tha nglon PhAll review the onexecuted contract end provide comments, if any, to the Sub -Recipient within seven (7) business days. Consistent with 2 C.F.R.„ po0,326, the Division will review the unexecuted contract for compliance with itio procurement standards outlined in 2 CFA, §200,318 through 200327 as well as Appendix II to 2 CF,R, Part 200, Consistent with 2 C,F,R, 200,318(it), the ivbn wilt not substitute Its judgment for that 0 the SuhRociplent. While the 80)-Reciplent does not need the approval of tho Division In order to execute a subcontract. this review may allow the Division to Identify deficiencies In the terms and conditions of the subcontract as well as defictoncles in tha procurement process that led to the subcontract. The Division's review and comments shall not constitute en approval of the subcontract, Regardless of the Division's review, the 8titi-Roctplent remains bound by ail applicable laws, regulations, and agreement terms. If during its review the Division identifies any deficiencies, then the Division 3hali communicate thme deficiencies to the Sub-Reclpfent as quickly as possible within the seven (7) business day window outlined above, If the Sub -Recipient executes a subcontract after recsiving a corrimunication from the Division that the subcontract is non -compliant, then the Division may: L. Terminate this Agreement in accordance with the provisiorrs outlined in paragraph (17) above; and, U. Refuse to reimburse the uib-Recipient for any costs associated with that subcontract. f. The Sub -Recipient agrees to !include in the subcontract that (I) the subcontractor bound by the terms of this Agreement, (1) the subcontractor is bound by ail applIdabto state and federal laws arid regulations, and OD the subcontractor shall hold the Division and Sub;-Reolpient harmless against all. claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law, effected g. As required by 2 C.F.R. Ij200,318(0)(1), the Sub -Recipient shell "maintain written standards of conduct covering conflicts of interest and governing the actions of Its employees eng aged in the selection, award and administration of contracts," h. Ae requited by 2 C.F.R. §200.319(b) contractors that develop or draft specifications, requirements, statements of work, or Invitations for foists or request* scar proposals must be excluded from 15 competing for such procut•ements„ The Sub-Rectolent or pass-thru entity must disclose to the Division, In writing, any real or potential conflict of Interest that may arise during the administration of the federal award, as defined by federal statutes or reguiations, cr their ownexisting policies, within five (6) days of learning of the conflict of interest, "Conflict of interest" is considered as any situation whore an employee, officer, or agent, any membom of his or her immediate family, or his or her partner has a close personal relationship, business relationship, or professional relationship, with a recipient or Sub -Recipient. 1„ As required by 2 C,F.R, 6.200,310(a), the Sub -Recipient shall conduct any procurement under this agreement 'In a manner providing full and open competition," Accordingly, the Sub-Reciplent shall riot: business; companiest =tracts; equivalent; 61•11...., 16,1,4,114,0.1.A.11,1/.... ,ioaay...t. ALI% 410.0,41., lit ak.u.Anw to, I.NdtAJI A. S4 /- l.1i 1.I111,7ciqVi iLi1;5R 0,g,-.317,11 ws I Itlf 11 III 1.48MPI 4C4CIPIfy CA-P 11. Require unnecessary experience or excessive bending; lit. Use noncompetitive pricing practices between firms or between affiliated iv, Execute noncompetitive contracts to consultants that are on retainer Authorize,: Oonclone, or Ignore organizational conflicts of interest; Specify oniy a brand /IRMO prOdUet With0a Allowing vendors to offer an vii, Specify a brand name product instead of describing the performance, specifications, or other relevant requirements that pertain to the commodity or service solicited by the procurement; vili, Engage in any arbitrary aotion during the procurement process; Oil Allow a vendor to bid on a contract if that bidder was involved with developing or drafting the specifications, requirements, statement of work, invitation to bld, or request for proposals. 3."IE]xcept in those caleS where applicable Federal statutes expressly mandate or encourage" otherwise, the Sub -Recipient, as required by 2 C,F,R. §200,31R(c), 4hall nut use a geographic preference when procuring commodities Or services under this Agreement. •k, The Sub-Rociptent shall conduct any procurement Involving invitations to bid (Le, sealed bids) In accordance with 2 o:FR. §2oo.32o(b)(1) ao well as section 281,057(1)(a), Florida Statutes. I, The Sub -Recipient hall conduct any procurement involving requests for proposals (Le, competitive proposale) In accordance with 2 C.F,R, §200.320(b)(2) as we'll as section 287,067(i)(h), Florida Statutes, m. For each subcontract, the Sub -Recipient shall provide information to the Division as to whether that subcontractor Is a minority business entvpriae, as defined In Section 288,703, Florida 16 Statutes, except for the requirement the subcontre.ctor be dorniciled in Florida, on the required Procurement Method Report (Form -6), Addttionally, the Sub-Reciplent shall comply with the requirements of 2 C.E.R, §200,321 (Contracting with small and minority businesses., wornert's business enterprises, and labor surplus area firms"),,, n, FEMA has developed helpful resources for Sub -Recipients using federal grant funds for ppeourements. These resources are generally available at https://www.,fema.govigrantsiprocuramont. RNA perlocitcelly updates thle resource page $o please chock. back for the latest information.' While not all the provisions discussed in tits resources aro applicable to this subgrant agreement, the Sub-Reclpient may find theree resources helpful when drafting its solicitation and contract for compliance wfth the itila0,4,4 'v. r+cn 2.11"Ifk •./10. ')/10A AP. It iv, Tarlfi2i et.F Tx] scu )+, arum 1m 'AI 1E1'114V xi V*C4or V ,•GOtUFi 4Flp i 4VV. 41.4. I %V> VIZVFII invyus mat^ SV 2 C,R,R. Part 200. Ott) EN, S a, Ati attachments to this Agreement are Incorporated as If sot out fully. 0. In the event of any inconsistencies or conflict between the language of thts Agreement and the attachments, the language of the attachments shall contra but only to the extent of the conflict •or inoonelstendy, o This Agreement has the fotlowing attachments; I. Exhibit 1 - Funding Sources. H. 1:-.xhibit 2 — Certification Regarding Telecommunications and Video Restrictions ill. Exhibit 3 — Cartificatten Regarding Lobbying Iv, Attachment A — Program Budget v, Attachment El •-. Soaps of Work vf, Attachment C Deliverables and Performance WI., Attachment D — Program Statutes and Regulations vilL Attachment E — Justification of Advanoo Payment ix, Attachment F — Warranties and Representations x, Attachment G Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion xi, Attachment H — Statement of Assurances xii, Attachment -- Mandatory Contract Provisions xlii, Attachment J — Financial end Program• Monitoring Guidelines xJv Attaohmerrt K EHP Guidelines xv. Attachment L Reimbursement Checklist ,(20)10A a, if the necessary farads are not evaliable to fund this Agreement •as e result of action by the United States Congress, the federal Office of Management and Budgeting, the State Chief 17 Financial Officer or under subparagraph (4)b...of this Agreement, all obligations on the part of the-Dtvialon to Make any further payMent of funds Shelf terrninate, and the. Sab.Reciplant shalt sUbmit closaotit report \within thirty days °trace:lying notice train the DIN/felon, b„ invoices shall be subrnitted at least tjaarterty And shell includethe supporting documentation for an costs :of the projeet or servicee, The final inVoice shell lac) submitted -within thirty (.30) day. after the exptratien date.of the agreement, An. g5tpla notion ofaryciroUnistencesp Ib1n the. submittal .of quartet( invoices shall 1,:.[esubroitted to the DivIslon grant manager as:part of the :Sub Redolent's Itiarterlyreporting as referenced In Paragraph (12) Ofthis Agroottant. Any adVenee Payment Under this Agreement li.sUbfeet to2 p,F §200,a06 and as cyIILJJJ(ler), Flork,le $tatuies. All rer.lueste 'for advatice payments will be. revlowed and. Onside red.on 8.c04:84)y-c808.basi0.. Ail advances:are required to be held In anintaratit-beadrig aodount.. IP_an advance Payrrient laieqUested, the liudlet clate. on wid0 the reqUeetts base4, sos.i*TtificiOtIO stetementshati be !naiad ed 'In this AgriAPITOrli 80 fia8011111.8tIt E, At*hrrtont 4 wtspecify the amount of advance payment needed end provide an expfenallion Of tile nacetaity for and pra.pcsed use of these funds., 'No adVetice shell b accePtectfor.Processing if a:reimbursement has beari:.,Old :prior to the submittal cif a request for advanced payment. After the Initial advance. If eny,„ payment shall be made n a.retrnbUreenient beak es: needed,: af)REPAY: a.. Alt refunds" or -repayments due to the. Division under this Agr...,; trent are to be made payable to the order olfo fErnergeney Managernare„ arid melted directly 'Id tie following address:. Division of Emergency Management :Cashier 2656.8humaH Oak Houlovard Tallahassee Ft, 323004100 ilooprdanoe. with section 2'16.34(2), Florlds Statutes. if a chock or other draft is re.Urn6cit0 the DivISIon for ocitsction, $eti,4Rectpiarit, shali payThe Misicn. a service fee .of $16,„00 ofthe face arriciint of the 'teturnedt hack dr draft, whichever Is:greater .,(221,MANDATOCCNDIT104$ a., The validity of this. Agreeme.nt, eubjectioihatruth and accuraoy of all the !Information, repreeentationa„ end. Materialsr.subthittedor provided hy the Sub -Recipient in this Agit- Ment in any Ititarsubmisaton: ci'reeponse to a PIVISIOn.reqUest..'orlin any .siorniseten r responseIo fukik tho requirements of this Agreement, Ali of said infOrrnatIon,. representations, and materials:are IfJOOrporoted hyroferenee, The Iriaccuracy Of the submissions or anymaterial. changes shit, at the °odor) ot the Diiiisk)n and wit thirty days written notice tO the .Sub-Reciptent, qause the teorinatlep. of this Agreement and the release of the Division from alt its obligations to the. Subtilkiscipiont, 18. b. This Agreement shall be construed under the laws &the State of Florida, and venue for any actions arising out of this Agreement shall be In the Circult Court of Loon County, If any provision of this Agreement is In oonfllat with cry applicable statute or rtife, or Is unenforceable, then the provision shall be null and void to the extent cline conflict, and shall be severable, but shall net invalidate any other provision of this Agreement, o. Any power of approval or disapproval granted to the Division under the terms or this Aaraernent shall survive the term of this Pimernent. d; The Sub -Recipient agrees to comply with the Americans Nth Disabilities Act (Public Law 101438, .42 U.8,0, Section 12101 et exq,), which prohibits discrimination by public and private enittlas on thAbats. of diAnbillty in employment, pub* ivonnunodittkils, transportation, Stets and local government services, and telecommunications. e, Those who have bean pieced on the gorlyicteg vendor list (Mewling a conviction for a publio entity crime or on the cliscriminatory vendor that may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public buildingor public work, may not submit bids on leases of red property to public entity, may not be awarded or perform work as contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity excess of $25,000,00 for a period of 3$ months from the date of being pieced on the convicted vendor list or on the discriminatory vendor t. My Sub -Recipient which is not a local government or state apney, and which receives funds under this Agreement from the federal government, certifies, to this 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 transaotioris by a federal department or agency; Have not, within a flvelear period preceding this proposal been convicted of or had a civil judgment rendered against them for fraud or a criminal Offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or °entreat under public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theit„ forgery, bribery, falsification or destruction of records, making false statements, cr receiving stolen property; Ili. Aria not presently indicted or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission cf any offenses enumerated In paragraph (22) f, L of this certification; and, iv, Have not within a flve.year period preceding this Agreement had one or more pubic tratisectione(federal, suite or local) terminated for cause or default. g. If the Sub-lieolpient is Linable to certify to any of the statements In this certification, then the Sub -Recipient shall attach an explanation to this Agreement, 19 In addition, the Sub-Reciplent shall send to the Division (by email or by facsimlle transmission) the completed "Certification R.%mibrig Debarment, Suspension, IneligiWty 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 Divistorr before to Sub -Recipient enters Into a contract with any subcontractor, The Division reserves the right to unilaterally cancer this Agreement if the Sub - Recipient refuses to allow public aCeaSe to all documents,. papers, letters or other material subject to the provisions or chapter 110, Florida Statutes, which the SubAsciplent oreatod or resolved under this Agreement. theSub-Reciplant is allowed toternporadly Invest any adywicv,I of funds unde,r thf Agreement, any interest income shall either bo returned to the DiviSion or be applied against the Division's obligatdon to pay the contract amount, k. "The State or Florida will not intentionally eviittml publicly funded cOntracte to any contractor who knowhgly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 LLS„,C, Section 1324a(e) [Section 274A(e) of the immigration and Nationality Aot (41NAilj. The Division shall (=skier the employment by any contractor of unauthorized aliens a violation of Section 274A(e) or the INA, Such vicietiori by the Sub-RecIpterit of the employment provisions contained In Section 2141A(e) of tha NA shall be grounds for unilateral cancellation of this Agrestriont by the Division. 1. Section 287,06806, Florida Statutes, requires that any at funds provided for the purchase of or improvements to real property are contingent upon the contractor or political subdivision granting to the state a security Interest in the property at least to the amount of state funds provided for at least 6 years from the date of purchase or trio completion of the Improvements or A$ trther requiged by law. m. Unless preempted by federal law, the Division may, at fts option, terminate the Contract if the Contractor Is found to have submitted a false certification as provided under section 287.138(5), or bean placed on tiro Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in tile Iran Petroleum Energy Sector Llst„ or Wen engaged In business operations In Cuba or Syria, or to have been placed on the Scrutinized Comoarrie,s that Boycott Israel List or 16 erigaged in a boycott of Israel, (23)015GyiRQIIBITION a„ 2 C.F,R, §200.4513 prohibits reimbursement for poste associated with cortain lobbying activities, b. Section 218..34.7, Florida Statutes, prohibits "any disbursomont (Yr grants and aids appropriations pursuant to a contract or grant to any person or organization unless the terms of the grant or contract prohibit the expenditure of funds for the purpose of lobbying the Legislature, the judicial branch, or a state agency." .20 o. No kinds or other resources received from the Division under -this Agreement may be used directly or Indirectiy to Influonce legislatkin or any other official a.otiort by the Florlde Legislature or any state agency„ d „ The Sub-Recipleht certifies, by its signature to this Agreement that tote best of his or her knowledge and ballet i, No Federal appropriated fonds have bean paid or will be paid, by or on behalf of th Stib-Reciplent, to any person for influencing or attempting to influence an ofileer or employee of any agency, a Member of Congress,. an officer or employee of Congress, or an employee of a Member of Congress In connection with the awarding of any Federal contract, the making of any Federal grant the making of any -Federal loan, the entering Into otany cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, ant, loan or cooperative agreement. it if any funds other than Federal appropriated funds have been: paid or will be paid- to any person for influencing or attempting to Influence an officer or employee of any agency, a Member of Congress, on officer or employee of Congress, or an enipIoye f employeee Member of Corigeso connection with this Federal (mitred, grant loan or cooperative agreement, the Sob.Reolplent shall complete and :submit Standard FOnTaLi, "Disclosure of Lobbying Aotivitiea." flI The Sub -Recipient shall require that this certification be Iricluded in the award documents for all subawarde (Including subcontracts, subgrants, and contracts under grants, loans., and cooperative agreements) and that ell Sub-Re.cfplarits: shall ciartilY and disclose, Thls. certification is a material representation ef foot upon which telianoe was pieced 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 porsori who fails to file the required certification shalt be subject to a civil penalty of not less than $10.4000 and not more than $100,Q00 for each such failura. v, if this subgrant agmernont arnotin le $100,000 or more, the Sub --Recipient, and subcontract -ore, as .a.pplioabte, shalt :sigh:Attachment M Certification Regarding Lobbying, t2A)grASIP,H1,...F.VgiTr NP TBAP.V..f.A6KK • EX:all' A$ 'PROVIDED 'MOW, ANY ANI,1 ALL PATENT RIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY RESERVED TO THE STAT.E OF FLORIDA', AND, ANY AND ALL COPYRIGHTS ACCRUING !UNDER OR IN CONNECTION 'WITH THE PERFORMANCE OF THIS AGREEMENT ARE HERESY TRANSFERRED BY THE SUB.RECIPIENT TO THE riTAT E OF FLORIDA, a, If the Sub-RecipletA has a. proexieting patent or cop.yright, the Sub.Reclpiont.shail notein all rights and entitlements to that pre-existin.g patent or copyright unless the Agreement provides otherwise. 21 b. If any discovery or invention is developed In the course of or as a result of work or services performed under this Agreement, or in any way connected with it, to SO -Recipient shall refer ihe discovery or invention to the Division for a determination whether the State of Florida will seek patent protection In its name, Any patent rights accruing under or irt connection with the performance of this Agreement atio reserved to the State of Florida, if ony hooks, manuals, films, or other copyrightehle material are produced, the Sub -Recipient shall notify the Division, Any copyrights accruing under or in connection with the performance under this Agreement ore transferred by the Sob.Recipient to the State of Florida, o, thirty days of execution of this Agreement, the Sub.Reolpient shall disclose ell ifl ntellectual properties relating to, the per formarte.% of this Armaement which he or she knows or should know could give rise to a patent or copyright, The Sub -Recipient shall retain et! rights and entitlements to any pre-existing Intellectual •property which is disclosed, Failure to disclose will indicate that rice such property exists, The Division shell then, under Paragraph (24) b., have the right to all patents and copyrights which accrue durIng performance of the Agreement, d.if the Sub -Recipient qualifies es a state university under Florida tow, then, pursuant to section 1004,23, Florida Statutes, any Invention conceived exclusively by the employees of the Sub - Recipient Mall become the solo property of the $ub-Recipient in the case of joint inventions, that N inventions mv se jointly by on or more employees of both parties hereto, each party shall hawe. an equal, undivided interest In and to such joint inventions. The Division shall retain a peipettrai. Irrevocable, fully. paid, nonexclusive Ileense, for is use and the use •of it contractors of any resulting patented, copyrighted or trademarked work products, developed ;solely by the Sub4Reciplent, under this Agreement, for Florida government purposes, (26A.E,q3A1,,,AUTOORrzA,iptimi The Sub.Reolpient certifies that it has the legeauthority to receive the funds under this Agreement and that Its governing body hes author izsci the execution and acceptance of this Agreement, Ths, Sub. Recipient also certifies that the undersigned person hhas the authority to legally execute and bind Sub- , Recipient to the terms of this Agreement, (26)EQUAl, qppcm-NNITY Empi,oympi a, hi accordance with 41 C.F.R. §60-1,4(b), the Sub -Recipient hereby egress that It will incorporate or cauee to be Incorporated Into any oontt eat for oonatruotIon work, or rnodIfIcaVon thereof, na defined in the regulations of the Secretory of Lbw at 41 CFR Chapter 6114, whloh is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the F4,•eraf Government pursue:11V) a grant, contract, loan, Insurance, or guarantee, or undertaken pursuant to any Federal program Involving such grant, contract, loan, Insurance, or guerentse;the following equal opportunity clau8e: During filo performance of this contreet, the contractor agree& as follows, 22 I. The contractor will not discriminate against any employes or applicant for employment because of race, color, religion, sex, sexual orientation, gender Identity, or national origin. The contractor will take affirmative action to ensure that eippilcants are employed, end that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, render Identity, or national origin, Such cation shall Include, but not be limited to the following: Employment,. upgrading, :demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, Including apprenticeship, The contractor agrees to poet to conspiouous places, available to employees and applicants for employment, nottcee to be provided setting forth the provisions of this nondiscrimination clause, il, '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 r� erd to race, color, religion, sex, sexual orientation, gender Identity, or national origin.. lii, The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the oomponsation of the ernpk yeo or applicant or another emptoyee or applicant. This provision shall not apply to instances Ira which an employee who has access to the compensation Information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to Individuals who doe not otherwise have access to such information, unless such disclasura is in response toe formal complaint or charge, in furtherance of an. Investigation, proceeding, hearing, or action, including an Inv • stlgation conducted by the employer, or is conalsfent with the contractor's legal duty to furnish information. Iv, The contractor will send to each labor union or representative of workers with which he has a collective bargaining !reernent or other contract or understanding, e notice to be provided advising the said labor union Or workers' representatives of titre contractor's commitments under this section and shall post copies of the notice in aonsplauuaus pieces avallable to employees and applicants for employment, v, "Ito contractor will comply with ail provlslons of 5xecutiva Girder 11246 of September 24,1966, and of the ales, :regulations, and relevant orders of the Secretary of Labor, vl, The contractor will furnish all information and reports required by Executive Order 11246 of September 24,1966, end by rules, regulations, and orders of the Secretary of tabor, or pursuant thereto, and will permit access to his books, recorder, and accounts by'the administering agency and the Saorotary of Labor for purposes of Investigation to ascertain compliance with such rules, regulations, and orders, vii. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rues, 23 regulations, Or orders, this contract may be canceled, termhaten, or suspended In whole or in part and the contractor may be declared insigb fear further Government contracts or federally assisted construction contracts In accordancewith procedures aotheriz In Executive Order 11246 of September 24, 1965, and such other sanctions may be Imposed and remedies invoked es provided In Executive Order 11246 of September 24, 1065, or by rule, regulation, or order of the $ec riitary of Labor, or as otherwise providod by law, vill, The contractor will inetude the porttorrof the sentence immediately preceding paragraph (1) and the provisions of paragraphs {1) through {8) in every subcontract or purchase order unless exempted by rules, regulations, or orders -of the Secretary of Labor Issued put to section 204 of Executive Order 11246 of Septemher 24-, 1966, SO that such provielone Mit be bindir,g utvrri es,ch b,lboontractAr .Tha contractor wiii take such action .Jith respect to any Subcontract or purchase order as the administering agency may direct es a mamma enforcing such provislo-no, Including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or Is threatened with, fitigstion with 'a subcontractor or vendor es a result of such direction by the administering agency the contractor may -request the United Slates to enter Into suds litigation to protect the Intones% of the United States., b. The Sub-Reolpient further agrees that it will be bound by the above ()quer opportunity clause with respect to Its own employment practices when It participates in federally assisted conetruction work: Pnovkied, that If the applicant so participating is a State or local government, the above equal opportunity clause is not appiloabte to any agonoy, instrumentality or subdivision of such government which does not participate in work ch or under the 4orltraot, 0, "rho SutrReciplent agrees that It witl assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it witi furnish the administering agency and the Secretary of Labor suoh information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency In the discharge of the agency's primary responsibility for securing comptianos, d. The Sub -Recipient further agrees that It will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1065, 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 sancfiorts and penalties for violation of tho equal opportunity Mall ;^ as may be imposed upon contractors and subcontractors by the administering ency or tho Secretary ofLabor pursuant to Part II, Subpart D of the Executive order, In addition, the Sub...Recipient areas that if it falls or refuses to comply with these undertakings, the administering agency may take any or ell of the following actions: canool, terminate, or suspend in whote or In part this grant (contract, loan, insurance, guarantee); refrain from extending any further atisisterice to the Sub.Reelpiont under the program with respect to which the failure or refund occurred until satisfactory 24 assurance of future compliance has been received from stroll Sub.Recipient; and refer the case to the Department of Justice for appropriate legal proceedings, (27)COPfil- 'JO AN"R-KICKBACK AOT The Sub-Reciplent hereby egress that,. unless exempt under F•ederal few, It will incorporate or cause to be incorporated into any contract tor construction work, or modification thereof, the following clause'. I, Contractor,. The contractor shell comply with 18 § 874, 40 U,S.O. § 3146, and the requirements of 20 C.P.R. pt. 3 as may bo applicable, which aro incorporated by reference into this contract, U. Subcontracts,, The contractor or subcontractor shall insert In any fausyNantre,r,,,ts, thia kovvil aro Minh rith A iFIsisa fhn prtitA rrny by appropriate instructions require, and else clause requiring the • suboontractors to include these clauses in any lower tier subcontracts, The prim contractor shall be responsible for the compliance by any subcontractor or lower filer subcontractor with all of these contract clauses. Fireach. A breach of tto contract clauses above may be grounds for termination of the contract., an for debarment as a contractor and oubcontractor as provided in 20 § 12, 28ONTMW R F TA A If the Sub.Reciplent, with the funds authorized by this Agreement, enters Into a contract that exceeds 6100,000 arid Involves the employment of mechanics or laborers, then any such contract roost Include a provision for compliance with 40 'LLS.0, 3702 and 3704, as supplemented by Department of Labor regulations (20 OFR Part 5). Under 40 ua,c, 3702 of the Aot, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week e 40 hours, Work In OX0e6* of the standard work week Is permissible provided that the worker is compensated at e rate of not less than one and a half times the basic rate of pay for alf hours workm In excess of 40 hours in the work week, The requirements of 40 U.S.C, 3704 aro 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 ourc112$6$ of supplies or materials or articles ordinarily available on the open market, or contracts for transportation, (2.9)C PE RAL WATER POL,WTIONSONTBOt, If the Sub-Rsciplent, with the funds authorized by this Agreement, enters Into a contract that exceeds $160,000, then any such contract must Include the following provision', Contractor agrees to comply with applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U,S.C, 740/-7671g) and the Federal Wetter Pollution Control Act as amended 1261-1387) and will report violations to FEMA and the Regional Office of the Environmental Protection Agency (EPA), (30)S spEiqpjp ..,,NauFx 25 If the Sub -Recipient, with the funds authorized by this Agreement, enters .into a contract, then arty such contract must include the following provisions: This =Arent le .covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C„F.R. pt. 3000. As. :such the contractor is required -to verify that none or the contractor, its principals (defined at 2 (IPA, 100.998), or its affiliates (defined at 2 C.F,R, §1.80,006) are excluded (defined et 2 C.F.R. § 100,940) or disqualified frieflned at 2 C,F.R. § 180.935). 11, The contractor must comply with 2 C.F.R, pt, 160, subpart 0- end 2 0,F,R, pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction It enters into, 111. metarlot repre-t,-,ntntien rfff 1!*4 irpr,n by the Division. if It is later determined that the contractor did not comply with 2 C.F.R. pt, 180, subpart 0 and 2 C.F.R. pt. 3000, subpart 0, in addition to remedies avaliabla to the Division r the Federal Gmtrrirrient May pursue available remedies, Including but not limited to suspension andicr debarmnt. Iv. The bidder or proposer agrees to comply with the requirements of 2 C,F.R. pt, 180, subpart 0and 2 0„F.R. pt, 3000, aubpart C while this offer Is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to Include a provision requiring such compliano in its lower tier covered transactions. (31) RD A - ' if the Subt.Reciplent, with the funds author] ed by this Agreement, enters into a contract, then any such contract must include the following clause: Byrd Anti -Lobbying Amendment, 31 U.S.C. § 1362 (as emended). Contractors who apply or bid far an award of $100,000 or more shalt fils the required certification. Each tier certifies to tre, tier above that it will not and has not used Federal appropriated funds to pay any porson ar 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 e member of Congress in connection with obtaining any Federal contract grant or any other award covered by 31 U.S.C, § 1362, Each tier shall also diSdOW arty lobbying with non - Fedora! funds that takes place In connection with obtaining any Federal award. Snob disclosures are forwarded from tier to tier up to the recipient. If the Sub -Recipient enters into e contract with a subcontractor for an award of $100,000 ar more, the subcontractor shall sign Exhibit 3 — Certification Regarding Lobbying, L32J. CONTRACT NG Wirh lam60, Allq MINORITY liti.§1LIE4§1§,W0.K'N'S WM:Mg 0 URPLI,J ARE. F1RM§ a. if the Sub -Recipient, with the funds authorized by this Agreement, seeks to procure goods or services, then, in accordance with 2 0.F.R. §200.321, the •Sub-Reolpient shalt take the following affirmative steps to assure that minority buelneues, women's business enterprises, and labor surplus area firms are used whenever, possbig4; 26 Placing qualified small and minority businesses arid women's business enterprises on solicitation lists; IL Assuring that small and minority businesses, and women's business enterprises aro solicited whenever they aro potential sources; ill, Dividing totai ;requirements, when aconomicrijtvfessIbje, into smaller tasks or quantities to pertnit_maximurn participation by smell and minority businesses, and women's business enterprises; iv. Establishing delivery schedules, whrth mite, which encourage partfolpation by small and minority businesses, and women's business enterprises; v. Using. the services a ... assistanee, as qpitropripto., oAunh.tirgstlfrqp..ins the Small Business Administration and the Minority Sushi Development tenoy of the Department of Commerce; and vi, Requiring the prime contractor, If subcontracts aro to be let, to take the affirmative steps listed In paragraphs I. through v. of this subparagraph, b, The requirement outilned hi subparagraph a. above, sometimes referred to as °socioeconomic contracting," does not impose an obligation to set aside either the solicitation or award of a contract to these types of firms. Rather, the roquIrementonly irnposss an obligation to carry out arid dmument the six affirmative stops Identified obeys, o. The "socioeconomic oontretoting" requirement outlines the affirmative steps that the Sub-Reciplant must take; the requirements do not preclude the Sub,,Reolpient from undertaking additional steps to involve small and minority businesses and WOrilarl's business enterprises, d, The requirement to divide total requirements, when economically feasible, Into smalle,r tasks or quantities to permit maximum participation by small and minoriti businesses, and women's business enterprisos, does not authorize the Sub -Recipient to break a single project down into smaller •components in order to oircurriverit the micro -purchase or small purchase Thresholds so As to utilize streamlined acquisition procedures (e.gn 'project Spritting), Attachment H The Sub -Recipient shell comply With any Statement of Assurances incorporated TAS. 27 IN WITNESS WHEREOF, the parties hereto have executed this Agreement, SUI3-RECIPIENR. CITY OF MIAMI. Tire Rescue) , r Name and Title: Arthur Nori qa, City Manager Date: 3/z.i 7423 FID# 50-6 00375 If signing electronically: By providing this electronic signature, 1 am attesting that 1 understand that a!erorksigriatures are iugaily binding and have the same meaning QS handwritten signatures, 1 arn also confirming that internal controls have been maintained, and that policies and procedures were properly followed lo ensure the autheinicity of the electronic signature. This statotnont is to certify that I confirm that this electronic signature is to bathe legally binding equivalent of my handwritten signature and that the data on this form is accurate to the best of my knowledge, STATE OF FLORIDA DIV/SION OF EMERGENCY MANAGEMENT By: Name and Title: Kevin Guthrie, Director Date: 11:41....mann 28 EXHIBIT —1. Federar Programs and Resouraes Awarded THE FOLLOWING FEDERAL RESOURCES ARE AWARDED TO THE SURECIPIENT UNDER THIS AGREEMENT; Federal Prograrm Milk,L6ND SEcURIII AN1JGRAM Federal Away; 021tY4.1MMIAler Catalog of Federal °meetly Asststanoe title and number: P7.0ir Award amount: $',14AJ.50,0,0). THE FOLLOWING COMPLIANce REQUIREMEN AWARDED UNDER THIS AGREEMENT:. A Y TO THE FEDERAL RESOURCES Federal Program: lictKLANID SECUR[TY GRANT PR,OGRAM Ust apOceble Gomplienoe requirements as fbllows: 1. Sub.Reelplent Is to use funding to perferrn actIviiles ss identified FY 2022 Depariment of Homeland Sec" Nlothco of Funding OppertunIty, 2, Oub.kecIpient fr subject to ail edrninle(ratIve and flnanclal requIrernen not be compliance With the terms of the Agreement, t a Agreement or Ai 3, Sub.Rociplent rnu comply with speolfro laws, rules, or regulations that pertain to how the awarded fest:Jamas must be used car bow efIgibBlty datemlnattone are to to made, NOM: 2 0.1-1, Pal 200, and section 2.15,97(5)(a), Florida Statutes, requIre that the Information about Federal Programs and State Prqects Included In ExhIhit 1 be ppoulcied o tho Sub-Reolpfent. 29 EXHiBIT —2 Certification Regarding Telecommunications and Video Restriotions Effective August 13, 2020, DHS/FENIA Bub-Rociplerts, a0 WSii AS their contractors and subcontrooters, my not use (gent funds under the Nonprofit Security Grant Program covered by this Agreement rid prvvideti Fy 2022 or previous years to; 1. Procure or obtain, extend or renew a contract to procure or obln, orenter into a contract to procure or obtain any equipment, system, or service that uses ''covered telecommunications equipment or services"' as a substantial or essential component of any system, or as critical technology of any system; or 2. Enter into, extend or renew contract* with entities that use or provide, as part of its performance of thie agreement ar any other contractual instrument, any equipment, system, or service that uzaz 'welnkreareti taro mirviinrttt mit iipmant nr anneirAz" ri ntilviztantlal nr assentini component of any system, or as critical technology as part of any system. This prohibition regarding certain telecommunications and video survelliance eon/ices or equipment ls mandated by section 869 of the John S, McCain National Defense Authorization Act for Noel Year 2019 (FY 2019 NDAA), Pub, 1,„ No. 116.232 (2016), and 2 C,F.R, § 200210. 200.327, 200..171, AND Appendix li to 2 C.F.R, Part 200. Sub -Recipients may use OHS/PENA grant funding to procure replacement equipment and services impacted by this prohibition, provided the costs are otherwise consistent with the requirements of the FY 2021 Preparedness Grants Manual, applicable appendix to the Manual, and applicable NOP°. DHS/FEMAwlif publish additional guidance in a subsequent Information Bulletin or similar notice. Per section 96110)(2)-(3) of the FY 2019 NOAA, covered telecommunications equipment or services means; 1. Telecommunications equipment produced by PlueWel Technologies Company or ZT Corporation, (or any SQknIcilary. or affiliate of sileti entitles); 2, For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, end other national security purposes, video surveillance and telecommunications equipment produced by Hytare Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua 'Technology Company (or any suWillary or affiliate of such entities); 3.. Telecommunications or vid.eo surveillance services provided by such entitles ar using such equipment; or 4. Telecommunications or video suivollane oluipment or services produced or provided by en entity that the Secretary of Defense, in consultation with the. Director of National intelligence or the Director of the Federal Bureau of investigation, Reasonably believes to be an entity owned or controlled by, or otherwise connected to, the People's Republic of China, Jr the event the Sub -Recipient identifies covered telecommunications equipment or service* used as a substantial or essential: component of any sysforn, or as critical technology as part of any system, during contract performance or at any time or by any other source, the $ub-Recipient shall report the information to the SAA: 1. Within one business day from the date of such Identification or notification; Tha. contractnumber; the order number(s), if :applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if Known) ;• brand; model number (original equipment manufacturer number, manufacturer pert number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. 2. Within 10 business days of submitting the aforementioned infomiatfont Any further available information about mitigation actions uriciarteken or recommended. In addition, the Sub -Recipient 30 shall describe the efforts It undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that wtli be incorporated to prevent future use or submission of covered telecommunications equipment or services. Sub.Recloient: CITY Of MIAMI (Fire Rescue) By Arthur or€ega, City Manager 1 / ob Date: `St�h Printed Name and Witte if signing electronically: By providing this electronic signature, 1 am attesting that understand that electronic slgrratures are Wally binding and have the same meaning as handwritten signatures. 1 am also confirming that internal controls have been maintained, and that policies and procedures were properly followed to ensure the authenticity of the electronic signature. This statement Is to certify that i confirm that this electronic signature is to be the legally binding equivalent of my handwritten signature and that 1 understand that i is my responsibility, on behalf of the organization, to ensure that we adhere to these restrictions. 31 EXHIBIT — 3 CERTIFICATION REGARDING LOBBYING Check the appropriate box: © This Certification Regarding Lobbying Is required because the Contract, Grant,. Loan. or Cooperative Agreement will exceed $100,000 pursuant to 2 C,F.R, Part 200, Appendix WI); 31 § 1352; and 44 C,F.R, Part 18, 0 This Certification la not required because the Contract, Grant, Loan, or Cooperative Agreement will be equal to or less than $100,000, PENDIX A, 44 C9.F,R. pP?RT 18 . QERTIFIC6TlON REGARDING LOBBYING Certification for Contracts, Grants, Loans. and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering Into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal oontract, grant, loan, or cooperative agreement 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and. submit Standard Forrn-LLL, "Disclosure Form to Report Lobbying," In accordance wish 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) Arid that all Sub -Recipients shall certify and disclose accordingly, This certification is d material representation of fact upon which reliance was placed when this transaction was made or entered into, Submission of this certification is s 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 shaft be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure, The Sub -Recipient or subcontractor, (At ta ll 4, ..., certifies or affirms the truthfulness and accuracy of each statement of Its certification and disc.kure, if any, In addition, the Contractor unders nds and agrees that the provisions of 31 U.S,C. Chap, 38, Administrative Remedies for False Claims r fd Statemen s, apply to this certification and disclosure, if any. Signature/Of Sub- cIpientlsubcontractor s Authorized Official Arthur Nnriega, City Manaflar Dame and Title cf Sub-Recipienttsubcontractor's Authorized Official 2 Date 32 ATTACHMENT A PttigrUrn Budget Below le a general budget whiOh outlines eligible categories and their allocatlon under this award, The Sub -Recipient' is to utilize the 'Program Budge" as a .guido for compic.INg the fudge'', Detail Werkeheee beiow, The Equipment e arogery irequlre Authorized Equipment List (AEL) reference number, The Authorized Equipment List (Ar.i.1.) is a Ifet of approved equipment types allowed under FEIVIA's preparedness grant program, The intended euctienoe of this to emer ncy managers, first responders, and other homeland security professionals, Ins list consists of 2:1 equipment eato tones divided into sub-oetageriss„ tertiary categonee, an0 then tndividuat equipment items. The -AEL pan be found at: httpliwww ferria govinuthortniti.oquirinent-ligt. Thtti !Moder' of IsOcr411,soolise4s,7 witiOleol .listed: in• lhe'Vi-ogrFti BK.g..et and 5=, f "prnfttS lieweverg the tivirsfei fords botwoon isselo* 6titt1y, wohiWitod, FY 2022. State Horm4and Security Grant Program Urban Area $eouely.frthativ [sou #46 C.ITY op MAN (Fr ti Rescue) State Management &Administration withheld 5% Exp nclable Award Allocation attec toio icOuctini) LETP:Type AoivItles (.25% of ftwork) aociation) This amount Is not in atiolliidn to the rettiralning awfird arnecnt but inateed 4irrp wit needed to rneet the 26%. leguirement, Management and Arbirilotivion (lhe dollar amount• which UOITIApQr1qS to 5% of the total local agenoy ailoCation i $hown Irt the Oolimn on the right). 33 $14,012,50.0.00 li3VDOET p ETA it. WORKSHEET The Sub4ieciplent is required te.provide pornpleted budget detatl worksheet, to' the Divislwhlon act forthe total award as 1;.Soribed irvihe "Proposed'Prograrn BUdgef, if any ehengos..need 1.0 be• made to the "'Budget Detail VybrOheet, del the execkition of this ogre nt, Orltact the Grant Manager listed in thrte.greemeht via anvil or tatter, Developirg. hazardithraet-epeolft annexes -cmta Driwit0111,011S,TEI T1 uryU141 prograrnt and adopting ongoing DHS/FEM national: initiatives Developing related terrorn and her ostastrophic event Orevention adtiVitiee Developing •and enhanoing pions and protOeole Developingordoriducting assessmients Kiting of full"- or part-tjrne staff or oontractieonsuitants to. asslet wtth planning, engagement and votenteer rnenagement activItlee ritellIgenae d Ihronnatio6 Sh tedata Piannari Lino item 2022..02 nbitkgotI ent E'clretnism - ening, Search, Detactlen (.1):0 Analyat); Ube .422-63 utting — Planning (pre' to include Planners sultana); Linoitm 2022-06 It Protection — Cyberseacirity (Cybor Assessments nd Trainin); I -Ina Itetn 2022,46 Cross Cutting— OperatOnal CaprdinatiOn far Technioaf Support SpeolaliSt).; LJr It ent; 20224J7 beats reqi.4red. to .conduetplarming, engagernant, en volunteer management gotivitiee, Tra vel/per diem relatxadtoplanning, engagement,- end Volunteer rhanagernent aotiviles Overtimeind !)ackfIll':coats, (In aco.ordame wfth. o emtionalpoet Guirlanoe)_ ISSLAITIC, of WHThoompilantTrb dentlfloetien cards' 34 3,00040 $43,000,00 4$ 02400.00 $62,,00 .00 4$ S1,192,477,00 $1,192,477, 4 30,000,0 230,606.,0045 Activities to achieve planning Incluslcre oTpectPle wth c:llS011ities and othars'with access and functional needs and limited:En fleh roficlanoy _ _ ordination with.Cittzart Corps Councils for public on/ad:libtion and deVelopment of Volunteer i'arns Coordinatlbn end mafartai support.to Ottiken.Coros Councils and local firehouses forth e e.stabliellment, trainlilwand maintenance of CERTs , Update governance structures and prcss. and p a fct:e :er cornrritinicafions '.Davaioiment, and review andirovi.sinn of mmt.in!,4ity-nf • operations pians Development, and l'avisw an.ci reVisien of the THIRNSPR continkiity of Operationilplans • Developing. o:r condUcting equity aSsesernents loaddreee -planning' and preparedness disparities for 1110toricaily- Lin derse rved .cemenunlfies Program management Development of Whf.:;le community. narthersiliPs -STructurillandti`HecTirilsrns• for information aIarft bepVetr! the public and pifvatessotor triipTirgt6TiThig models; programs, ind worRferos .enhanc.errient tfr Tools, r'eselircrie, and idtiei theifacilltate shared .situational awareness between the public and privets seCtors _ Operatibnai support Utilization of isndardized reurce.frarlPgcr -cormopfs Responding to:an inotease threit'level Lind NItiOna.t. terrorism Advisory. Psterri.(NtA), or needs in faulting from a NatIonal Special pSourity Event ReiMbursernerit for select operational Opeiisee associated with •inoreaSed.sedilritrineasuros ataritleal irifrastruoture inOurred (UP:to 60 poroent ofthe allocation) • Soft Target/Crowdod Paces —intOrdiction and Isnippon 62p friationat opt lip° !tom 2022.91 Overtime for infornnatidnr,. investigetiVa, and intelligence shating..'activities. (up to 60 ercent of the allocatiOn) Hiring of new :stafrpositionsiconttactorsJoonaUltants for partiolpatien 'In informatleniinteiligene6 anatysi:s end sharing .broil orfogan: cantor apttIllOps (up to 60 :percent of the alloucation. 35 $5,000,00 :4$ intetltgertwe'and fnfrarcna#Pa r Shari" Past n Pry' : km — l ,bexa rit (C ber A7t e+tiulp ),. I.tne item 2022.4 Hiringrn or rr'tair twining staff positions/contrsOfor.s/consultents.at LTT ievais:to dell'ver-community preparedness training, :reseurbos and material to sahooia, od txurtitywbaseti o1'f enizatidns,, faith -based. Institutions and FOOal businesses, Meng br maintaining staff 1 br sitl )isto w.traotvrw ao oisWstar.ats to aiate ; support and rnetnt&ln gERT or' een CEL T migrating online.servloos to the "'. ovh domain Design, n, Develop. t Quduo t arty! v lua art Exert 'uil or Part -Tim t tf r Contractors/Consultarts :Full or part,time staff may be hired to svpport exercise - related activities, Payment of salar•3es and. frfhgebenefits must be in accordance with the po.11dies of the state or io at unit(i) ofgoverninant and have the approve! . of the sate or the awarding +ancy. whi :hev xr is applicable, The. servli es ci oontr. teretconsuit ar fs may; also be procured to support the design, •developmeit, conduct: and evaluation of CBRNE e termites, The ppl an 's fot rnai Written prootirerntnt polls cr the i~ederei Ac allalticn Regujet/ia s. (FAR) rrt�rst be followed.. Cro'e'�g7�'��yw+Edtk[.flg —.Planning (E..Ji,"43P4`nt eS) Late Item 2022.00 Overtime. and bacisfill.costs -:Overtime arid -i ackfi(L Grits; ltmiuding expenses for part-tima.end v rlunteer s rgency response personnel participating in FEMA exercises Aotivtiea to ttl yr axexr i ea:Incl.usiv£ laahilitieS and others with access Dncl tinOtio:nal Trails! : travel costs OAT,airfare mileage, par clea, sotatix eta) are allowable as expenses by employees who am on travel status for official business related to the nnin nd conductof the ex ciee ra ect(s). upplies Supplies are items that are expended or consumed during the course of the planning and conduct of the exercise projects) (:.g.4 copying paper, gloves, tape, non,ster ilk .masks, and disposable protective e. ttlprta:t , ritrroperable rornmunloatir na:exe.rcises 36 ;;1: urouo;av $3GO,O*0.(O 4$ $1, 771 activities to chive plannirg. inclusive o people with limited Engilab prof Meng ...... ' - 1, 1-0-'111.tISIK18,,,.5: 4 ,:, 6,... ..,.. - •-•••• Ov.ertime ard .beckfill for amer ens), preparedness .and responsepersonnel ettendin DHS/FEIVIA-sponsored endapproved training OiSSOU — — Overtime and backfirl expanses for pert -time and Mu nteer emergency response 'personnel participatliv.in 5 5 „alA Ntrainng - Traini4 Workshops rid Conferences ,... Activities ti laileve training inclusiVe. of people wit . disabilities and. othero with looses and, functional. neads and Um * Entgiprollolertoy,.:.. _.,.. _ uli or Par:Time Staff ar-t"' ontractora/Ccrisuitents biose*CuttliiPierming (71ng claspos); Line item 202g-06 $05,89100 - $136,803, 0 4 , /ri _ __ ...._ .„, -1 .060,0001V _ Protactiop. --Cybt motor* (r Min qssos); Line Awn 202244 $40,0004 Travel tiPPite$. ''. Supplies are items that are expended or consumed during the cow-00.0f the Planning. and- cloridLiC of the training prOject(s) (e..q, .copying paper, glove$,. taps, and nn.sterk: nviaks..) ..._ ------ instruCtor certification/re-certification , -- Ccordirteion with Ciin oorpa Oounclis in training exersise8 - — interoperable communications training Activities to achieve training inclusive people w' h timited English proficiency immigration enforo ment trairlina i..I.,.::ii ..., ..)...t._,e.W'ilig .4-Ag5.attfai2:1.... - Ma: .., • "..,:f-. i f 'II L.., . a.- — `,4: ''''''" "7--,.'- . • ' 4 7 1 1 " - . - , „ , , . .,..th . to)p hens . ,'-liStt • ,owbJe equprint LategonEs.,iard . ,Ii iinde_ecn a1o'are • wo based' „ , ilft Akkat.iiirt.":0 , -._ :,1 , .. . .. . ,VX, ..4,,, QuaceqL1prnanl- —ty-'-'''''' --.............., :..: - , . .e.:..... L . .., ',--;', . , ..: ,2=. 37 aornholfing Pornostic Violent Extremists - interdiction a Disruption (OD Equipment such es Tool kit, Fiberscope kit and Containment Ves Line 'Wm 2022-00; AEL I , .0 si 1 ion.00 40 1-02EX.4,10-,TLM 026,'",..00.--KTFO, azex.00.rovy , Response-CERAM - On -Scene Security, Protection entilE (Explosive Magazine), Lino item 2022-13; AEL. #02EX-00- 44,720.00 $34,726,00 46 WelliP t at sear9 n • escue etmpfne , ,'•'. ' trial/igen-co and taw:motion Sharing - Surveillance .,....„.,., Platforms; Line item 202242; Aa *o,90E-07-ROVI„, 030E- I $$41,00000 $34l,000,00 46 1 07..orm1l nairrum-rimP _ Wr3mbattirriboinestic Violent Extremism - interdiction and Disruption (Drones); Lille non? 202243; AEL .,,,, 3OEO 1 $100,000.00 $160„000.0046 WAS ..,..,._ b ng DomeStio Violent Extremism - Intertiktion and 'eruption ;Wight Vision goggles for Marine Ntret); Line 4 $/.6,751100 $07,000,00 48 I r 2022-03; kilt-030E47-MA batting i.)omostic Violent Extremism - Screening , • Nil Detection (LPR projects); Line Mein 2022-03; I4IE fl030E.01-,ALPR 211311-004111ST 21i3N-00-CNSt 1 $994,63ao0 $9944.6300045 ReSponse-CERNE-- Mass S hrfld Rescue Operation MIT Equipment); Line Item 202242; AEL # 03SR-O2T.E10, oasR41-sHoR, 03$R-02-TPHY, 03SP-01-A1440, 03SR-02- 'MEL, loGe.elo.esvpr, oeozo wry, 1 ass.4410-SHM, 03$R- 03-SC41111, 03SE-43-WHY, 038R-034010N, 030E-07-SLAS, E 7-UPOD, 12nis.00aorif 1 2v#4ci4Fts , . , <- . ., S30,000.00 46 6 61.130611rthi - t-,1:,$_,,, :,,, .i...,,,..tcl.:2,- .,...,:.:>~.., ... ..1 ' . n ifigence end Informegon Shatillg - fTCC Ecgo ncordors with Licensee,' Lino Rain 202242; AEL fl04SN- 1-..41111T Cross-Ciziting - Openatio7ralocordinailonliaS Software); Line item 202247; AEL 4ft4AP.O.S.COSS, 04AP.02.GISS, 100400.00 180,00040 4 04SW-04-NETW. 04AP02AVLS .- Oriiii8i- 666itve4iiieri:0;iipiii6'ni ' ':;c::':.',:,'.',:-- PrOta Ctiirn - eyberaecurity (Zliber Equipment); Line ftwi$242,497.00 246; AEL 005NP-06-S)EM $243,407,00 4 rPAr.P114:.-c; 6 :I.9401.0a.OPOO, 'Mi. ,. ,i'' . Reepou-CaRIffi Operadonal Commurr 0' ; Line NOM 2022-10; AEL tiO0CC-034ATE, OP-03-PNAO, OCP 1 $472,277.00 472,27700 45 01-PORT 08CP-01-MO3L ti6i.rtiu1151'ittirii54 • '.:, ,2.,' .:-• ' „ ,,..,. , .,. -", - ' .'s , ,. " ' ,—„ :,..,....,.. Combating Doinestic Violent Extremism - Screenterg, Search and Detection (Hazinat illionitom); Line item 2022,- 03; AEL 0107CS-01-KAVC, 0700-01-DPM0 and 210140- S71,050.40 $71,050.00 4 38 L -£5ent6a-tting Domestic Violent Extra -intern - 'Threats and Hazard identlileation (Chemical/Explosive Analyzed; Line item 202.2,03; AEL.1107EDS1rLASR 21c01.00.MAIN ..,.,, 1 $ , 0.00 $30,000.00 4 IJIttfltrallan - Thrias.: witi Hazard k(entiftention imothane Dotecivr); 1.11760 IN)71 2022.00; AELtiO7ED-01-liASR,, 21GN- 00-MAJN ::,.'p:,,, . 2 . -,..., . Sl0Oc).0 „.. $30,000,00 ..-- 45 Rf)81301130-CBRN6 -. On -Scone Security,. protection and LE (Hezinat Emergency Traffic Signals); Line itent 2022.13; Am,. 081,241.rDC9 2 05,000,00 $70,000,00 fiAeilia:A" 2 " li'" :,..;',..prAf.',:,1i.,' ,.;;,1:,,.::..!•,•:-.`,:'.',..:', • ::;:' .... ' .....',.';`,j 7., .:',..,,,.-,?:.1'.. U',-,;:7":7i:,'P....,.,` ' i. ,,•yi,s,i..:, -',.,7',. . : y.,,,,".;:,':;;L.,,' .,.., ReSpOilt6CERNE... Ali& ilbeitk, Healthcare and -EMS (MCI BIM Upgrades from BLS to ALS); Line hw 2622.14; 1 AEL10109ME-03-0414f5 00Me:41.00M $420,000.00 J2000.00 46 spense.CSANE - Puk t, Hos, re and EMS brilietiOf$ ' Line Item 2022.14AE 9 E.03.DEAE i7''iji061'id(46fiiiifeki:bittt6riiiiiiii54ei'.c 6) :A;',4'i"...' Pi Z 06#000.00 .,.,..;.1;,...-...;,,, - pii1RK:::k*.:60.0,)40t,640i..7477...',!?:':- , " :G,,,..6,`<li:e.:-:‘.;:',-:,-z:::. ' . ia7...v ..r.;.°p!,,,c,:.,:,,,.,:,,, ...,,,, ,.. ., ...„.„ ,..... ,,_ ,;,:: r,,,,,,.„ ,,....,,,: Combatting Domestic Violent iatrernism - Em/irournonfal ftsponse, Health and Safety lifazIox Prefect); Line item 202243; 110, 012VE-00.1141$$, 00ME.0,1.DEIYIP, 09ME.01. BA9.61, al CS-02..ENSM01111,R.03,PAFA and ottozos.raEw ,,......,.......1101..V.......,,kn.r.-1.1 1 ... ........, ri + • V00,000.00 $300,000,00 46 45 n, .-.1.*M wm•am ..,.....e..........,.., ,.,.., esponse CSRIVE -. Critical TransporSation; Line 'tam 2022-10; AO- 01.2VE-00-SPEC, 12VE.00XI1)Y, 12TR.00. MOM :I 2VE:•00,401SS,10$3-00-SHEL 1.,1 • eAl $2,708,73400 $19000,00 $2,79k 734.00 ....4-.0,..-.1 .7... 45 Response CS(NE 7-To-alstles end Supply Chain blanagenteilt (LogiatIcvloyehle Equipment Project); OW item 202241; AEL 4.121./E.00.SPEC, 12TR.00,TEOP, 14$W.01-SIDP, 030543,,SIGN e*O.ti§nt liyeidOnt:Pi4Oti1011,' .440110: $104000,00 Intelligence and information Shoring •. Rrec Das a lit Maintenance Plan; 1.It10 item 2022.02; AEI- #431T.00. I TL, 210N-0041VST; 11G111-0041AIN .0000000 $500,00000 45 ,' r.,. 1!,,,,:',!'•.!P, , 77.7:r. „ OA ' ' ',::-'04Ri;EiiiiiiitiikottptiEfitire,,..::,:".:',.,':P.,, , 46 Sot Mafetie;;;;Iid P4200,i -, Physical Protectil;e ' Measures (CCTV); Line item 2022.01; AEL #143flif.01.1/IDA, 04HW-014AFHW, 04MD.03.DISP, 21 ai,000MAIN, 210P1.00, INST, 21 Ght.00.cmsr _____................._ $444,000,00 •.-VIOn.F.11. .41 , 00.00 Mne cotraty- infractmeture.Systerna (Backup E mot); Line tom 2022-15 AEI.#1401-00.COOP InsPfiction and preenthg Gysterna 1 ..'"" $26,000,00 $26,00000 . _...- _ Artiin0 Core apd f'prejpri Animal Disonse . . . •t3FN1b F‘.*4iit166:-iti0:140ohiii6Arateicr ' - ,..-4.,•,,,,. .- 38 A ilavanse CIIRNE Critical Transportatioro Una .f.tatn$4 1't 2022., A!L.` 17it'fl�4tM3O4T 001,00 $0 ,002„10 6bONE F'Preverdlon anct: f espar5 a Ur m nned Aircraft W3RNE Avrafiip. f*gtripmenfi , t? is0 tt 3p 0. - 'clponse C 3RNE- t- o gfstfcs an € upply Cfzain d arolgertiont (i*dr. fi ); Ogre Ften.i 202242; AIL #19M.H;0 a ` 45 0 , $00,00 .00 1 t t 7e 110 !✓c �:pmei e, fag Ida. C)fty� .i i e, r1 p 600S f�1 � r r " rail f: rrrer0•464 a01611 s . - V. Cl3S f{lil,..: 0'1 , 'Or*r IS,. , .a. 5r vf d ?Y ek>1€'il, 0: to l :6-. t7rstr btlon,sir 1S [mg.* t r frl Apo opji 11s to f 8 T9y_ . t lialtligenc ttd int'srtat#ern arlrrf peer ,; irr •terry 20224 Au.: #2t N-60. t ' , "o411W. 01>1NflW,, 9 t 4NT1 1Wit,1ob14i,m 1 E$ 40,000,00 $240i0 ,0# 4 • $psi ,0 .00 omnunity Prepares mess and PaosflioriO ^. r rr r ttl l itt co.(CE! 1' fntftafiv aalt Line Nem. 20022 ; A. L #2.10N40,,CCEO, 106*-0041C4PK, 14411-io r 1 p O O0 . 45 Cr4S Cutting .- t'ip `iiir l R! + 3Y.C)f tati4T1 (E:OC nimnoor rrts: Una item 2022.- r7, An iii27 Qiii-0 r ,0cEi ; 15p.05,,VCQN, 71cimorj N$7", rt4met. 0t4t HW, 044t04w GOBS, 21ON-00411MIN, 14C140-CO 7P',: 07> 03 ENS, 00CC45-Pli 'Y',. f36CG424MA°, 1OPE..404fd $f OeC1P41w MOISL., 130Cf-01.Pfl/i., 1:31T413,are", 04AP-01-CADS, Q-02431?Ch4 0OC `,01.k,C LG„ 21$0.,00 NSi; 21•GN-00. *fit 06CC-02,,'AAni; 21 xi•+)w004HIP,, 0441: , 1-0'fSl ,. 06CF 0q.vca 1i,14 W O1dPAC ,°t 8618,88140 $ 1$8 1 $175.4evk fi T, ,489.0 11�1 a n u e & S.ii.torin nont a} `t1A d gtriOtasnt) f.kr ? ,2 22 4 *21 f A1tti1VIAiN NE .Ma eer h tand.Res- u•e Qps (M:t f. ' Disorptlrre MTh /,ing jPjtr0p )i .tl i rn 2022'•!Z; Ag1. #2' N V�?Y�i1i1, % r/i"{aML)OiNS wr.e,+.a... w_w $1"d(,Ja fd0.Of1 w $120 000,00 mw w m vwx .✓ 45 , _,_",wb'.1.-,i y°"�i ���?Iafi�i .', 7 '.'i'1 Hiring o(1ulkttns or pr tt-tune 4fia r corstro;to icoreultankoE'tpta4sistwith-the rr.le.nnernerit of the respective grant- pro r m; app11catUcra s(*u remernt$, and corrrpfian e with reportiri4 and dhta oolfectirtt.tquitertsµ�n $$10;606,70 $ f: , 00. 3 45 )V&A $aI .iy Pers ti . 1, tine It, 17 38 et Development of op meting p#ins for information c tlection end processing necessary to respond to phiSIFEVIAdata ails Overtime and baokfili costs — wartime experisei are defined es the result of Personnel Who Worked over end above 40:hours of weekly, work time in the —performance of FEMA — approved activities within the scrape of this grant. 8 ckf#ll Costs stsa:a called "Overtime as Baekfill" axe defines as expenses from the result ofpar ranr4el who are working overtime in order to perform the duties of otter personnel who are temperari'ly assigned to FEMA - approved eciivii;l.es outsidetheir cure respon&ibilifi : Neither over irrie ncir aii expanses are tale resit at. en fncrsese of Fut9 Time Equivai t jFTE) mpiayees. Travels mess MIA Travel, Line e item 2 Meeting-ro.fatsd expense ses .Auth rr€ ed office ui arx3 rit inoi [d(h persat l computers, laptop omputerB, printers,. LCD projectors, and other equipment or software Whioh may be reptred to support the: implementation of the .h meiand security stratew< Moe lupp!i faa Item 202247 —the foliowin. ereia. �:,v l .only within th+ .a. .._�,_,.ri g �ceerr�arifi Period: . Recurring sap/charges associated with pertain equipment, such es cell phones, taxes Leasing g a anc#1or-renti g of spy for newly hired personnel to administer programa within the grant _prn0rai. Recurrring Experts. !ne Um . 20 247 CQmpletino the Civil Rights v lua tisan Tool nductk actiy.&es f8 aft iet to. evOuating ,prof t • otiveriess for HH Ol :fund&& prej®cte TOTAL A Af0 EX N iT€t3 ATTACHMENT ti SPOPE OtrWORK Sarl wRecf(afents .must comply with ell the rettrairarhents In 2: C F, R, Pert 00 (Uriifarrri Administrative Requirements, Cast Principles, and.Audlt Rettuixiarrlcarnts for ederat Awsrdh). 'Funding is provided to perfariii.ellgibla activities as Identified in the Dome. tic Homeland Seoul€I;y•-I*adar t Emergency Iiiianagement Agercy. iatiori;+ri Preparedness Directorate rrate Inks l Yoar.2022 Homeland Security Grant Program (HSf P), consistent with the Department of .Homeland Security State Strategy, l~ligible activities aro outlined .in the Scups of Work for.eedh: category br low: 1, la :t a arid Projeel Oestaiptleit 9;asue 46t, The Urban Area'Securityt initiative (VASE) hos itcm tii f` Janagerrierit end I fmintStrr tfcn (imam casts r$societeri ' itr it, Ti Division of Erneroanev M n rGre e lt, ag the designated F let yeti-ln fNio i w ceroont .of the fetal UA 1 a rneuert.eliaeatod-to Plorkla Fur M&,A purpo044H These, funds vviii pro -Vide the SAA 'with the.rrreaariato manage and,admI nletar the D.ASf-grant. The proper management and administratfan of trsess furnds:ansurer, that each project listed', will be fulfilled, er partially fuif£tled, more efficiently.while remaining In compliance. with the DHS. Federal Fiscal Year 202:1 Homeland Security Grant Program Guidance.. II, Categerias erid.IEltgEbl Activities FY 202P :allowable costs era divided into the following bategcries for'his agrr attfent: 'Pk nntn , Organizational, Exercise, "ralmirtg,'EcOlpment and Msna+gsr' nt'acid,Adrnt tstratione Each oatatyary's allowable cxrstV have been iletedin ttte laudget Detail Worksheet" above, AJ1t akfte :Ffanrilrig, Related .Costs H SQP *Os may ie used for a range of emergency preparedness end management planning oot pities stioh as those associated with the development, review, and revision of Pilo TTH IRA„ 8PR, eortinuity of operations pla re, and other planning actinides thrat support the Goal erld piecing an emphasis on updating and Maintaining a current EOP that cent -corns to tine g006116es outlined In CPO • Developing haz rrdlthry zt pecitfo annexes that incorporate the range of prevention, prctoetif.ori., response) Brad recovery salinities;. • i ovet pang. ,and implementing homeland security support programs and adopting CHS/FE A notional :irrJtiathies; pevefoping iplated terrorism and other dittastrophrc.event pre+rentlon..a:c;tMil. a;. Den +toping agar. enliencing plans and protocolsei. • Developing. oreo lddcting.l sseasstifent ; • Hiring of full-orpartktirm r Staff or cOntritaticonSultarite tci trr,ssirrt: with planning • retrOtles (rrt t for tlis purpeee oaf l 1rir p rblto seety posonnet ftrft7ifiYrg'tracfitik.n•el ptitaila safetydlitlgs); • Materlale required foconduet planning act;ivide , Travel/Per diem rsiated to planning activittee, • Overtkrma. and ',weir" tPor tt (Irr aceordance, with operational 1Co.st.Guidance); .1$suanoe of WH ` oompltantTribal-identification card, Ao'EivI*ies tv achti.f.pie planning :ltrrolusive of people with rtis t tilde: and others with ; ecess and funetienrl ne .s:, Caordfnetlarn With .Citizen Corps Councils' for public infOrMetionfeducation arid development of volunteer programs;, a Coordination with Citizen Carps Courrcffs and local firehouses for the estabitshrnent, training and maintenance of CI RTs • Update governance structures and pree ases and purls for orriergencyr communications,' • I :evelopmant, aria review.and revision of continuity of operations plans, • Development, and review and nevi&icon of the tHIRNSPR contlnuity of operations plono; 39 • Developing .or conducting equity assessments to address planning and preparedness disparities for historically undeserved communities • Activities to achieve planning inclusive of people with limited English proficiency, B. Allowable Organizatlon Rolated Costs (HSGP and thok,.$1 Only} Sub -Recipients proposed expenditures of HSGP or UAS i funds to support organization activate% include; • Program Management; • Development of whole community partnerships; • Structures and mechanisms for Information sharing between the public and private sector; • impiementliv models, programs, and woridor enhancement initiatives; • Tools, resources, and activities that facilitate shared situational awareness between the public and private sectors; Operattenel Support; • Utilization of standardized resource management concepts; • Responding to an increase in the threat level under the National Terrorism Advisory System (NTAS) or riz ,ds resulting from a. National Special Security Everitt • Reimbursement for select operational expenses associated with increased security measures at oritioa infrastructure sites Incurred (up to 60 pe r c$,nt of the allocation) Migrating online services to the ",gov" Internet domain; and • • Overtime for information, investigative, and intelligence sharing activities (up to 60 percent of the allecation) Paying salaries and benefits for personnel to servo as qualified Intelligence Analysts. Pr the Personnel Reimbursement for Intelligence Cooperation and Enhancement (PRICE) of Homeland SoCuritY Act, Pub L. NO, 110412, § 2, codified In relevant part, as amended, at 6 § 609(a), HSGP and UASI funds may be used to hire new staff and/or contractor positions to serve ea intelligence analysts to enable informationAntelligence sharing capabilities, as well as support misting intelligence analysts previously covered by HSGP or UASI funding, $oo 6 133.C. 800(a). To be hired as en IntellignnOe analyst, staff and/or contractor personnel must l'iteeit et least one of the following criteria*, • Complete training to ensure baseline proficiency in intelligence analysis end production within six months of being hired; andior, • Previously served as en intelligence analyst for e minimum of two years either in a federal intelligence agency, the military, or state andier local lew enforcement inteDligence unit, • Hiring or maintaining staff positions/contractors/consultants et SLIT levels to deliver community preparedness training, resources and material to schools, cornmunIty.based manizations, falth,based institutions and local businesses. • Hiring or maintaining staff positionskontractorskonsultents to create, support and maintain CERT or Teen CERT Intelligence Analyst Activitles Allowable Coate (H$GP and OA%) All Nal0X1 center•enaiytical personnel intAiit dotrionstrato qualifications that meet or exceed competencies identified in the Common Competencies for stets., local, and tribal intelligence Analysts, which outlines the minhnum oat ortes of training needed for lrasillgeno analysts. A certifloato of completion of such training must be on file with the M. States and Urban Areas must just* proposed expenditures of HSGP or UASI funds to support organization activates within their Id submission, Ali SAM aro 'allowed to utilize up to 50 percent (50%) of their HSGP funding and all Urban Areas are allowed up to 60 percent (60%) of their UASI funding for personnel costs. At the request of a Sub,iRsolpient of a grant, the FEMA Administrator may grant a waiver of the SO percent (50%) limitation note-d above. Request for waivers to the personnel cep must be submitted by the SAA io GPD in writing on official letterhead, with the following information: 40 • Documentation expiaining why the cap ehould be waived; • Conditions under which the requeet is being sat -rated; and • A budget end imthed of calculation of personnel costs both In peroontages of the grant award and in total dollar amount, To avoid supplanting Issues, the request must also Include a three- year staffing history for the requesting entity. Otgantzational activitlos under HSGP and tiA.St inoludel Operational Overtime Costs, In support of efforts to enhance capabilitiss. for detecting, deterrIng„ disrupting, and preventing ACt$of ternorism and other catastrophic events., openational OVeitrilti costs are allowable for increased protective .security measures at pace! Infrastructure sites or other high-rlsk imatiorts and to enhance publb. safety during mass gatherings and high -profits events. In that regard, HSGP SubAeoiplents. are urged to consider using grant funding to support soft target preparedness HSGP er DA& funds may be used to support select operational' expenses associated ovine inoreasedeecurity ..rneasures lathe authorized Ctittogori6-s cited below; • Sackflii and overtime expanses for staffing State or Major Urban Area fusion centers; • Hiring of contracted security for critical Infrastructure sites; • Participation in Regional Resiliency Assessment Program {RRAP) activities; • Pubilo safety ovellims; • Title 32 or State Active Duty National Guard deployments to protect critical irrfrastruoture sites, including all resources that are part of the standard National Guard deployment package (Note: Consumable coets, such as fuel expenses* are not allowed except as part of the standard National Guard deployment package); • Increased border security activities In coordination with C$P; • National Terrorism Advisory System; • Designated National Security Events; • Special Event Assessment Rating {SEAR) Level 1 through 4 Events • States of Emergency; • National Critical Infrastructure Prioritization Program (NCIPP); • Directed Transit Patrols; and • Operational Support to a Federal Agency, Operational Overtime Requestet • Except for an elevated MIAS alert, HSOP or UASI kmds may only beapent for operational overtime costs upon prior written approval by rEmA. The 3M must submit operational overtime requests in writing to its assigned FEMA Program Analyst {PA), FEMA will consider requests for special event activities up to one year in advance, However, aueb requasta mtmt be within the award's cunlerd period of performance and must not result in the need for a request to extend the period of petforrnance„ • All operational overtime requests roust clearly explain how the request meets the criteria of one or mere of the categories listed above, [Requests must address the threat environment as it relates to the event or activity requirrinQ operational overtime support and explain he the overtime activity is responsive to the threat. • NW -event operett0nat overtime requeste will corny be considered on a case -by -case baste, where tt is dernanstreted that exigent circumstances prevented submission of a requeat hi advance of the event or aoilvity. • Under no circumstances may DHS/FEMA grant funding be used to pay for costs already supported by funding from another frideral source, • States with UASt jurisdictions can use funds retained at the state level to reimburse eligible operational overtime expensea. incurred by the state (per the above guidance limitations), Any IASI funds retained by the state must be used In direct support of the high -risk urban area. States must provide documentation to the tJAWG and DHSJFEMA upon request 41 demonstrating how any tfA$i funds retained by a state would directly support the high -risk urban area, FEMA will consult and coordinate with appropriate DHS components as necessary to verify Information used to support operational overtime requests, Personnel Costs (H$GP and UAW!) Personnel .htrirag, ov mitre, and backfill expenses are permitted under this grant to perform allowable HSGP planning, training, exercise, and equipment activities;. Personnel may include but are not limited to training and exercise coordinators, progrard managers for activities directly associe'2di with HSGP and UA$I funded activities, intelligence analysis, and Statewide it temperability coordinators (SWICa). Sub —Recipients should refer to Information Bulletin No. 421b, Clarification on the Personnel Reirnbursement for intelligence Cooperation and Enhanoement of Homeland Security Act of 2008 (Public. Law 114.-412 — the PRICE Act October 30, 2010„ HSGP 'kinds may not he used to support the hiring of ..,............. w..,._...t t", fulfil y...._.s�cr,...,._r public e__ �ue� and safety duties .. , .. .. ..�, ... ... any rsonnei ►o fulfi traditional public he sth x�arety uutiea nor to supplant traditional public health and safety positions and responsibilities. The 'following definitions apply to personnel costs: ra Fife ng. State end rocs! entities may use grant fi<ind.ing to Dover the salary of now1y hired personnel who are exclusively undertaking allowable DHS/PIMA grant activities as specified trt this guidance, This may not include new personnel who are hired to fulfill any non- C HS/PUTA program aotivitt as under any circa.irnstancres. Hiring will always result: In a net increase of Full Time 1 quivalar t (FIE) employees. • Overtime. These expenses ars limited to the additional coots that result from personnel working •ever and above 40 hours of weekly work time as the direct result of their performance of DHS/P IVIA ,pproved activities specified in this guidance. Overtime associated with any other activity le nct r ilghble. • askf1II $aJ ed Overf(mu Also called 'Overtime as F ackfill," these expenses are limited to overtime costs that result from personnel who are working overtime (as identified hove) to perform the duties of other personnel who are temporarily assigned to /I MA.-approv ad activities outside their core responsibilities, ties, Neither overtime nor hackftii expenses are the result of an Increase Of FrE employees, • Supplanting, Grant funds will be used to supplement existing funds and will not replace (supplant) funds that have been appropriated for tiie micros purpose. Appiicants3 or recipient rimy be required to supply doourrrentation certifying that a reduction In non-federal resources occurred for reasons other than the receipt or expected receipt of federal funds, Allowable Organization Related Costa (OPt ») Personnel Costs: CPSC funds may be used for dornestic travel and per diem, including costs associated with The deployment/redeployment ref personnel to border arena and for travel associated with law enforcement entities assisting other ham:! jurisdictions in law enforcement activities (travel costs must be in accordance with applicable travel r-egulations), Up to 60 penoint of an OPS3 award may be treed to pay for all personnel costs (only to the extent that such expenses are for the allowable activities within the scope of the grant), At the request of a recipient or Sus -Recipient, the FEMA Administrator (or designee) may waive the 60 percent personnel cap, Waiver deosstons are at the discretion of the F1 MA Administrator and will be consideredon a rasa -by -case basis. Further, changes in scrape or objective also require FMA's prior written approval pursuant to 2 C.. F.l`t. § 200„30€3(c)(1){i). A formal OPSQ personnel waiver request should; • Ba can official letterhead, Include a written, justification, and be signed by the local jurisdiction. 42 • include a budget. and method of calculation of personnel costs both in the percentage of the grant award and in total dollar amount, reflecting the change in scope or objective to the project. • Include art approved Operations Order from the OSI3P Sector office that supports the local jurction's written justifleation, • Be coordinated with the UMW Sector, SAA, and the DFISICBP °Moe of the Border Patrol (OP). As with all OPSG personnel dos/a, OP$G grant funds will be used to supplement existing funds and will net replace (supplan0 funds that have been appropriated for the seine purpose. Applicants cr reolplents may be required to supply documentation certifying that a reduction In non-federal resources occurred for reasons other than the receipt •or expected receipt of federal funds. Temporary er Tenn Appointments Sub -Recipients may utilize temporary or term appointments to augment the law enforcement presence on the bordors. However, ap*Ing funds toward hiring full-time or permanent swom public safety officers is unaliowable. • °PSG -funded temporary or term appointments may not exceed the approved period of performance. * For °PSG purposes, temporary appointments are non-stirtus appointments for less than one year, • For OPSG purposes, term appointments are non -status appointments for one year, extendable for ono year as necessary, . •°PSG funding for temporary or term appointments may pay for salary only, Benefits ere not allowable expenses for term or temporary employees, • OPSG remains a non -hiring program. Appropriate uses of temporary or term appointments include: • To carry out specific enforcement operations work for ongoing OPSG-funded patrols throughout the Sector Area of Operation; • To staff operations of limited duration; such as OPSG-enhariced enforcement patrols targeting specific locations or t rimingl activity; and, • To fill OPSG positions in activities undergoing. transition or personnel shortages and local backflii policies (medical/military deployments). • OPSG term and temporary appointments must have all necessary certifications end training to enforce state and local laws. °PSG funds Will not be used to train or certify term or temporal( appointments except as otherwise stated In the °PSG section of the Preparedness Grants Manual and the 1-180P NOPO. • In addition to these twrris Sub -Recipients must follow their own appiloable policies and procedures regarding temporary or term appointments, Operational Overtime Costs., °PSG funds should be used far opet.aliontiti overtime, costs associated with Jaw enforcement activitieupport of border law enforcement agencies for increased border security enhancement. Overtime pay is for enhanced eatroi for certified public safety officers, along limited support for other law enforpernerit direct support personnel (e.g,,, Corrimunication Offloors/Dispatchers, non-ewarri patrol pilots, etc). Overtime shall be nsirrborsed consistent with the non- -leder* entity's overtime policy and the requirements eo stated ileiavig • Overtime is time vvorWci that exceeds the required number ot hours during an employee's designated shift. •* Overtime must be worked to Increase patrol oapadty arid be in support of identified and approved USBP border security operations. • The OPS9 overtire hourly rate of pay will be no more, than the approved overtime rate per local law and policy and must be in accordance with applicable State and Federal regulations. 4 Ail overtime expenses under OPSG mat be reasonable for the services rendered a»d conform to the non-federal entiWs established written policy, which must apply to both federally funded and non.fecienally funded activities anti comply with the other applicable requiremente under 2 C,F,R, §§ 200.430-200,431, • The non-federal entity may not utilize OPSG &aiding to pay for an empfoyee's overtime hours or pay that exoeed:s if) hours worked in any 24-hour perod, Unallowable Costs MPS()) OPSO unallowable costs Include costs associated with evidence colfectiort, arrest processing, prosecutton, and Traffic/DUI checkpoints, such as evidence documentation cameras, fingerprinting suppties, alcohol breathalyzers, portable work lights, traffic barricades, and similar law enforcement expenses. Additional unallowable costs also include costs associated with staffing and general IT computing equipment and .hardware, such as personal computers, Wes, copy machines, modems, noon k. w.,4, 11-deci,/, 1.1.Y,...11,1/115,11 "rkemek.F.r.s. Ai," gt....-1,6 6..11 vmaa 1/1.0.111e4rP/e100 /R 11111/11U 11/4141V111/11111 111V101101 III.PFOCK I'M [-I:4171111PP VI permanent sworn public safety officers is unallowable, OP8cli funding shalt not be used to supplant initorant routine pair is and law enforcement operations or activities not directly related to providing enhanced coordination between local arid federal law enforcement agencies. Finally, construction and/or renovation costs, and exercise expanses are prohibited under OPSG.,. D. Management and Administration (KM) Mana.gernent and administration (M&A) activities are those directly relating to Ile management and administration of I-ISGP funds, such as financial management and monitoring, Sub -Recipients awarded M&A coots unciew this agreement con retain a maximum of up to 5% of their total agreement award amount for M&A costs. Allowable M&A activities Include; • Hiring of full -the or parMirne :Staff or contractorsioansuitants:'. • To assist with the management of the respective grant program, • To assist with application requirements. * To assist with compitance reporting and date collection requirements, • Development of operating plans for information collection and processing necessary to respond to DHS/FEMA data calls • Overtime and bacidill costs • Travel • Meeting related expert w Authorized office equipment • Recurring expenses such as those associated with cell phones and faxes during the period of performance of the grant program O Leasing or renting of space for newly hired personnel during the period of performance of the grant program • Complettng the Civil Rights Evaluation Tool • Conducting -activities related to evaluating project effectiveness for HS:GP-funded projects Management and Administratiort (M&A) (CiPSG Manalliment and administration (M&A) activities are those directly relating tothe management and administration of °PSC funds, such as financial management and monitoring. Recipients may retain up to 2,5% of the overall ono allocation prior to passing -through funding to Sub -Recipients. This funding must be deducted in an equal percentage from each Sub -Recipient, Suh-Reolcients and friendly forces may retain funding for M&A purposes; however, the total amount retained cannot exceed 5 percent of the Sub -Recipient's subaward, Frand1y orces are local law enforcement entitles that are subordinate, Sub.Recioionts under OPSG, hi other words, frIondy forces are entities that receive a sunaward from a Sub -Recipient underthe OPSG program, Friendly forces must comply with all requirements of Sub-Reolplents under 2 C,F,R, Part 200, 44 Allowable Equipment Related Costa (SHOP and UASI) The 21 allowable prevention, protection, mitigation, response, and recovery equipment categories for HSGP are listed on the Authorized Equipment List (AEL).. The AEL is available at httpsiftwww.fema.govieiutherized-equipment-list. Some equipment items require prior approval from DhiSiFEMA before obligation or purchase of the Items, Please reference the grant notes for each equipment Kern to ensure prior approval is not required or to ensure prior approval le obtained If necessary. Unless otherwise stated, all equipment must most all mandatory regulatoly and/or DHS/FEMA-adopted standards to ba eligible for purchase using these funds, In addition, recipients will be nespeneible for obtaining and maintaining ail necessary •certifications end licensee for the requested equipment. Grant funds may be used for the procurement cf medical countermeasures, Procurement of medical countermeasures must be conducted In collaboration with Statefoltyficcal health departments who administer Federal funds from HHS for this. purpose. Procurement must have a sound threat -based justificaten with an sire to reduce the conseduences of m. ammity incidents during lira first crucial hours of a response. Prior to procuring phermacaucals, grantees must have in place an inv,,intory management plan to avoid large periodic variations In siwpilw due to coinciding purchase and expiration dates., Grantees are encouraged to enter into rotational procurement agreements with vendors and disltibutors, Purchases of pharmaceuticals must include budget for the disposal of expired drugs within each fiscal year's period of performance for HSGP. The cost of disposal cannot be carried over to another FEMA grant or grant period, The equipment, goods, and supplies ("the eligible equipment") purchased with funds provided under this ear= merit are for the purposes specified in "Florida's Domestic Security Strategy", Equipment purchased with these funds will be utilized in the event of emergencies, Including, but not :limited to, terreriern-related hazards. The. Sub -Recipient shell place the equipment throughout the Rate of Florida In such a manner that, in the event of an emergency, the equipment can be deployed on the acone of the emergency or be available for use at a fixed toen within two (2) hours of e request for said deptoyment. The Florida Division of Emergency Management (FDElv1) must approve any purchases of equipment not itemized in a project's approved budget In advance of the. purchase. The Sub -Recipient will, in accordance with the statewide mutual aid agreement or ether erriergenoy response purpose as specified hi The "Florida Domestic Security Strategy," ensure that ail equipment purchased with these funds is used to respond to any and en Incidents within its regional response are as applicable for so long as this Agreement remains In effect. Prior to requesting a response, the Foam will take prudent and appropriate action to dotemilne that the level or intensity of the incident is such that the specialized equipment and resources are necessary to mitigate the outcome of the Incident. Allowable Equipment (OPSG) OPSG equipment Is Intended to be Incidental to the enhancedborder security operations being performed. The grant is not intended to be used to outfit or supply general equipment to SLTT law enforcement agencies,. Equipment must be relatable to and justied by the operatleml benefit It will provide, * Equipment Marktrtg. Because equipment purchased with OP BG funding is intended to be used to support °PSG activities, it may be appropriately marked to ensure Its ready identification end primary Use for that purpose. When practicable, any equipment purchased with OPSG funding should be prominently marked as follows: Purchased with OHS funds for Operation Stonagardon tiae" Puel Coat andior Mileage Reimbursement, There fa no cap for reimbursement of fuel and mileage costs In support of operational activities. 4 • Vehicle and Equipment Acquisition, Including Leasing and Rentals: Allowable purchases under OPSGI Include patrol vehicles and other mission -specific equipment whose primary purpose is to increase operational capabilities on or near a border nexus in support of approved border security operations. A detailed justification must be submitted to the respective FElVIA HO Program Analyst prior to purchase, IP Medical Emergency Cot Allowable putelmee under ()PSG include narcotic antagonist pharmaceuticals, detection and identificattion equipment, safe storage and transportation, personnel protective equipment, and nIt equipment training, as will be reflected In the AEI and explained In IE 430„ Insurance Coverage Requirement As defined In the Code of Federal Regulations section 200,310 the Sub -Recipient must, et a minimum, provide the equivalent Insurance coverage for real property and equipment acquired or improved with Federal funds as provided to property owned hy the rorIpmere[ entity, Federally owned property need not be insured unless required by the terms and conditions of the Federal award'. F. Unallowable EquIpment Coats (HSOP, 'IASI and OPSG) • Per FS/lA policy, the purchase ef weapons and weapons accessories, inciuding ammunition, le not allowed with HSGP funds, • Orani funds may not be used for the purchase of equipment not approved by DII.S./FEIViA, Grant funds must comply with IS 426 and may not be used for the ptirchase of the following equipmerrti firearms; ammunition; grenade latinchere: bayonets; or weaponlzed aircraft, vessels, or vehicles of any kind with weapons installed. * Unauthorized exereise-releted scats include; O Reimbursement for the. maintenance or wear and tear costs of gen rat use vehicles (e,g., construction vehioles), ;medical suppliee, and emergency response apparatus (e.g., fire trucks, ambulances). o Equipment that la purchased for permanent installation andeor use, beyond the scope of the conclusion of thirt exercise (o.g,, electronic mees.,ling sign). Requiremente for errisli Unmanned Aircraft System (SHSP, UASI, and ()PSG) All ret11.10St$ tcpurchase Email Unmanned Airoraft Systeme (SUAS) with FEMA grant funding must comply with JE 42t and 18 438 and include a description of the policies and procedures in place to safeguard Individualsprivacy, civil rights, and all liberties of thejurlsdictlec that will purchase, take title to or otherviilso use the SEAS equipment. H, Acqulaitlion and Usa of Technology to Mitigate UAS (Counter-UAS) Prior to the tasting, acquisition. installation, or use of UAS detection endior mitigation systems, Sub-Reciplents should seek the advice of counsel experienced with both federal and state ethinal, surveillance, and communications laws. Sub -Recipients should conduct their own legal and technical analysis of each UAS detection and/or mitigation aystelyi and should not rely solely on vendors' repossentotions of the systems' legality or functionality,. Foe further information please see the Di -is press release on this topic: htips:Wwwvv.ditsgovinews/2020/08/17/Interogency- isaties-advisory-use-teohnolegy-deteet-and-rnItigate-unmanned-aireraft, f, Allowable TralnIng Rotated Coats .SHOP and UASI) Allowable training -related costs under HSGP Include the estabiistiment, support, conduct, and attendance of training specifically identified tinder the 11,SGP and UASI programs andior in • conjunction with emergency preparedness training by other Federal agenolos (e.g., NHS and DOT). Training conducted using HSOP funds should address a. performanoe gap identified through an AAR/IP or other assessments (eg,, National Emergency Communications Plan NECP Goal Assessments) and contribute to building e capability that will be evaluated through a formal exercise. Any training or training gape, including those for children, elder adults, pregnant women, and individuals with disabilities and others who also nave access or functional needs, should be identified 46 in the AA % ilt and addressed ih the state or Urban Area training •cycla, Sui .Reclpients aro e000kirat3ed. to.use misting 'training rather than developing new courses, When developing hew courses, Sub-Recipiants ore encouraged to apply the Analysis, Design., Development,, • implementation and l v.aivatk n (AD€DIE) madef:of liastruattoria:i design., e Overtime .and bueictlif for .e iergenoy preparedness and response per st n el attending. DHSiFEMAhsportepred and approved training classes Overtime anti bookftll expenses for part.time and vdiuntser emergency reasponsra personnel' participating in.DHS FEMA training • Trainhg workshops and conferences 0 Activities to aphteva trdiratng Inclusive of "'sepia with dies SMies and r rs with access and, flatiotIonaf needs eds e car part -lima. staff tar contractorelbertsultarrts • `Gravest O Supplies associated With atlot>uobia•approved training that•are expended drcansunaed. during thnouree •af'the planning 14nd ccn fuctien: of the exr~rcise proje t(s) instil:tcter ceriiflratiorttre-c;erlificat1on coQrtiirtatiee watt Citizen Corps •C zundie in conducting training exercises. • E reparedness training for iaarrunity prep rreanoss'initiatives and programa interoperabfe GOMmunicritlons trd;li ing O Actit+itres to achieve training irtotueive cf paoplrr' with lirrr'itad Ertglish.prottclen. y irrtmigratinn enfarcern rnt trainincg Additional Trattitti triforrr mien Par DHS/FEMA Grant Prbgrerrrs .tD rectorate. Poky It .432 Rautew end Appeotel Requirerrtett#s far 7'i`rrlrr ,g .Coasee .Fundad Through Preparrclnees nfs, tss;ued July t ip 20 e,, Stater, territories, Tribal anttttee and hirgiti riakurban areas ars- no longer reegulr'ad tot equest•approvai fiat 'FWAtor personnoi to attend natlµC)HS FEMA training es long as the :training 'le coordinated with and approved by the state, territory, Tribal or high -risk urban area Training Point of Contact (TPO) arrd fibs Within the FEMA mission scope arse the jurisdscttota'a margenoy Cperatlorts Plain ( OP).. The only exception to this policy is for Countering Violent Extrernism courses. DHSIFEMA will conduct periacfia reviews. o all state, territory, and Urban Area training. funded by DHS/FEMA., The,, reviews May lrici +de requests for ell course materials endphysical ohservation of, or participation ire, the funded training.. if:these reviews detsi°mine that courses ars outside .tho scope of this guidance, Sub-R aelptants will beaked to repay grant:tunds expended in eupp rt cf thaw orte.,, For further Irnfprmeflrarr on developing courses using Ike instnatihna.l' design rathodolc gy .ru can facilitate the process, TP CS are encourage to review the SITED Raeft.pot.lOrTrofping Cox fear ORTD(web lte. ONS/FEIVIA Provided Training, Those training, include prcgrarrls or courses developed fat` and delivered by Inst'itutieris drrd orgartizatiotls funded by OHS/PEMA,This includes the Center for Domestic Preparedttass (C:DP) the l rnerget cy Mariagarnerft institute (EIV.ii)a and the National Training and Education t Ivisicn`s (NTED) Trainirng P rrtner Ptorgrams (TPP), TPP includes the Caner for Hornalarid i efetteea and Sapirity, National i raniestic Preparedness Consortium (NDPC), i cal Dorneat£c: P :aperedness Consortium, (RDPC), and training partners through the.,Continu'ing Training Grants program, Approved Stake feed Federal $poneared Course Copiague, This ea akague fist. state ond Federal sponsored courses that- tali the DHS/FEMA riselon. scope and have been approvaci through tht FEMA c curse review and epproval.p.rocess. An updated version of this. catalog aant.ba accessed at rtivrw;flr streepertttertra irring,gov, 7 Training No Provided by DHS/FEMA, Those trainings Include courses that ere either state 3poroored or Federal sponsored (rion-Dii8/FEIVIA), coordinated and approved by the SAA or their designated TROD, and fall within the DHS/FEMA mission scope to prepare state, local, Tdbal, and territorial poraonnel to prevent, protect against, mitigate, respond lo, and recover from acts of terrorism or catastrophic events, * State Sti.onsored Comae, Thoee courses are developed for aridier delivered by Institutions or organizations other them Federal ()atlas or FEMA and are sponsored by the &AA or their designated TPOO, • Joint Training and Exorcises wtth the Pubtio and Private Sectors, These eoursee are sponsored and coordinated by private sector entities to enhance publIclarivate partnerships for trtalning personnel to prevent, protect against, mitigate-, respond to, end recover from acts of terrorism or-oatastropnio events. In addition, States, territories, Tribes, and Urban Areas . . are etioouriaged fp innorporsrto ihe privats.oer4tor n gove,r.nment-spon ome, tralnifl g. and exercises, Additionai information on both DRS/FEMA provided training and other fedenai and state training can be found at: mirw.lirstrespondertrairitng.gov, Toning Information Reporting System ("Web-Porrorq Web -Forms is an electronic form(data management system built to assist the SAA arid its designated State, territory and Tribal Training Point of Contact .(TPOG). Reporting trmining activities through Web -Forms is not required under P`Y. 2022 hiSGP, however, the system rarrielne available 41rici can be accessed through the FEMA Toolkit located at httpsliwww,firstrespondertraining,-govifdtwebforrnehi order to support grantees In their own tracking of training deliveries. MEM State Training Office Conditions: For the purposes of this Agreement, any training course listed on the OHS approved course catalog qualifies Eti# on authorized course. The Sub-Reciplent can successfully complete an authorized course either by attending or conducting tall course. In order to reoelve payment for successfully attending an authorized training course, the Sub - Recipient must provide the Division with a oertificate of course completion; additionally, the Sub -Recipient must provide the Division with all receipts that document. the costs incurred by the SuPReciptent In order to attend the course,. In order th receive payment for successfully conducting an authorized comae, the Sub. Recipient must provide the Division with the course materials and a roster sigh -in sheet; AddIttonaily, the Sub -Recipient must provide the Division with all reoelpts that document the cost Incurred by the Sub-Reoipient In order to conduct the couree,'' • For courses that are non-D1-1$ approved training, Sub -Recipient must request approval to conduct training through the use dine Non.TED. Form and provide i copy, along with email,. showing approval granted for conduct • Fr the conduct of trairilrig vvorkshops, SulAedpient must provide a copy of the COUN3 matoriais.and sigh -in sheets, • The. number of participants must be a minimum of IS in order to Justify the cost of holding a course, For questions regarding adequate number of participants please contact the FDEM State Training Officer for course specific guidance. Unless the Sub-Recipientreceives advance written approval from the State Training .Crfficer for the riumber of participants than the Division wf radoco the amount authorized for r&mbursernent on a prorate bests for any training with less than IS participants, 4t • The Sub-Reciplent must holude with the rellInbursernent package e separate copy of the page(e) tom the Site (and County or Regional) integrated Preparedness Plan (IPP) reflecting the training, J. Allowable Exercise Related Costs Exorcises conducted with grant funding should be managed and conduoted consistent with HSEEP, HSEEP guidance for exercise design, development, conduct, evaluation, and improvement planning Is located at httpitil/www.ferna,goviernergency-managerstriational-preparridness/exerclessitissep. Design, Develop, Conduct, and Evaluate on Eiarcise Full or part-time staff or contraotoreconsuitents Overtime and backlit costs, Including expenses for part-time and response personnel participating In DHSIFEMA oxemise implementation of HSEEP Activities to achieve exorcists inclusive of people min riimiipitie4,,i functional needs Travel Supplies associated with allowable approved exercises Irtieroperahle communications exercises Additional Exercise information volunteer emergency and others Mil access and Sub -Recipients that deckle to use HSGP funds to conduct an exercise(s) are encouraged to complete a progressive exercise series. Exercises conducted by states and high risked urban: areas may be used to fulfill similar exercise requirements required by other grant programs. Sub-Reciptents are. encouraged to Invite representotivesipiannerS involved with other Federally mandated or private exercise activities. States and high risked urban areas are encouraged to share, at a minimum the multi -year training and exercise schedule with those departments, agencies, and organizations included in the plan, Validating Capabilities. Exercises examine and validate capabilitles-based planning across the Prevention,: Protection, 'Mitigation, Response, and Recovery mission areas, The extensive engagement of the whole community, including but not limited to examining the needs and requirements for Individuals with disabilities, individuals with limited English proficiency, and others with access and functional) needs, Is 00$entfal to the development of an effective arid comprehensive exercise program, Exercises are designed to be progiessive Increasing in scope and complexity and drawing upon results and outcomes foci prior exercises and real - world Incidents — to challenge participating toommurilties, Consistent with Homeland Security Exorcise and Evaluation Program guidance and toots, the National Exercise Program (NEP) serves as the principai exercise mechanism for examining national preparedness and measuring readiness. Exercises should align with priorities and capabilities Identified in an /PP, •4poolal Evont Planning‘ If a state or Urban Arse will be hosting a special event (e.g., Super Bowl, G-8 Summit), the spacial event planning should be considered as a training or exercise activity for the purpose of the IPP. States must Include all confirmed or planned special events in the IPP.1"he state or Urban Area may plan to use liSGP or UASI funding to finance training and exercise activities in preparation for those events, States and Urban Areas should also consider exercises at major vsnues (e,g„ arenas, convention centers) that focus on evacuations, communications, and commend and control. • Regional Exeivioes. States should also anticipate participating in et least one Regional Exercise annually, States must Include all confirmed: or planned special events in the iPP, 49 • Rale of Noa,Governmenial Entitles In Exeroises. Non -governmental participation in all levels of exercises is strongly encouraged, Leaders from non-govemmental entities should be included in the planning, design, And evaluation of an exercise. State, local, Tribal, and territorial jurlectictions are encouraged to develop exercises that test the Integration and use of non -governmental resources provided by non -governmental entities, defined as the private sector and privets non-profit, faith -based, community, participation In exercises should be coordinated with the local Citizen Corps Coun stile) or their equivalent and other partner agencies. FDEM State Training Office conditions for Exanolses: For the purposes of this Agreement, any exercise which is compliant with HSEEP standards and contained in the State of Florida (end County or Regional) IPP qualifies as aril authorized exercise, The Sub -Recipient can successfully pteto an authorized exercise either by attending or conducting that exercise, * Ii nrrier tf1 rer101Ye paymnnt fnr successfully ,tr,ttending outherized exercise, tho Ib Recipient must provide the Division with a certificate of COmpletion or similar coniespondence signed hy the individual In charge of the exercise; additionally, tho Sub-Resiplent worst provide the Division with ail receipts that document the costs Incurred by the Sub-Roolplent order to attend the exeroise, * In order the receive payment for successfully conducting an authorized' exercise, the Sub. Recipient must provide the Division with en xPLAN, AAR/IP, IPCIMPCIFPC Meeting Minutes and Sign.iri Sheet for exorcise attendees; additionally, the Sub. -Recipient must provide the Division with ail receipts that document the costs incurred by the Sub -Recipient in order to oenduct the 4xeroise.. The SubAsNplent must includo with the tainurement package a separate copy of the page(a) tern OW Exerviee Plan Mich identifiao the participant agencies and a printed page(4) from the State (and County or Regional) 1PP retreating the exercieo. * If you require foodlwater for -this event, request must come to the Division within 25 days peon to the event, in the Wowing forritat: Exercise Title; Location; Exercise Date; Exercise Schedule; Estiniated Number of Participants that will be fed: Estimated Cost for foodiwater: Description of the Exercise: K. Maintenance and Sustainment (SHSP, UASI, and OPSO) The use of DliS/FEMA preparedness grant funds for maintonanes contracts, warranties, repair Or replacement costs, upgrades, and user foes ars allowable, as described hi FEIVIA Policy FP 206.402. 126-1 under all active and future grant awards, unless otherwise noted, Except for maintenance plans or extended warranties purchased incidental to the original purchase of the equipment, the period covered by maintenance or warranty plan must not exceed the POP of the Qpeoffic grant funds used to purchase the plan or warranty. Grant funds are intended to support the Goat by funding projects that build and sustain the core capabilities necessary to prevent, protect against, initlgate the effects of, respond to, and recover from those threats that poet, the greatest risk to the security of the Nation, In order to provide recipients the ability to meet thio objective, the policy sat forth In FEMA's IS 379i, Guidance to State Administrative Agencies to Expedite the Expenditure of Contain DtiSiFEMA Grant Funding, initially for FY 2007-2011, allows lion the expansion of eligible friaintermoa and sustatinniont costs which must be In (I) direct support of existing capabilities; (2) must be an othetwisa allowable expenditure under 50 the applicable grant program; (3) be tied tc one ef the oore capabilities In the five mission areas containedwithin the Goal, and (4) shareable through the Emergency Management Assistance Compact. Additionally, eligible costs may aiso e in support of equipment, training, :aid critical resources that .have previously been purchased with 'either federal grant or any other source of funding other than DH$/FEMA preparedness grant program. dollars. L., Law E.r.fozcoment TerPorten, Proventicv (LIP) Act.tvit6sA1kwbh,Costs LETP Activities eligible for aura of LETPA bowed kinds Include but ars not limited to: • Maturation and isriliericernerit of desIgriated state and major. Urban Area fusion centers, including information sharing and analysis, threat :recognition, terrorist interdiction, arid training/ hiring: of intelligarise .analysts; gr Coordination betviteen. .ruslon centers and other Intelligence, operational, analytic, or Investigative eitrts including, but not limited to Joint Terrorism Task .Forces (JrrFs), Flak' Intelligense Groups (Flas), High. Intensity Dru .Traitiokirig.Areas (1-11DTAs),•Regional • information sharing Systems (RISS) Dental's,: criminal iritelligents units, reel-firno crime analysis centers and 01-18 intelligence, operational, analyno, and Investigative entitles; • Regional .countertorroriem training programs for small, medium, and large jurisdictions to exchange inforrnation and discuss. the current threat envimnrrient, k$8011$ )etirned, and beat practises to help prevent, protect against, and mitigate acts of terrorism; • Support for coordination of regional fulkscale training exercises (federal, state„ and ItiCSI rasw enforcement participation) focused on terrorism -related events.; a Law enforcement Cherrilical, Siological, Radiological, Nuclear, and high yield Explosives detectiOn and respor se. capabilities, such as bomb detection/disposal capability deployrnerit, sustainment, or enhancement, including canine teams, robotics platforms„ and x-ray technology; _41 Implementation and .maintenance of the :Nationwide -SAR initiativo, Including training for front line personnel on identifying and reporting suspicious activities, tips/leads, and onfineketial media -based threats, as wolf as th.e execution and management of threat assessment programs to identify, evaluate., and anafyze indicators and behaviors 4ndicativs of .terrorisra,: targeted videf100, threats to life, and other criminal activity; • Management arid operation of activities thuppsit the execution of the intelligence pivoess and fusion centere, including but not limited to... Fusion Liaison Officer (FLO) programs., security programs to i;irol.soi the facility, personnel, and information, arid the protection of privacy, civil rights, an.d civil liberties. • implementation of the if You See Something, Say Something' ...campaign to raise public awareness of 1130.004V-8 of terrorism and terrorism -related corns and associated efforts to Increase the sharing of ;Information with pubdic and privets sector ryiners, including nonprofit arganIzstfons, 0 Note: DHS requires that elf public and private sector partners wanting to implement andter expand the DHS 111 You Sae Something, any Sortiethingir campaign using grant funds work directly with the DHS Office of Partnership end Engagement (OPE) to &Ism all public awareness materials (0,g., videos, posters, trksids, oto,) are consistent with the DHS's messaging and strategy for the campaign and compliant with the Initiative's trademark, which is licensed to OHS by the New York Metropolitan Transportation Authority, DoordlnatIon with OPE, through the Campaign's Office (saessym hq.dhs.gov), must be facilitated by FEMA. • rephysical security, through law enforcement personnel and other protective measures, by implementing preventive and protective measures at critical Infrastructure site or at -risk nonprofit organizations; • Development of sourtoring violent extremism pmgrams, projects, and initiatives, addressing prevention, Intervention, and diversion efforts, Including training on roles of iaw enforcement and how to effectively partner with law enforcement; developing and promoting training specifloally for law enforcement executives and frontline officers on potential behaviors and 51 Indicators of violent extrwrilsrn and how to appropriately analyze and report them; supporting community and law enforcement engagement strategies stroll as table. top exorcises, roundtable events, town hail meetings, and peer to peer activities; funding for existing and/or expansion of law enforoement community relations efforts, support ibr the development of community engagement plans, and joint projects to increase the awareness of violent extremist threats end community mitigation solutions; Sailding and sustaining preventive radiological and nuclear &Aeolian capabilities, including those developed through trio Securing the Cities initiative', and • integration and interoperablilly of systems end date, such as computer aided dispatch (CAD) and record management systems (RMS), to facilitate the wilectIon, evaluation, and assessment of suspicious activity reports, tips/leads, and online/social media -based threats, Law Enforcement Readiness (WISP, IASI, and OPSC;) SHSP, UA$I, or °PSG grant funds may be requested and rney be approved on a case-by,case basis for immigration enforcement training in support of the border 4eixititv mission, Requests for ninn wiii be evaluated on a osso-by-case basis; and can only be used for certification in the section 287(g) program provided by DI-lariCE, SHSP„ UASI, or OPSO Sub-Pealpienta with agreements under section 287(g) of the immigration and Nationality Mt (8. tJ.C.§ 1157(g)) to receive delegated authority for Immigration enforcement within their jurisdictions may also be reimbursed for section 287(g) related operational activities with approval from PEMA on a case -by -case basis. For °PSC, Sub -Recipients must be authorized by LISP Headquarters and Sectors, and operational activities must be wordinated through s USEP Sector, OPSG grant funds may be used to increase operational, materiel., and technological readiness of SLIT law enforcement agenoles, The Delegation of Immigration Authority, Section 237(g) of the Immigration and Nationality Act ONA) program allows a state or local law enforcement entity to enter Into e partnership with l0E, under a joint Mornorenclurn of Agreement (MCA), to receive delegated authority for immigration enforcement within theirjuriedictions. N. Regional Border Projects (OPSG) Sub -Recipients are encouraged to prioritize the acquisition and development of regional projects on the borders to maximize interoperability and coordination capabilities among federal agencies and with state, local, and tribal law onforcernent ;partners, Such regional projects include:. • Communications equipment: • Radio systems and repeaters • Integration with regional Intelligence and information sharing effort (Le, fusion centers) o Intelligence analysts • Situational Awareness equipment'. o License Piste Reader Networks o Visual detection and snrvelliance Systems o Sensor Systems o Radar Systems (for alr and/or marine Inoursions) o Airoraft systems (manned or unmanned) O. Critical Emergency Supplies (SHSP and LOW Critio,ai emergency supplies, suoh as shelf stable products, water, and medical equipment and supplies are an allowable expense, 'under SHSP and IASI. Prior to Ms allocation of grant funds for stockpiling purposes, each state must have DHS/FEMA'sapproval of a five-year viable inventory management plan, which should include e distribution strategy arid related sustainment costs If planned grant expenditure Is ever $100,000.00, if grant expenditures exceed the minimum threshold, the five-year inventory management plan will be developed by the recipient end monitored by FEMA, FEMA will provide program oversight and technical assistance as lt relates to the purchase of critical emergency supplies under IASI, FEMA will establish guidelines and requirements for the purchase of these 52 supplies u.riderUASI and monitor status rafthe stata's inventory rrianagementplan. R. Constitution and Reqtivation (SES Pand t IA$i) Project ccriatruation using SHSP and UAW funds may not exceed the:greater of $1.;00€f,,000 ar 15% of the grarnttwarc#. For the purpesas of Iit ltaticiis on funding ievdls, ccirn[ntrriic tisane towers ara not i; ensid r5.cd Oat 3 aiructiOn Written approval must be pro.vtded by DH WFiWMA prier to the use of any NNi cP funds for c nstruction or r n aua#tvra. When applying: for construction 'fenr s; recipients.rnust submit. c uicleihce of approved zofring ordiri nottie, arct itecturei plans, .and any other locally required planning petrrtlts, Additionally, recipients are required to subrnft $F.4.24C form with:budget detail citing the project costs, and: SF-424F Form.for standard asetirencss fOrtftia oonstruetiOn project, Recipients using furtCde ter conatruciion project e rntist Comply with th' 'Davie-Eiaraon Act.(adifled a amended at 40 1.1,S.Q, §§ 1141 t seq.. Recipients must ensure that their carttractors Or isiilbcontractorsfor oorrs.ti ollon projects pay workers nt lass thanithe prevailing wages far labore..ra slid rrrocl nicg errtpkayed on projects of a character tike to contract work In the civil subdMsidrt of the atat r in which the work Is to he performed Ad iitiortm'I information regarding corniaiiance with:that C avi a -Macon Act; including Department of Labor (OCi ) wage determinations, is availabieonlirfe at hftps1Mw±w.dot civiwhd!!igve t ;tefdbre.htni Recipients using funds for:con ruction :projects must also ociyrpty with t1'trr: requirernents set forth to the goverramarbotda' aiw.ard tarn on Reporting Stibativards and iwxecutfve, Compensation iomtod at:2. Part 170, Appendix As the frill text cf tutiiott is incorporated hers by reference to the award t rme. an conditions; (I) 'all irort and steel used in the project.are produced. In the United:> tatea-»this .ri eans st1 manufcturing. processes, from the initlai melting Ave through the application of . coatings, cr., erred. In the United $t tea,. (2) all manufactured products used in the:project am pre:duo:ad ler tha United States —tile means the Manufactured ..reduct Was ctu:re l in the United States; and the coast of the darnponente. of the manufactured product that are rrrined,..preduced, car manufactured la the United States is greaten than $5. percent of the total cost cf all corerponentt of the rnanu'lreotursd product, unless another standardrfgr determining the rrainirnur i amount'' of domestic content of the manufactured product Os been established under.applicable law or regulation; and ('a) all. constructtorn materials ere manufactured In. the tlydited t tea this rEtraaris that at elenu6eturirtcg pros ceea for tip ormetru:ottarr material occurred iri the l nitcd Sta.tefi. Tile Buy America preference :only applies to attic/es', ntateriat , and supplies that •are.cartswm cf in, incorporated Into, or affixed to an lnfraStfOtturs project. As such;, it does notappfy+ to'toorrras, equipment, and .supplies, such astemporary scaffolding, brought to:the construction site and r moved at or before th completion of the infrastructure project:Nor daao a. :uy Arri6rior preference appty to equipmept anditarnishtrtgs, such as t'novebl+a theirs, des10z and portahle ccrnpti.ter o,qulprrtont,'that are used at at wtthln the ftnfshed Errfrastrudture project but ara mat arc irtiogral part of the structure or permr :raentty`affixed to the IrifreStrc cture protect, Q. .C:arnrrhunlcattorte. Tt w4r When applying for funds to Construct communication towers, Suss- ectpFleanta must std mtt evidence that the Federal Communication Corrmissici.ri's Section 10i3 of the .National His ado Preservation :Act, Pub:. L. No $96665; as. amended, review process has' been. completed, R. Disposition When original er replacenmt equipment acquired under a Federal award: is no banger needed for the original project or program or for other activities currently or previously supported by a Federal awarding agency, except as otherwise provided in Federal statutes, regulations, or Federal awarding agency disposition instructions,. tho Sub -Recipient must request disposition lnstructIone %rare FDEM Office of Domestic Preparredness and the State Administrative Agency will request disposition irr'struc ions from Federal. awarding agency as required by the terms and conditions of the Federal award. The Sub«Recipient shall notify the FIniE14 Office of Domestic Preparedness at: 2665 Shumard Oak Slvd., 'Tallahassee, Florida 32399 one (1) year to advance of the expiration of the equipments posted shaif-life or normal life expectancy or when it fses bean expended. The Sub.Roofpirarat shall notify the FDEM immediately if the equiprrrant is destroyed, last, or stolen,. S. Ensuring the Protection of Civil Rights As the Nation works towards achieving the National Preparedness Goal, it to important to continue to protect the rgvir right* of individuets S„b_R ciplenta niU t carry out their Mrograrrl and activities, 6... w.r.9 o, ,,,.�r�,sw. vrr,r+ux4reuwuxar'aa�s,r-,��,v,�,canm'„Ix.1�D�4 ti�i'1Ty"Vt,I'MlI1G'71[r:ll'C7�T �#f117%7dF;iLIYiG1t9�'i, including those related to the building, sustainment, end delivery of core capabilities, in a:manner that respects and ensures the protection of civil rights for protested populations, Federal civil rights statutes, such as Section 308 of the Stafford Act, Section 834 of the Rehabilitation Act of 1973, and Title VI of the Civil Rights Act of 19S4., Age Discrimination Act, along with DN and P MA regulations, prohibit discrimination on the basis of reds, color, national origin, sex, religion, .►e, English prof elenoy, € r economio status in connection with programs and activities recei ing federal financial aeslstancs from FEMA, Monitoring grid oversight requirements in connection with Sub -recipient compliance with federal civil rights laws are also authorized pursuant to 44 C,F.R Part 7, In accordance with civil rights laws and regulations, Sub 4 eclplents roust ensure the conststent and systematic fair, Just, and impartial treatment of all individuals, including individuals who belong to underservecl communities that have been denied such treatment, Recipients (as defined In 2CPR Part 200 and Including recipients acting es pass -through entitles) of Federal financial assistance from the U, , Department of Homeland Security (t MMS) or one of Its awarding component agencies must complete this tool within thirty (30) days of receipt of the Notice of Award for the first award under which this terra applies. Recipients of rauftiple OHS financial asstetance should only submit one completed tool for their agency, not per award:. Sub.Reoipienta are not required to compote end submit this tool to DHt. However, $ubaf eciplente have the came obligations as pass.throug:b entities and Recipientsto comply with applicable civil rights raquirernsnts and should follow their pase.through entities instructions for submitting civil rights information to those entitles, To demonstrate suvoeseffut completion of te,sk.1 S to Quarters 1, the Sub -Recipient must sub, It th hollowing Items in the Division's on's. Salcrsfores systern: Complete arid submit the Civil Rights Evaluator] tool httpea huww.dhs,govipublicatlonJdhr w civil...rights-evaluation-tool to include supporting materials within thirty (30) day'a of receipt of the Notice of Award (November 1, 20) for the first award under which this term applies,. Subsequent sub, fissions: After the Initial suhmisalon, Sub-R.eciprents are required to complete the tool once every two (2) years :if they have an active award, not every time and award is made, After Initial submission, Sub-Ft.enipionts are only required to submit updates if they are no updates since the initial submission, the Sub Recipient must Indicate "no Change" for each Item as applicable to satiety the blyeariy requirement, Rerdplents should not re -submit Information previously submitted, 'T'hs duo date for submitting updates is calculated from two (2) years from the date the SubAeciplente last c ubrnitted the tool to the SAA 54 (POEM). FDEIVI will end all email, reminder to the contact person identified in Section 2 of the tool prior to the due date for the blyearly update, T. National Ina Went Management System (MIMS) Implementation (HSCIP, OP$G, UASI only) NIMS provides :stakeholders across the whole community with the shared vocabulary, systems, and processes to successfuliy deliver the capabilities described in the National Preparedness System. and Sub-Reolpients of federal preparedness (non -disaster) grant aArercis, jurisdictions and organizations must :achieve, or be actively working to achieve, all of the NiM$ Implementation Objectives. The objectives can be found on the NIM webpage athttpaiiiwww,fama,govternergertcy- 1110ftnerstrilmsiirnplementation.trainIng, FIrs-Plet PirstNet provides public safety entitles with mlesion-oritical broadband date capabilities and services Including, but not limited to massaging, Image sharing, video streaming, group text, Velifiilf data stern*, application, loostbased sOrViCrofit and Quality of Service, Priority, and Preemption. Pubilc safety ontss seeking to enhance their operational capabilities using broadband technology may seek grant funding from appropriate programa to support the following • Manning for integration of information technology (iT) infrastruotem software, and site upgrades necessary to connect to PfrstNet * nrthcdbroadband devices Including sinartphonos, feature phones, tablets, vvesnibles, push-tcH4alk (PTT) devices * Vehicle -mounted or otherwise field operated data devices, such 08 ruggedized laptops * Network access, devices, Inciuding portable devices, Universal' Seriai BLE6 (t168) modernsidongles, trunk4nounted modems, routers • Cuetomer-Owried and Managed (Cc)Am) broadband deployable equipment, enabling public safety to own and dispatch coverage expensico or capacity enhancement equipment within their jurisdiction • Broadband dovice accessories that enable efficient and safe: public safety operations such as headsets, belt clips, earpieces, remote Siustooth sensors, ruggecitzed casee • Subscriber Identification Modules (81Mayt.iniversal intograted Circuit Cards (UICCS)to allow public safety users to update existing devices to operate on public safety prioritized services • Ono -time purchase sind subscription -beset! applications for public safety use which could include, among several other options, enterprise mobility management (EMM), mobile device management (MDM), mobile Virtual Private Network (VPN), Identity serviices„ or cloud service tools Sub -Recipients must be coordinated with the Statewide interoperablilty Coordinator (SWIC) and FiretNat on the planning, deployment timelines, and operational avellebilky of the network deployment within a specific state or territory and to ensure that project does not conflict with notivork planning efforts and complies with ail technical requirements. FIrstNet requires participating agencies to demonstrate a subscription to public saftaty-prloritIzed broadband services to purchase RistNot broadband devirm or applications, Sub -Recipients must coordinate with FirstNet in advance of my strategic acquisition of broadband LIE equipment -to ensure that purohases adhere to all applicable standards for public safety entitles, V. SAFECOM All Sub.Rociplents using preparedness grant funding to support emergency communications systems and equipment must meet applicable SAF.00tvi Guidance.. SubAsolpients must be coordinated with the SWIC and the State interoperabillty Governing Body (SIGN to ensure interoperability and long.tarm oompatibility. w. Cybensectirity Sub-R.ecipients must use 1.4SOP funds for cybersecurity projects that support the security a:nd functioning of odtIcal infrastructure and core capabilities 80 they relate to preventing, preparing 5$ for, protecting against, or responding to acts of terroism. Sub -Recipients of FY 2022 EISOP grant awards will he required to complete the 2022 Nationwide CybersecurIty Review (NCSR), enabling agencies to benchmark and measure progress of improving their cybersecurity posture. The NCSR Is an annual mcitfireirrisnt and Sub-Rociplents must complete the fret available NCSR offered after this subaward has been issued. Procurement The purpose of the procurement process Is to ensure a fair end reasonable price is paid for the services provided. All procurement transactions will be conducted in a manner jorovIding full and open competition and shall comply with the standards articulated in: • 2 CPR. Part 200; • Chapter 287, Florida Statues:, andt • Sub -Recipient's local procurement policy, To the extent that one standard Is more stringent than another, the SubAeciplent must follow the more stringent standard. For exampie, if a State statute imposes a strleter requirement than a Federal regulation, then the Sub-Reolotent must adhere to the requirements of the State statute. The State of Florida procurement policy and procedure is as follows: DoCiimentation Requfred rr out sing good. purchasing practices which may include certification of written or toissphorie quotes Submit summary of 2 (Minimum) written quotes, signed by the vendor re reeentative.. 444-.41 or vendors not on STC; submit docurneritation of Invitation to Bid Pros ss (ITSIRsquest for Proposal (RFP) or Intent to Ne otiate ITN Mze-a v I re - Commodities or Services available to the State via outside contract vehicle. A copy the executed contract must be submitted along with additional tszi_rtes it GSA 70 or GSA 84. Formai Competitive Solicitations: $36,000 end above and not available on STC Include invitation to Bid (ITS), Request for Proposal (RFP, or Invitation to Negotiate (iTN). Each requires a Scope of Work that meets ail statutory requirements and formal posting or publication process, Exarnples of when to use each method: Alternative Contract Source .thj When a Sub-Reciplent zan establish precise specifications far commodity or defining, with specificity, e mope of work for the commodities or contractual sail/Ices sought If not using an ITB, Sub -Recipient must justify In writing why an ITS Is not practicable, Request feiatamsai: Through this process, vendors can compete on a cost basis for like Items or services, The request for proposal's method of procurement is used when it is no practicable for the agency to specifically define the scope of work for which the commodities or contractual services is needed. Simply put, the Sub.Recipient can describe what ft wants to accomplish but the motheds or means to accomplish the desired outcome oannot be ()sally defined, There may be several methods available to Racorripitsh a task, end the agency Is considering all the available options. joyitatieri Negctiaka.:. If the Subi.Reciplent has determined that an ITS or an RFP will not result In the beet value, the Sub -Recipient may procure com.moditles and contractual services using the ITN process, The procurement file must be documented to support why 56 an. fFS and a RFP will riot result In best value (287,0 7(1)(o), Florida Statutes). Contracts that exceed SIM require x Florida Certittad Contract Negotiator. Contracts more than S1Orvi in any fiscal year, requires a Project Management Professional on the team: The Division shall pre -approve pail scopes of work for projeots funded under this agreement. Also, to receive reimbursement from the Division, the Sub-Realpient must provide the Division with a suspension end debarment form for each vendor that performed work under the agreement, Furtherimom, if requested by tho Division,. the Bahl eolpient shall provide copies of solicitation documents including responses and justification of vendor selection, Contracts may inoludar State Term Contract: A State Term Contract is a contract that is competitively procured by the DlvielonState P`ur hasingfor selected products and servicess for use by agencies and eligible user. 'Fgenciea and a1 Ir, rt3 users rrAny use a request for quote to obtain written pricing users, Florida. _ . __. ._..ra _...,.._....�.....,.m... �..-o.. p�,a9..:-vF..�w..av� for obtain l 4Yi i46L«+I[ f.J3 f6ilf lkJ or 5.FI Vi Lti 1rTrurnalhonn from a seats term oorrtaot vendor for commodities or contractual servioes available on a state term contract from that vendor,. Use of state term contracts Is mandatory for Florida agencies in aoocrdancewith section 287,O68, Florida t lutes. Alternate Contract Source: An Alternate nate Contract Source is a Contract let by a federal, state, or local government that h.ara been approved by the Department of Management Services, based on a determination that the contract Is 00Sb-effective and in the best interest of the state, for use by one or all Florida agencies for purchases, without the requirement of competitive procurement, Alternate contract sources ere authorized by subsection 287,042(16), Florida Statutes, as implemented by Rule 60A.1M4.6, Florida Administrative Cods, General ServIees Administration Schedules: The General Services Administration (GSA) is en independent agency of the United States Government, States, tribes, and local governments, and any instrumentality thereof (such as focal education agencies or institutions of higher education) may participate in the GSA Cooperative Purchasing :Program. ). Refer to the appropriate OSA. Schedule for additional' rea fremontsa FIgglybacking The practice of procurement by one sjerioy using 'the agreement of another agency is called Piggybacking. me ability to piggyback onto an existing contract le not uniimtted. The Sub. Recipient's written procurement policy mist be submitted to the SAA and must allow for piggybatrkinrg. The existing oontraot must contain language or other loge; authority authorising third parties to make purchases from the contract with the vendor's consent, The terms and conditions of the new contr t, Including the Scope of Work, must be substantially the same as those of the existing °entreat and approved by the Divis or o The piggybaa contract may not exnaad the existing contract In scope or volume of golds or services: A.Sub-Recipient may not use the preexisting contract merely as .a basis to begin negotiations" for a broader or materially different contract. Saotiraws 215.$7t, Florida Statutes Statutory changes enacted by the Legislature Impose additionat requirements on grant and Sub - Recipient agreements funded with Federal or State financial assistants. In pertinent port, Section 215.971(1) states: An urgency agreement that provides state financfef assistance to a Recipient or Sub-Reoiptent, as those terms are defined In s. 215,97, or that providers federal .financial assistance to a Sub - Recipient, as defined by applicable United States Office of Management and iiisrdget circulars, :must 1nolude ell of the following', w A provision specifying a. Scope of Work that ofeariy establishes the tasks that the Reoipiont or Sub -Recipient la required to perform, 57 e A provision dividing the agreement Into quantifiable unite of deliverables that must be received and accepted In writing by the agency before payment, Each deliverable mast be directly related to the Sop e of Work and speclfy the required minimum level of service to be performed and the criteria for evaluating the successful completion of each deliverable. • A provision specifying the financial consequence* that apply lf the Recipient or Sub -Recipient falls to perform the minimum (oval of service required by the agreement. The provision con be excluded torn the agreement only If financial consequences are prohibited by the federal agency awarding the •grant, Funds refunded to a state ei(pricy from a Recipient or Sub- IRecipient for failure to perform it required under the agreement may be expended only In direct support of the program from which the agreement originated, * A provision speolfYing that a Recipient or Sr of federal or state financial assistance may expend fonds only for allowable costs resulting from obligations Incurred during the specified agreement period, • A provision specifying that any balance of unobitgated ncis which has been advanced or paid must be refunded to the state agency. * A provision specifying that Any funds paid In excess of the amount to whirth the Redolent or Sub.Reolpient is orator/ tinder the terms end conditions of the agreement must be refunded to the elate agency„ • Any additional Inibrmation required pursuant to s, 216,01. 2, Unique Entity identifier and System for Award Managarnant (SAM) Sub.Reciplont* for this award rmistL • Be registered in SAM •• Provide a valid LIED/SAM number; and •• continue to maintain an active SAM registration with CU rrent information at ail times during which it has an active federal award. Reporting Requirement% I, Quartarly Programmatic Reporting: The Quarterly Programmatic Report is duo within. thirty (30) clays after the end of the reporting pertods (March 31f June 30, September 30, and December 31) for the life of thls contract, • if a reocrt(s) delinquent, tuture.financial relmbursemente will be withheld until the Sub -Recipient's reporting is eurrent. If a report goes three (3) consecutive quarters tom date of execution without the SUb.Reclicient reflecting any activity and/or expenditures it will result In the issuance of rionuompllance letter, and a written justification must then be provided, • o Bed on the SAA's determination, the Stitl.reciplent will have 30 clays to submit a letter of appeal to the SAAIHSA„ o Sub.Reolplents will only he allowed ono opportunity to appeal. o if the appeal Is denied, or if there to no response to the notffication of noncompliance, the Sub. pants funds will be terminated, • if :a report goes four (4) consecutive quarters from date of execution without the Sub. Recipient reflecting any activity and/or oxpenditure$, It win result in ternitriation of th a agreement. Reporting Period January 1 through March 31 . thret49h.june 30 Asits0,0 tport due to PDEM no lat AO 39 Jul 31 tivsp_tember 30 October 31 ()etcher 1 through December 31 January 31 2. Programmatic Repotting- Biannual Strategic liTtplernolitafiOft Report (B$1R) Afiar thA mid fith relortiog parinri f"r, th4Hi rg. the contriiiOth,WW:=, the BM, Mil complete the Biannual Strategic Implementation Report •In the Grant Reporting Tool (GRT) https://www,mporting.odp,dhs.gov„ The reporting periods are January 1-Jvne 30 and dy 1-Decemb er 31. Data entry is scheduled for December 1 and June 1 respectively, Future awards end reimbursement may be withheld If theee reports are delinquent. Roirobttreement Requests: A request for reimbtnernent may be sent to your grant manager for review and approval at any time during the contract period. Reimbursements mat be requested within ninety (60) calendar days Of expenditure of funds, and qUarteily at a minimum. Failure to submit mquast for reimbursement within ninety (90) calendar days of expenditure shall result denial of .neimbursernent. The SubAecipient should include the eategory's oerresponding line.lteni number in the "Detail of Claims" fcrrn, This number can be found in the 4Proposeci Program Budge, A One -Item number is to be included for every dollar amount listed in the "Detail of Claims." form, 4, Close-out Program rnatio Reporting: The Close-out Report is due to the Florida Division of Emergency Management no later than sixty (0) oalendar days after the agreement is other completed or the agreement has exhired 5. Admintstrative Closeout An adminleUtIve closeout may be concluded when a reolplent is not responsive to the Division's reasonable efforts to collect required reports, forms, or other documentation needed te. complete the standeril award and/or closeout Nodose. FDEM will make throe written attempts te sanest required information before initiating en administrative closeout, if en award is administratively closed, FDFIVi may decide to impose maladies for noncompliance per 2 C,F,R, § 200,3,38, consider this information in reviewing filture award applioationsi or apply spacial coditions to existing or future awards, Z.2. Period of Performance (POP) Extensions Extensions to the period of performance Identified in the agreerywnt ere allowable under limited circumstances end Mil only be considered through formal, written requests to the SAA. AO extension requests must contain specific) and compelling justifications as to why an extension is required, and must address the following': 1. The grant program, fiscal year, and agreement number; 2. Reason torthe delay -Including details of the legal, policy, or operational challenges that prevent the final expenditure of awarded funda by the deeciline 3. Current status of project; sotivity; 4. Requested POP termination date and new project completion date; 6, Amount of funds reimbursed to date; 6., Remaining avaliable funds', 59 7, Budget outlining how the remaining funds will be expended; 8. Plan for completion, Including milestones and tirrieframes for achieving each milestone and the position or person responsible for Implementing the plan for completion; and 2, Certification that the activity(ies) will be completed within the extended POP without my modification to the original statement of work, as described in the investment justification and as approved by FEM. Extension requests are typically granted for no more than e six-inonlii period, and will be granted only due to compelling legal, poliey, or operational challenges, Extension requests Will only be considered for the following reasons; • Contractual commitments by the recipient or Sub,Reolpient with vendors prevent completion of the project within the existing POP; The project must undergo a complex environmental review that cannot i*e completed 11,1141 FCt ',IVFW.? VEt 'If 1 WI • Projects are long-term by design, and therefore acceleration would compromise core programmatic goals; or • Whers other special or extenuating circumstances exist * Z.3., Programmatic Point of Contact Contractual Point of Contact Z. 5,5 Shurd Oak Blvd, Tallehasw, FL 32390.2'100 (850) 8164344 demika,Jeokson m,rnfior1du,c Programmatic Point of Contact fizzy K. Cohan POEM 256 Shumard Oak Sivd, • Tallahassee, FL .32399-2100 (860) 816,4348 Kizz.bandao Z4. Contractual. Responsibilities * The: Fi:itiM shall determine eligibility of projects and approve changes in Scope of Wort • The MEM shall administer the fine.ncial processes, 15,, Failure to Comply • Failure to comply with any of the provisions outlined above shall result In disallowance of reimbursement for expenditures.. [Re al der of page Intentionally left blertiti 60 ATTACHthl E'NT C DELIVERABLES' AND PERFORMANCE State Homeland Security Program (MOP): HSGP supports the implementation of risk driven, oapabillties-based: State Homeland Security Strategies to address c pablilty targets sr t In Urban Area, SCit % and regional Throat and Hazard Identification and Risk Assessments (1-Hi ), The capability levels are assessed In the State Preparedness Report ($$PR) and inform planning, colonization, equipment, training, and exorcise needs to prevent, protect against, mitigate, respond to, and recover form acts of terrorism and other catastrophic events; Planning Deliverable: Subject to the funding (imitations of this Agreement, the !Division shall reimburse the SubbRao plant for the actual cost of successfully completing Planning activities consistent with the guidelines contained in the Comprehensive Preparedness Gu1de CPO 101 v.2. For additional information, please sae a httpsiirwww.fema. ivvierneraencv manogersinationai-prep arra€ neasiptan or grant guidance (Notice of Funding Opportunity), For the purposes of this Agreement, any planning activity such as those ssaceaisted with the Threat and Hazard identification and Risk Analysis (THlRA), State Proper t dri& Report (SPR), and other planning activities that support the National Preparedness Goal (NPC) and place an emphasis on updating and maintaining a current Emergency Operations Plan (WP) are eligible. The SSu.b-Recipient can successfully complete a planting 40tivity either by creating or updating such plan(s). Organization Deliverable; Subject to they funding !Imitations of this Agreement, the Division skull reimburse the Sub•Recip ent for the actual eligible oats for Personnel, intelligence Analyst, Overtime and Operational Overtime, Exercise Deliverable: Subject to the funding limitations of this Agreement, tha t IvIsi n shall reimburse the Sub•Raripient for the actual east of sruceessfully completing an exercise which meets the Department of Homeland Security Homeland Security Exercise and Evaivation Program (HS . P) standards and is listed in A) the State of Florida 1PP, anct fit) County or Regional TOP for the region In which the Sub. Recipient is geographl l y located, information related to TE Ps and FIS 1xP cernptance can be found online at: https;/Iwww,firm a.govieatergefic .manager:sitaetional-preparednesslexorcisesitrecap. For the purposes sal this Agreement, any enrolee which la cnmp1lant with HSE P standards and contained in tho Stele of Florida !PP quatillea as an authorized exercise,, The Sub -Recipient r,an suc ces fully complete an authorized exercise either by attending orconducting that OXIWONO. Training Deliverable: Subject to the funding limitations of this Agreement, the Division .shall reimburse the Sub -Recipient for the actual cost of etaoaassf.aliy completing a training course listed on. the Department of Homeland Security (DHS) approved course catalog. For non-DHS S approved courses the Sub.Rocdpient shell obtain advance FDEM approval using the on-TED form by contacting their grant manager. The f`71-iS course catalog is available online at, httpaitraining.femagovt, For the purposes of this Agreement, any training course listed on the DHS approved course catalog qualities as an authorized course, "The SubAecipient can successfully complete an authorized course either by attending or conducting that course. Equipment Deliverable: Subject to the funding limitations of this Agreement, the Division .shall reimburse the Sub -Recipient for the actual CO, t of purchasing an item identified in the approved project funding template and budget of this agreement and listed on the DHS Authorized Equipment List (AEL). For the purposes of bats Agreement, any itemlisted on the A!'L qualifies as an authorized item. The 21 allowable prevention, protection, mitigation, response, and recovery equipment categories and equipment standards for H,SGP are listed. on the webbed version of the Authorized Equipment List (AEL) on the Lessons Learned lrrformatIon System at httpeiiwww.feriae.goviauthorized-equipment«list. In addition,. agencies will be responsible for obtaining and maintaining ali necessary certifications and licenses for the requested equipment„ 61 Management Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the dub -,Recipient for the actual cast tor Management and Administration (Mi&A) activttiee. Coats for allowable Items tviil bo relmbureed if incurred arid completed ►vithirr the period of performance, in accordance with the Budget ,and Scope of Work, Attlichme►bts A and B of thle agreement, ERamalnder of page intontloaally left blank] 62 ATTACHMENT 0 Program Statutes and Regulations 1) A,ge Discrimination Act of 1975 42 U.S.O. § 6101 at seq. 2) Americans with Disabilities Act of 1990 42 U.3.0. § 12101-12213 Chapter Fl rip Sintiltes 4) Chapter 215, fL!1da StatUt s 5) Chapter 262, a, .Gi is Statutes 6) Title Vi of the Civil Rights Act of 19 42 U.S.C. § 2000 et seq. 7') The VI it of the Civil Rights Ao s of 1968 42 U.S.C. § 3601 at sag, 3) Copyrright notice 17 LI.9.C. §§ 401 or 402 9) Assurances, Administrative Requirements, OW Principles, Representations andCaton 2 G.F,R, Part 200 10) Deba.rrrient end $uepen: lion Ex.soutiva.ordomi2r14g mmd 1.28 9 JJa Ma,,.�..... w,....,_,at1 _,. i_. ._ A,.i ._�. JIAWe i. 1J ., YC Jf 1l wNhJ 11I) IJru y rrft Viorl�lalicts Act car I,986: l v.rr.+�. g 7 V t et 12) Dupiicat'ion of i enef€ts 2 C,F.fL Part 200, Subpart E 13) Energy Policy;and Constar/eon Ant 42 U, 3.C, § S201 at.a8q, 14) false Claims Aat and Program Fraud OW Remedies 31 U.S.C. § 3729µ3733 also 31 U,S,C, § 3801-3812 15) Hy America Act of 1974 49 U.S.C. § 41102 also 49 U.,S,O, 40118 16) Hotel and Motet Fire Safety Act of 1990 15U.S,C. § 2225a 17) Lobbying Prohibitions 31 U,S.C. § 1362 18) -Patents and intellectual Property Riglus 35 U,S,O. § 200 et seq. 19) Procurement of Reoovered =Materials section 8942 of Solid Waste Disposal Act 20) Terrorist Financing Executive- Order 13224 21) Title EX of the Education Amendments of 1.972 (Equal 0p tortunity+ in Education Aot) 20 U,S.C. § 1681 et eeq, 22) Trafficking Victims Protection Aot of 2000 22 ti.S.C. § 7104 23) Rehabilitation Act of 1973 Section 504, 29 U.S.C, § 794 24) USA Patriot Act of 2041 1 U.s.C. § 175-172c 25) Whidt oNower Protection Mt 1.0 U $ C § 2409, 41 US,C, § 4712, and 14 U.S,..0. § 2324, 41 U,S,C, § 4304 and § 4310 26) 53 Federal Register 6034 27) Rule Chapters 27P-6, 27P-11, end 27P-19, Florida Administrative Cade 63 ATTACHMENT E JUSTIFICATION OF ADVANCE PAYMENT SUB -RECIPIENT: NT: If you are requesting an advance, Indicate some by decking the box below, C 1 Ai)VANCI Pt QUS'a[Z» (Maximum toclaed moonlit may sot 'awed fifty p reont.) Advance payment of $ i$ reverted, Balance of pay aunts will be made on a reimbursement. basis. Tl to advance will be used ou equipment specific projects within the budget of the arreentent, We would nth able to .operate Uta peograrn. without this advance, 1F yiir are requesilno are advance, oo+rrtpi+ to the fdilowl tg chart end line item Justificati 5STIVIATEll PYPMfgEs „w,,,, ; i ^,,, ,, rs to coma e below, Funt?ng mount regt sted (f or each line item, prtwkrie a detailed Justification explaining the need for the cosh advance. Tito j ietiFto Von must include supporting documentation that clearly shows the advanoe will be expended within the first ninety (0) clays of t e contract term, Support documantatiort should include but is not limited to the following, quotes for purchases, delivery timelines, salary nrsd expense projections, etc. to provide the Division reasonable and necessary support that the advance will be expended within the first ninety { 0) days of the (*rarest term unless an EHP is required. Any advance funds not expended within the tirst ninety (90) days of the contract term shall he returned to the Division Cashier, 2555 Shumard Qek aoulevardo Tallahassee, Florida 32309, within thirtypip) days of receipt, along with any interest earned on the advance) *REQUEST'S FOR ADVANCE PAYMENTS WILL BE CONSIDERED ON A CASE BY CASE vs* **ENP MUsr as COMt L '7EO AND APPROVED BY PZMA PRIOR TO ADVANCE** Signature of Sub-Rec pient Name and Title of Sub- eri 64 ATTACHMENT F WARRANTIES AND REPRESE'NTATIONS ag.01130n.t. The ub-Rsciplent's financial management system must comply with 2 C.F.R. §200.S02. rilrALIM2L112 Any procurement undetialcen Mill funds authorized by this Agreement must comply with the nequirements of 2 C.F.R. §200, Pert D—Pot Federal Award Requirements PrOcureMent Standards (2 9f)fri.MR thrr.St EVVIC:fettikin The Sub,Recipient snail have Its offices open for business, with the entranoo door open to the public, and at ioast one employee on site, from: Liparleinq and Per/milting All Wbcontractors or employees hired by the Sub -Recipient all have ail current licensee and permits required for the particular work for which they aro hired by the Seb-RecIptent, 65 ATTACHMENT CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY .AND VOLUNTARY EXCL USION Subcontractor Covered Transactioos The proapective subcontractor, , of the Sub -Recipient certiti , by eubmWelon of this document, that neither It, ite principals, nor Ile affiliates are • prtIg6nIfy d6:barftti; Augp6rtdefi, priVdN'ari r ric4bAfillOrli, declared InAligtb16 voluritkriily €11citiOad, or disqualified from participation in tills transaction by any Federal department or agency.. SUB -CONTRACTOR: BY; --- Signature Name and Title Street Addren City, State, Zip Delo Suh.,Rociptent'e Name POEM Contract Nilmber miduaxxiox• • ••• • DH Grant Award Number 66 M11111..11.1..P1111.1X111111-... ATTACHMENT H STATEMENT OP ASSURANCES Ali of the instructions, guidenve, limitations, and othor conditions set forth In the Notice of Funding Opportunity (N0F0) for this program are Incorporated here by reference In the terms and conditions of your sward, All Sub,Reelpients must comply with 'any such requirements set forth In the program NOFO. All Sub. -Recipients who receive amide made under progratris that prohibit supplanting by IDVI/ must ensure that Federal funds do not replace (supplant) fonds that have been budgeted for the SWIM purpose through non -Federal SQUMeS, Ail Sub-Rociplonta must acknowledge their use of federal funding when 'issuing statements, press releasse, requests for proposals, bid Invitations, and other documents describing projects or programs funded In whole or In part with Federal funds. Any oast RIlocable to a partioular Federal award provided for In 2 C.F.R. iPart 200, Subpart E may not be charged to other Federal awards to overcome fund deficiencies, to avoid restrictions Imposed by Federal stetutos, regulatkms, or terms and conditions of the Federal awards, or lor other reasons. However, this prohibition would not preclude a Sub -Recipient from shifting costs that are allowable under two or more Federal awards In accordance with existing Federe statutes, regulations, or the terms and conditions of the Federal award. SubtRecipfents are required to comply with the requirements set forth In the governmenttwide Award Term regarding the System for Award Management and Univemal identifier Requirements located et 2 C.F,R. Pari. 25, Appendix A, the foil text of which incorporated here by reference In the- terms and conditions of your award. AB Sub-Reolpients must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, end staff. 1 Sub,-Reciplerit must cooperate with arty oomplisnoe review or compliant Int/castigation, conducted by the State Administrative Agency or oH,,43 SobtRecipient will give the State Administrative Agency, DHS ot through any authorized representative, access to and the tight to 'examine and oopy, records, ankunts, and other documents and sources of information related to the federal financial assietanota award and pertott access to facilities, personnel, and other Individuals and Information ae may be necessary, as required by DRS regulations and other applicable 'awe or program guidance, St Sub -Recipient trust submit timely, complete, and accurate reports to the FDEM and maintain appropriate backup documentation to support the reports. SubtRocriplonts moot also comply with all other special reporting, data collection and evaluation requirements, es prescribed by law or detailed In program guidance. 4. Sub -Recipient will acknowledge their use of federal funding when issuing statements, press releases, requests for proposals, bid invitations, and other documents derictibing projects or programs funded In whole or In part with Federal funds. SubtRocipient who receives awards made under programs that provide emergency comintailontions equipment and its related activities must ttorripiy with SAFECOM Guidartoe for Emergency Communications Grants, Including provisions on technical standards that ensure and enhance Interciperablo cry S. When original or replacement equipment acquired under this award by the Sub-Reolpient is no longer needed for the original project or program or for other actNities currently cr previously 67 supported by DHS/FEMA, you :must request instructions from FOM to make proper diSPopition of the equipment pursuant to 2 C.F.R. Section 200.313. 7. DHSTEIVIA funded activities that may require an EHP review aro subject to FEMA's Environmental Planning and Historic Preservation (EHP): review process. This review does not address all federal, elate, and locoi requirements. Acceptance of federal funding, requires recipient to comply with all federal, state, an zi local laws, Failure to obtain all appropriate federal, state, and local environmentalpermits and clearances rnay Jeopiardize federal funding, if ground disturbing activities occur daring construction, applicant will monitor ground disturbance, and If any potential archeological resources are discovered, applicant witi Immediately cease work in Met area and notify the pasekhrough entity, If applicable, and 0148/FEMA, 8. gob-R,Icipients ara reOired to -cool* with BOW Arrierkw, Bay Arnerlea Aol which was enacted as part of trio infrastmotare Investment and Jobs Act Sections 70901 70927, Pub, L., No. 117-88 (2021); and Executive -Order 14005, Ensuring the Future, Is Made in AO of America by Ali of America's 'Workers.. 9, Sub -Recipient will comply with the applicable provisions of the following laws and policies prohibiting dilscrImMation; a, Tido VI of the Civil Rights Act of 1904, as amended, which prohibits discrimination based an race, color, or national origin (including limited English proficiency). b. Section 804 of the Rehabilitation Act of 1973, as amended, which prohibits discrimination baud on disability, -0,-. The IX of the Education Amendments. Act of1972„ as amended, which prohibits discrimination based on sex in education programs or activities, d. Age Discirlmination Act: of 1976, which prohibits discrimination based on ago, e. U.S. Deportment of Homeland Security regulation 6 C.F,R. Pert 19, which- prohibits discrimination based on retigion in social service programs. tRerrieinder of page bite 68 ATTACHMENT MANDATORY CONTRACT PROVISIONS Provisions: My cxtritrept or subcontract funded by this Agreement must contain the applicable provisions outlined in Appendixiito .2 C.F.R, Part 200, it Is the responsibility of the sub.reolpient to inelude the required provisions. The following 1$ a. list of sample pro -visions from Appendix.lito 2 C.,F,R, Port 200 that be required:1 Ap dixlito Part 200..—Costract Provlsiorts for Non-federal Entily Contracts Linder Federal Awards In addition to other provisions required by the Federal agency or non-Fadoral entity, all contracts made by the rion.Federai entity under the Federal award rglat aarttain provIi6ns covering the aa applicable (A) Contracts for more than the simplified acquisition threshold, which le the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Qourioils) as authorized by 41 U.S,0, 1906, must address AdrolnIstrative, contractual, or legal remedies In Instances, where contractors violate or heeeoh contract terms, and provide for such sanctions and penalties as appropriate, (B) Ail contracts In excess of $10,000 must address ty milnation for CROSS and for convenience by The non -Federal entity including the manner by which it +Mit be affected and the basis for settlement, (C) Equal Employment Opportunity, Except otherwise provided under 41 CFR Part 60, all contracts that meet the definition of 'federally assisted r.tonstruction contract" in 41 CFR Part 60.1„$ must Include the equal opportunity clause provided under 41 CFR. 60-1,4(4), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12936, 3 OFR Part, 1964.1965 Comp, p. 339), ei5 amended by Executive Order 11315, "Amending Executivo Order 11243 Relating to EVA Employment Opportunity," and implementing regulations at 41 CFR part 80, °Office of Federal Contraot Compliance Programs, Equal Employment Opportunity, Department of Labor,' (0) Dovis.Bacon Aa, •as amended (40 U.S,0„ 3141-3148), When required by Pectoral program legislation, ail prime constructiorr contiactsln excess of $2,000 awarded by non -Federal entities Must Include a plovision for compliance with the Davis-Bocon Act (40 U.04, 3141-3144, and 3146,-3148) as Ripparnnti by Department of Labor regulations (29 cr-ri Peelle 6, "Labor Standards Provisions Applicable to Contracts Coveting Federally Financed and Assisted Construction"), In accortancs with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not as than the prevailing wiles specified in a wage datemitinetion made by the Secretary or Labor, in addttion, contractors must be required to pay wages not less than 011C0 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 avverd a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal awarding atgOrloy. Ths contracts must also include a provision for compliance with the Copeland "Anti.Klokbeck" Act (40 U„S,O. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3; 'Contractors and Suboontractors on Public) Suliding or Public Work Financed in Whole or in Part by Loans or Grantsfrom the United States")„ The Act orovidm that each contraotor or Sob -recipient must be prohibited from inducing, by any means, Einy person employed in the construction, completion, or repair of public work, to give up any port of the cormensation to which he or she is otherwise entitled, The non. Federal entity trust report all suspected or reported violations to the Federal awarding agency, (E) Coritract Work Hour and Safety Standards Aot (40 U,S,C. 3701.3708). Whore applicable, all, contracts awarded by the non -Pectoral entity In 'excess of $100,000 that Involve the employment of mechanics or laborers rnmt Inolutis a provision for compliance with: 40 U.S,Q, §§ 3702 and 3704, as supplemented by Department of Labor regulatioris (29 QFR Port 5). Under 40 USC§ 3702 of the Act, each contractor must be required le compute the wages of every nischanla and laborer on the basis of a 'i For example, the Davis -Bacon Act is not applicable to other FEMA grant and cooperative a.groatent programs, including the Public kaistance Program or Hazard Mitigation Grant Program; however, sub. recipient may include; the provision in Its subcontracts. 69 standard work week of 40 hours, Work !in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours In the work week. The requireanents of 40 U,S.O, §aro4 are applicable to COhaatructIon work and provide that no labonirr 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 articiat ordinarily available on the open market, or contraots for transpatetion or transmission of Intelligence, (F) Rights to Inventions Made tinder a Contractor Agreement, if the Federal award meets the deftion of qUnding agreement' under 37 CFR § 401,2 (a) and the recipient or Sri 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 agreemen(," the recipient or Sub-reelplant must comply wlth the requirements of 87 OFR Pert 401, "Rights to inventions Made by Nonprofit Organizations, and. Smell Business Firms Under Government Grants. Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding 4.3tIonny, (0) Clean Air Act (42 1I,8,0, §§ 7401-76'71q.) and the Federal Water Pollution Control Act (33 U.S.C. 1261-1307), as amended —Contracts and subgrants of amounts In excess of $160,000 must contain a provision that requires the nom,federel award to agree to comply with all applicable standards, orders or regulations 'issued pursuant to the Olean Air Act (42 U,S.O, §§ 7401-7671o) and the Federal Water Pollution Control Aot as emended (33 U,S.C., §§ 1251-1387). Violations must bo reported to tho Federal awarding agency and the Aeonal Office of the Environmental Protection Agency (EPA). (H) Debarment and Suspension (Executive Orders 12649 and 12689)—A contract award (see 2 CFR § 180,220) must not be made to pariles listed on the governmentwIde Excluded Parties List System In the System for Award:Management (SAM), In acoordanoe with the OMB guideilnes at 2 CFR 180 that Implement Executive Orders 12549 (3 CFR Part 1986 Comp, p, 189) and 12689 (3 CFR Pert 1989 Comp„ p. 235), Debarment and Suspension„'` The Excluded Parties List System In SAM contains the names of parties debarred, suspended, or otherwise 0.)<ORKIKi by agencies, as well as parties declared ineligible under statutory or reguialcry authority other titan Executive Order 12549, (I) Byrd Anti -Lobbying Amendment (31 § 1352)—Contraotors that apply or bid for an award of $100000 or mare 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 Influ,4noing or atlamptirig to influence an officer or employee or arty agency, a member of Congress, officer or employee of Congress, or anemployee of a member of Congress In connection with oiAaining any Poderal contract, grant or any other award covered by 31 § 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in conceotion with obtaining any Federal award, Such disclosures are forwarded from tier to tier up to the non -Federal award, (J) See § 200.323 Proounernent of recovered materials, (K) See §200.216 Prohibition on certain teiecommunication and video survoitiance services or equipment, (L) See §200,322 Domestic prefere•rices for procurements (Appendix II to Pail 200, Revinci 41:1111 2/2020. Beam note that the su.b-reOpient alone IN reoponotble for ensuring that all language inchaled id contracts maces the requirements of 2 CFR. § 200.327 and 2 CFA Pat 200„ AppPenclix Lt, 70 ATTACHMENT J FINANCIAL AND PROGRAM MONITORING GUIDELINES Ronde has enhanced state and local capability and capacity to prevent, prepare and respond to terrorist threats; since 1090 through various funding SOUTZEPS Including federal grant funds, The Florida Division of Emergency Management (POEM) has a responsibility to track and monitor the status of grant activity and Items purchased to ensure compliance with applicable Homeland Security Grant Program (11SOP) grant guidance and statutory rogulatione, The monitoring process is designed to assess a Sub -Recipient agency's compliance with applicable state and federal guidelines. Moriltoring Is accomplished utilizing various methods including desk monitoring and on -site visits. There are two primary areas reviewed during monitoring activities - financial and programmatic monitoring. Financial monitoring primarily focuses on statutory and regulatory compliance with atimint§trg4tIva Llitswit r6ritilrOuriAnts. It InvnEvak thA rEAVIAVYrfrmerrIA avant:1111W disposmon of property, projects and .contracts. Programmatic monitoring seeks to validate and assist In the grant progress, 'targeting Issues that may be hindering project goals and ensuring compliance with the purpose of ths grant and overall. grant program, Programmatic monitoring Involves the observation of equipment purohased, protocols and other associated rewrds„ Various level's o financial and programmatic review may be accomplished during the monitoring process, !ilionitorino Selection end Schooluilindi Each year the FDEM will conduct monitoring based on a "Risk Assessment". The OA assessment tool is used to help in determining the priority of Sub-Rectplents that should be reviewed and the level of monitoring that should be performed:. It Is important to note that although a given grant may be closed, it Is still subject to either desk or ori-sits monitoring for a five () year period following closure.: Awe t 614 ),119190a; * Management and administrative procedures; • Grant folder maintenance; • Equipment accountability and sub -hand receipt procedures; * Program for obsolescence; * Status of equipment purchases; • Status of training for purchased equipment; • Status and number of response Crain ndotd to noude number trained; * Status and number of exercises; * Status of planning activity; • Anticipated projected completion; • Difficulties encountered in completing pro)ects; • Agency NIMS/ICS cornpilance,documentatIon; • Equal Enyloyment Opportunity (EEO Status); * Procurement Patiay POEM may request additional monitoring/Information of the oclivity, or lack thereof, generates questions from the region, the sponsoring agency or FDEM :leadership, The method of gathering this Information will be determined on a case -by -case basis., MatitglitshotivIties,I, Desk reviews and site visits are two forms of monitoring Desk rnonItornj Is the review of projects, financial activity and technical assistance between FDEM ond the applicant via e-mail and telephone.. On -site :monitoring are actual visits to the Sub -Recipient agencies by Division representatives who examines records, procedures and equipment Desk ;monitoring is an onloIng process. Sub -Recipients will be requtred to participate In desk top monitoring as :deternilned hy FDEM. This contact will provide an opportunity to identify the need for 71 technical assistance (TA) and/or a site visit if FDEM determines that a Sub -Recipient le having difficulty completing their project As difficulties/deficiencies ere 'identified, the respective region or sponsoring agency will be notified by the program office vie nforrrotion will Include the grant Sub-Reciplent agency name, year and project description aria the nature of the issue in question, Many &The issues that Mee may be resolved at the regional or sponsoring agency ieve. issues that require further TA will be referred to POEM for assistance, Examples of lA include but are not limited to: * Equipment selection or available vendors * Eligibility of Items or se; vices * Coordination and partnership With other agencies within or outside the regiOn or discipline * Record Keeping * Reporting R°C0.11rernmits * itaaournentation in support of a equest ror Reimbursement On -site monitoring will be conducted by FDEM or designated personnel. On -site monitoring visUs will he scheduled in advance with the Sub -Recipient agency POO designated in the grant agreement, POEM wilt also conduct coordinated financial end grant file monitoring. Subject matter experts from other cncIGs within the region or state nay be called upon to assist in the trill of a peer review au needed, I Monitorin: Pro On -site monitoring visits will begin with those grantees that are currently spending or have completed :spending for that federal fiscal year (FFY). Site visits may be combined when geographically convorilent, There is e financial/programmatic Ort-site monitoring. checklist to assist in the coMpletion of ail required tasks,, alto Visit Preparatign A letter will be sent to the $ub-Reolpient agency Point of Contact (POO) outlining the date, time and purpose of the site visit before the planned arrival date. The appointment should be confirmed with the grantee in writing (email Is acceptable) and documented in the grantee folder: The physical location of any equipment located at an alternate site should be confirmed with a representative from that location end the address should be documented in the grantee folder before the site visit. QMnorJVI Oboe POEM personnel have arrived at the site, an orientation conference will be conducted„ During this time, the purpose of the $ite visit arid the items FDEM intertdu to(examine will be identified, All objectives of the site visit will be explained during. this time, FDElvi personnel will review ail fifes and supporting documentation. Once the supporting documentation has been reviewed, a tour/visual/spot inspection of equipment will be conducted. Each lterrt selected for review shoal be visually Inspected whenever possible. Bigger Items (computers, response vetileiss, etc.) should have an asset decal (Information/seri/4i number) placed in a prominent location on each piece of equipment es per Sub.Reciplent agency requirements. The serial number should correspond with the appropriate receipt to confirm purchase, Photogtiaphs should be taken of the equipment (large Capft t expenditures in MOOS.* of $1,000„ per item), flan item le not available (being used during. time of the alto visit), the appropriate documentation must be provided to accouint for that pelt:miler piece of equipment. Other programmatic issues can be discussed at this time, such es missing quarterly reports, payment vouchearelinbursernent, equipment, questions, eto, 72 POEM personnel will review the On -site monitoring worksheets and backup documentation as a ream and discuss the events of the On -site monitoring, Within Forty -Five (45) calendar days of the site visit, a post monitonng letter wlil be generated and sent to the grantee explaining any issues and corrective actions required or commendations, Should Issues or flndings be identified, a noncompliance latter to that efeot wilt be generated and sent to the Sub-Reolpient, The Sub -Recipient will submit a Correcfi've Action Plan within a timefrarne as determined by POEM. Noncompliance on behalf of sub.grmtees la resolved by management under the terms (Atha Sub,Grant Agreement. The On -site monitoring report and all back up documentation will then be included in the Soh. Recipient's Ms,. Nteatialtn, ReattlibiReacefatlimanatje.„E • Sub-Recipletitewh� peee.thintitiKerifItiee re.51,,lorigilti1n. fry rn.notn•rin thov 9.ub_ke•atr,,Rink,i.n • manner soneistent with the terms of tho federal award at 2 0.F.R. Part 200, including 2 C,F,R, § 200,332. This includes the pas,s4hrough entity's responsblilty to monitor the activities of the Sub -Recipient as necessary to ensure that the atibawani ia :used tor -authorized purposes, In compliance with federal statutes regulations, and the terms and conditions of the subaward; and that SUIneward performance goals are achieved. SubReolplant responsibilities Wee include but are not Wilted to', accouititing of receipts end expenditures, cash management, maintaining adequate financial records, reporting and refunding expenditures disallowed by audits, monitoring If acting as a pass -through entity, other OBSesments and reviews, and ensuring overall compliance with the terms end conditions of the award or subawarci, sapplicale, including the terms of 2 O.P.R. Part 200. Met/minder of page in title Hy left biarikl 73 ATTACHMENT ( 'air' GUIDELINES ENVIRONMENTAL PLANNING & HIS:TORIC PRESERVATION (EHP) COMPLIANCE •GUIDELINES The follewing types of prqects ore to be 2Ubltillted to FEMA for compitanca.review order Federal EnvIronmental Planning and Hietorle PF'enervetion (EHP) laws and requirements prior to initiation of the project: New Construction, inet.olIetion •and Renovation, including hist not lirnitott to: • Smergency Operation. Centers 0. Security Guard foollities ihs:MAIInerits. .1,E1 1fit4e, IVF1V-FIVAlf.1,311110p. 114 bi'qtCA, ctlAA CO .1 ro;cirprik; wyl, !I i RI401.43V./ 0 waterside Struottaree (auott as dock 11.6(t608 piers, eta,) • Piscin9 a repealer anci/or other equipment on an eAsting tower • Renevetion of and medfficatIori to buildings end struotttret.that are 50 years old or older 4 Any other construotiort or renovation efforts that change Or ekparid the footprint of a fsicillty or structure Including seourIty enhancements, to improVe perimeter secUrIfy • Physical Security Enhancernents„.inoltreijng but not limited to: i-ightiq Fencing O Closed-circuit television (CC -TV) s)mtorila O Motion *potion aystema o Barriere, doors, ggitee end related eli:',41c10/ ellbarmluent In adOltion, the erection• e commahlOOtions towers That era Inotudecl In a jurlediction'a Intercrable tornmursicationa plan 16 allowed, eubject o applicable laws, regulottone, srid licensing provisions, .CorarnunIcatroc tower projects mast be s0.1.nittei0 to FEMA for }HP review. EHP SCREENING 'FORM SUBMISSION For projects requitIng gHp. review„."theSub-RectOtent most submit the EHP ortionIng Form to the State, AdraltietrotiveAgency (AA) for rotilew prier to funds 66ing expended, The SAA Font of COntectior EI-IP review iv! Maio PlIneck Oa k Ovard o ido 0-2 Telephone: B80.8154343 Fekta,PicriockAern.mattpre The SAA ,POC will for*ard- EI-IP.ScreenIN Forms to DHS/PENIA for revleW and spprovoL Bub4Roolpierirs must receive written approval from the MA prior to the ass of .grant funds for project implementation, THE.PROJECT MAY NOT BEGIN UNTIL FINAL FEMA APPROVAL IS RECEIVED? 74. MANN ED0 ATTACHMENT I, REIMBURSEMENT CHECKLIST 1.. Doss the amciunt billed by consultant add up oorrectly? 2, Hs ail appropriate documentation to denote houra -worked been properly signed? 3, Have copies of ail planning materials and work product (e,g, meeting documents, copies of plans) been Included? (Note if s meeting was held by Sub -Recipient or contra.ctorfoonsultent of Sub. Recipient, an agenda end Ograrp sheet with mooting date 4 Wit thA 'hFk. DIVA!ti',4 alionc,d. from tin enneitilinntiPc,ntractvir InetudP? 5. Has proof of payment been included? Caracoled ohock, hank statement or transaction history (Showing the transsotion Wa processed byte bank) Elootronio Funds Transfer (EFT) Confirmation Credit Card litatement & payment to oredit card company for that statement 0 6' Has Attachment Ca (found within Agreement with FDEM) been coraproted for this contractor/consultant and Included in the reimbursement .package? E] 7. His proof of purchase methodology been included? Please see Form 6 of Repoiting Forma or Parohaping ha$iee Attachtnont if further olarhy twedsci. . Sala Source (approved by Poem for purchases exceeding $26,000) State Contract (page showing contract price Ilst) Competitive bid results (s,g. Quotewire, bid tabulation page) e. this ,app Nei t:ontractore AissOilled u_ostaLQuackat914 El 1, 13 .the course OHS approved? El 2, is there a course Or catalog number? El 3, If not hes POEM sppioved the nori-DHS training? 4. Heys SIgn-In Sheets, Rosters and Agenda basin provided? 5, if billing for overtime and/or backtlif, hes doeurrientatIon been provided that Ilste attendee names, department, 0 of .hours spent at training, hourly rats and total amount paid to eaoh attendee? Have documentation from entity's. finenelat system Wen provided es proof attendesswere NO? For backfill, has a clear doilneationiorose reference been provided showing who was bsokflhllng whc? 6, Have the names on the sigh -In sheets bean crose.referenced with the names of the Individuals for whom training reimbursement costs are being aouoht? Li 7, Have any expenditures occurred in $1,ipport of the training such as. prtntIng costs, costs related to administering tins training, planning, scheduling, facilities, Materials end supplies, reproduction of materials, and equipment? II so, receipts and proof of payment re0St. he: $Uhrnttteci, 75 r*VictsE 0 0 Canmied check, bank statement or transaction history (Showing tile transaction was processed by the bank) Electron° Funds Transfer (EFT) Confirmation Credit Cord Statement & payment to credit card sornpany ror that statement iHee proof of purchase methodology been included? Please Bee Perm 8 of Reporting Forms or Pert-Mask:17 Beare Artacrt,Tent, ttirther oie,rity le noartecl, Solo Some (approved by FDEM for purchases ding $25,000) State Contract (page showing contract #, price list) Competitive bid results (e,g, Quotowire, bid tabulation page) 1, Ha$ documentation been provided on the purpose/objeetives of t er exerolso? Situation Menual Pyg,r4-titto Pishrs 2, if eXerCIEle has been conducted are the following Included: After -action report Sign -In shoots Agenda access rs a, if billing for overtime end boon ba$ a spreadsheet been provided that Oats attendee fliOnieS, departmert # of hours spent at exr0se, hourly rate and total jad to each attendee? Have documentelion from entity's financial system been provided to prove attendees were paid? Fr backftil, has a clear deilneetionkross reference been provided showing who was hackftillng who? 4. Have the names on the sign -In shoats Peon ritM840tranced with the names of the Individuals for whom exercise reimbursement Of)BiS ere being sought? El 5, Have any expenditures occurred on supplies (e.g,, copying paper, gloves, taps, etc) in support cf the exercise? if so, receipts and proof of prtyment must be included, Conooled chock, hank statement or transoetion history (Snowing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confirmation Creel Card Statement & payment to credit oefd company for that statement 6. Have eny expenditures occurred on rental of speca/locotions for exercises planning and conduct, exercise signs, badges, Mo.? If se, receipts and proof of payment must be Inoluded. Canceled check, bank abatement or transaction history (Showing the transaction was processed by the bank) Mootronic Funds Transfer (EFT) Confirm atton Credit Card $taksment a payment() oredit card company for Mot statement 7. Has proof of purchase methodology been Included? Please see Farm 5 of Reporfirw Perms or Purchasing Basics Attaehinent If eurther ciatity is needed Sore Source (approved by FOSI1/4/1 for purchases exceeding $25,000) State Contract (p:r.te showing contract #, prim) itet) Competitive bid results (e,g, Quo re, bid tabulation page) NOPPEArt E 1, Hos the zero doilar Invoice end signed from the consults beeninciudo? 2, Has an AEL # been Identified for each pUrehase? 76 0 a if servicetworranty expenses are listed, ore they only for the performance period of the grant? 0 4. Hes proof of payment been included? Canceled check, bank stnternent or transaction history (Showing the transaction wee processed by the bank) Electronic. PIHKIS Tronaler (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement 5, If EHP fonn needed, has a copy of the approver! OHS. been Included? fJ ft Has proof of purchase methodology been Included? Pies9e, see Form 5 of tieporthig rams or Puroha8log nIc Attschmorof if further clarify Is needed, , &t ourn (approved by FIX1+4 or purchneso exceeding $25,000) (`nock5rin4 tri,erg.h ei kn./1,n, ..,,,,Avt,nt 4-13. R.0,61 uTt.r," VoTAVIA PI tiriFTFIki WT1r,t4INY4 Tr} pill43 17.4.y cxrnpoiltive MSOC3' (e.g. QUOkiWire, ta ulation pags), TRAtefiucolypooms E] 1. Haws all receipts be turned Itemized and do the dates on the receipts match trve dGdV? Airplane receipts Proof of mileage (Geog to or Yahoo map printout or mileage log) Toll and/or Parking neoelpts Hotel receipts (la them a ion) balance?) Car rental receipts Reglotretion fee risOorpts Notei: Make :sure that meals paid for by conformos ve not Irudd In per diem amount 2' If travel Is a conference haa the conference agenda been Included? Has proof tri payment to traveler been Included? Canceled chock, bank -statement or transaction history (Showing the transaction was procoeserl by tiro hank Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment te credit cord company for that statement- - Copy of paycheck If mircburaed through payroll 1, Has OW ilmesheet by employes and supenrisor been Included? Tirnesheet must certify the tioura and Information presented ea true end corre.ct, 2. Hes proof for itrne worked by tire employee been Included? la the period summary Includsri? . Statement of Earnings Copy of Payroil Check Payroll Register relgtatIon confer analysts, have the certification documents been. provided to the SAA •demonstrate compliance with training and experience standards? ORGAN El 1. If billing for overtime and backfill, hoe spreadsheet been provided that lists attondee hams,. department., of hours spent at oxersise, hourly rake and tote/ paid focash attendee? Have dootrientatIon from entiVa financial system been provided to prove attendees were paid? ror baoidill, has a. olear dellneationloroas referenoe been provided showing who was haafillIng who? 77 1, Hove ell relevant forme been compieted Tiioudd with each mg oast for reimbursement (including Doily Mtivity Roporto for OPS0)? ilavo the costs lric.ltred bean ohargedto the oppropriate POE category? Li 3, :Does the t(Aal on ail FOITAS tWiYITiftteci match? 4. Do all quotoe and Invoices from the selected vendor provide a legible oignature from vendor? ED 5. Do oll paid Invoices show a $0,00 balance? 0, H Rolmhuniernent Form been olgned by the Grant Manager orW Financial Officer? I' I Hoolhe reimbursement package been entered Into Sub -Recipients renonleispreadsheot? Ej 8. Have the quantity end unit coot bean notated on Reimbursement Budget Breakdown? 9, if it% purchase was made via Solo Source, have you 100100 the approved Sole Source documantotion- and jusfitication? [2] 10, Do all of your vendors, have a current W-9 (Taxpayer identlfiostiort), on file? El 11. Has be Attachment G (found Within Agreement with iFDEM) or proof of aAM,gov rogletration been provided for the -contreotorotoonsultants with the reimbursement pookage, Please note' PDEM reserves the t'ight to update ithla 01111411st throughout th6 file of the grant to ensure compliance with appltaable %Orel nd orate rules and oegulationa. 'Z8 BEMA BEAU B50 BSO Planning Planning Training Equipment Emergency Management Ail Disciplines Emergency Management Emergency _Management 2022-06A 2022-05A 2022-063 2022-07A FY 2022 Budget -Miami -Ft. Lauderdale UASI Emergency itHanagement Planner and Logistics Capability Assessment Tool Cybersecurity Assessment of Y Public Safety Infrastructure to include 911 system and radios BS0 PIE - CEMP/COOP/COG - National Homeland Security Conference Sheriff's EOCSustoinmeat and Enhancements 0 1fi$.0l-II HW 21G-06-0CEQ O4 AP-05-C.DSS I31T 00--ALRT 04AP-0I-i SIDS O4MD-02-PRO1 O6CC-01-C1 L1 2IGA-00-CYST 21GV 00-M401 06CC-03-S4TB 21GW00S11UP 21Gh-00-JNST 04:W»-03-.DISP 06CP-05-YCO?V 14SW-01-PACs I4CI-O8-COOP 07SE-03-BNVS 06CCO2! DS4D No Na Na Yes $200,000_00 550,325.00 560,000.00 $164,325.00 5200,000.00 550,325.00 5sg000_00 BSO Planning Emergency Management 2022-073 Emergency Management Technical Support Specialist No 5100,000.00 5100,000.00 950 Training All Disciplines 2022-05B Cybersecurity Awareness Training for 350 Personnel No $60,000.00 $60,000.00 BS0 Equipment Law Enforcement 2022-03A 1 BSO SWAT WAS 030£-07-SUAS No 515,000.00 $60,000.00 DSO Equipment Law Enforcement 2022-03B Y E0D 2nd line Tool Kit (Pond Tools) 02EX-00-71B0 Na 1 $9,000.00 $3,000.00 350 Equipment Law Enforcement 2022-03C Y EOD Fiber Scope Kit 02EX-00-KCTFO Na $25,000.00 $25,000.00 Coral Gables Planning Emergency 2022-06C Management EN! Planner Position No $100,000.00 $100,000.00 1 Coral Gables Coral Gables Coral Springs Coral 5prings Coral rings Coral Springs Fort Lauderdale Fort Lauderdale Fort Lauderdale Fort Lauderdale Fort Lauderdale Hialeah Equipment Fire Rescue Training Fire Rescue Equipment AR Disciplines Equipment Law Enforcement Equipment All Disciplines Equipment Equipment Equipment Law Enforcement Emergency MVlanageme it 2022-084 2022-05D 2022-13A 2022-02A 2022-12A 2022-03D 2022-07C :Law 2022.03E Enforcement Equipment Fire Rescue 2022-03F Equipment Equipment Equipment Fire Rescue 2022-128 Emergency 2022-01,4 Management Law 2022-018 Enforcement Y Maintenancel5ustainmerrti Repair/Replacement far HSCs'F Purehosed Equipment Training and Exercise Hazmat Emergency Traffic Sgna Is Real Time Crime Center - Edge Recorders with Licenses Multi Discipline Training Prop (Technical Rescue Teams) Fixed Wing Drone Ft. Lauderdale FOC - Sustainment MCI Resiliency Y Fixed License Plate Readers Y Harmotmonitors Y ThTStructural, Vehicle and Trench Equipment EOC Facility Security Enhancements (CCTV) Lacs, Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Hialeah Police Department the Y opportunity to install CCTV equipment in the area of soft targets and enhance our ability to deter and investigate terrorist activity.) z 216N-00-MAIN flsn2-01-rocs 045N-01-XMIT 21GN-OO-CNST 430E-07-SUAS 2IGN-00-0CEQ 06CP-05-VCON, 2IGN-00-lN5T, 04tt1- 01-WNHW, 04AP-05-CD5S, 21GN-00-NIAIN 030E-01ALPR 07C5-01-KAVC 07CD-01-DPIL4G, 21GN-00-MAJN 035R-02 TRIG, 035R- 01-SHOR, 035R-02- TPHY 145W-01-MA, 21Gfi1-00-INST and 21GN-00-CNNST No No No No No No No Yes 1 1 2 4 1 1 1 5 1 1 1 145W-01-VIDA 04HW-01-INWMW O4MEJ-03-015P Yes 21 21GN-00-MAIN, 2IGN-00-INST $48,755.00 $25 000.0D $35,000.00 $7 500.00 $120,00.9.00 $1 oo,000.00 $67 881.00 $20 000 o0 $71, 650.00 $60,985.00 $45,000.00 $19 Oti0.D0 $42,755 00 $25,000.00 $70,000.00 $3q 000.00 $120 000.00 $100,000.00 $67,$81.00 $100,000.00 $71,S5o.0o $69,085.00 $45 0D0.0D $339,000.fin Training All Disciplines 2022-06E PT&E: KazMatcourses, Homeland Secuc rity Conference $41,000.00 $41,000.00 Hialeah Planning Low Enforcement 2022-03G Y IPRAnnlystSustainment Na 1 $62,000.00 $52,000.00 Hialeah Planning Enaergenry 2022-06F Management Emergency Management Planner No $110,000.00 $110,000.00 Hialeah Equipment Low Enforcement 2022-03H Y License Plate Reader System (1PR) Fixed on poles 03OE-01-ALPR, 216N-00-1NST, 21GN-00-CNST Yes f8 $23,035.00 $414,630 00 Hialeah Equipment Emergency 2022-02D Management N EDEEnhancements to include monitor, software, servers, smart boards and installation of equipment. 21GN-00-OCEQ, 226N-00-IN5T, 04HW-01-INHW, 04M0-03-DISP, 216Wf-00-MA1N No $19L,000.00 $191,000.00 Hollywood Hollywood Equipment Equipment All Disciplines Law Enforcement 2022-05C 2022-031 Y Y Cyhersecurity Equipment Hardware/Software Portable License Plate Reader System (LPN OSNP-05-SIEM 030E 01 ALPR, 21GN-00-1NST No No 1 2 $243, 457.00 $243,497 00 545,000.00 590,000.00 Key Biscayne Equipment Emergency Management 2022-10A Emergency Management Vehicle - Sprinter 12VE-00-SPEC 1 $44,840.00 $44,840.00 M$A Management and Administration Ail Disciplines 2022-17 M&A ! M&A Na 1 $s60 500.00 $560,500.00 Miami Equipment Ail Disciplines 2022-08B tt4aintenao a/5ustainment/ Repair/Replacement far HSGP Purchased Equipment. EM $138,000 216N-00-MAN No 1 .$129,734,00 $129,734.00 Miami Equipment Emergency Management 2022-07E EDC Enhancements/Maintenance/ Sustafnment 2IGN-00-OCE4 14C1-00-COOP 075E-03-ENVS 06CC-05-PRTY OECC-02-DSAD 21GN 00-INS% 04MD-03 DISP, 04HW-01-INHW Yes 1 $185,000.00 $195,000.00 Miami Equipment nA Disciplines 2022- This project will continue services for a Metro -Ethernet line that provides fast network connectivity between the Oty's network and the E911 backup center_ 140-Q1-COOP No T $25,000.00 $25,000.00 3 Miami Miami Miwni Miami aml Miami Miami Equipment Planning Planning Organization Equipment Equipment Planning All Disciplines 2021-I5A 41l Disciplines Emergency. Management Fire Rescue Law Enforcement Low Enforcement Emergency Management 2022-06G 2022-04A 2022-01C 2022-02B 2022-031 2022-05N Y Satellite Phone Sustainment Citywide (12 months). This project will sustain thesaieliite phones that are installed throughout City Departments including police and ire stations which allow all first responders to communicate when primary communication services ore down_ includes Key Biscayne P,T & E. This project will support multi -disciplinary projects for the City of Miami ander the leadership ofMEM. Project scope will involve a full scale exercise revision of planning documents such as the CEMPJCOOP/COG and trainings that benefit terrorism- relcrted emergency management trainr`ngs. Trainings will include !CS Hazmat 160 and any other specialized courses needed due to staff attrition. Fire $41 625, EM $78,256, Police $71,258 £ERT/Miami - Training and equipment Operational OT for Special Events approved by FEMA; Fire $5,000 installation of Real Time Crime Y Center Dashboard with e 5 year maintenance plan Y License Plate Reoder System (LPR) Faced on poles Emergency Management Coordinator (12 months)_ This position will assist with the development/revision of citywide emergency management plans such os the COMP COG and COOP. 4 C6CC-03-BATS No No No No 21GN-u0-1NST Z.16N-0O-MAIN and Yes 131T-00-II01 030E 01ALPR, 21GN-00-INST No 1 26 1 $S,000.ao $500,000.00 $390,000.00 $130,1100.00 riP Miami Planning Emergency Management 2022-06I Emergency Management Planner (12 months). This position will assist with general planning responsibilities related to the implementation of the UASI grant program. Na 1 $95.000.00 $95,000-00 Wand Planning Emergency Management 2022-06I Equipment Inventory Planner (12 months). This position will be responsible for resource mcatagemez1t tracking and planning portion of the EHP process. No 1 $70,000.00 Miami Equipment Fire Rescue 2022-14A MCI Bus Upgrades from BLS to ALS 09M£-03-DEMP 09ME-01-BAGM No 1 $426,000.00 $20 000.00 $426,000.00 Miami Bench Equipment Law Enforcement 2022-12C Y TRT Search and Rescue Buiidout 035R-01-ABAG, 035R-02TPEL,1OGE- 011-GENR, 08D2-01- LITZ 1955-00-SHEN 035R-03-SCAM, O3SR-0.3-TPHY 03SR-03-KMON, 030E-07-SUAS, 030E-07-UPGD, 12TIi 00-MOVR, 12VE-00-M155 Yes $265,000.00 $265,000,00 Miami Gardens Equipment Law Enforcement 2022106 N `,Mobile Command Vehicle 12VE-00-CMDV No Dade Equipment Fire Rescue/EM 2022 10C Mobile Command Vehicle 12VE-00-CMDV Miami - Dade Equipment Law Enforcement 2022-03K Y Marine Patrol NVG 030E-02-TIL4 Yes Miami - Dade Equipment Law Enforcement 2022-O3L Y Cantainment Vessel 02EX-00-TCW Yes 1 1 4 1 $327,834.00 $327,884.00 $1,603,030.00 $1,603,030.00 $16,7s0.O0 $67,000.00 $85,575.00 $85,575.00 Miomi- Dade Miami - Dade Miami - Dade Equipment Planning Training Law Enforcement Law Enforcement Law Enforcement 2022-02C 2022-0EK 2022-06L Surveillance Platform and Y Intelligence Gathering System for SUAs Planning, Training and Exercises. UAS! Homeland Security Canference Y Total Containment Training 030E-03--SUAD 04ML7-03-DI5P, 030E-07-ROVL N/A No 1 4 $110,000.00 $3,000.00 $7,150.00 $110,000.00 $12,000.00 $7,150.00 Miami - Dade Exercise Law Enforcement 2022-06M Y Priority Response Team Counter terrorism Exeruse $260,000.00 .$260,000.00 S Miami - Dade Miami - Dade Miramar Miramar Monroe Monroe Monroe Monroe Palm Beach County Palm Beach County PESO PESO Equipment Equipment Equipment Equipment Planning Training Equipment Exercise Equipment Equipment Equipment Law Enforcement Law Enforcement 2022-10D Fire Rescue 2022-10E Fire Rescue 2022-07F All Disciplines 2022-1IA All Disciplines Emergency Management Law Enforcement Emergency Management Emergency liMonugement Law Enforcement Law Enforcement Y 2022-05D 2022-060 2022-158 2022-05P 2022--115 2022-03M SRT Surface Boat - inflatable with troller 17WC 00-BQAT 2 SAT CounterTerrorisrn Exercise 1 Prime Maven and FORTE Shelter r Mobile Corn. nand Center 12TRdi0-MOVf,', Na 1 1955-00 SELH Operations WebEOCFleet Eyes Software 04f4P 03 CUSS, No 04AP-02 AVI S 2 Forklifts for Monroe Airport 29MH-00-Bt/E1( Cybersecurity Assessment and Training Position Specific ICS Training 1 Monroe County APX6000 700/800 Model2S Portable Planning, Training and Exercises: to include training and exercise of the Pest Disaster Redevelopment Plan and a COOP TTX and various ICS trainings (Ops Chief, Mass Fatalities, EUCficS Interface, Intermediate EOC, Multi Hazards for Schools) Logistics/Deployable equipment: Portable ID System (30kJ, Box Truck (70k), Dual Axle Trailer(2/36k) and Trailer Mounted Message Board (2140k) Chemical/Explosive Gemini Analyzer with Warranty 06CP-01-PORT 2(i 145W-01--SWRP I2VE-00-SPEC 12T R-00-TEED 030E-03-SIGN 07E0-01-L,4S , 216E+1-00-MAIN No No 1 No 2022-133 N Explosive Magazine Project 02EX-00-EXMP No 2. 6 S40,001.00 $177,788.00 $299,000.00 $30 000.00 $45,000.00 $30,000.00 $12,418.00 $5,093.00 $171 726.00 $194,000.00 $36,000.00 S34,226.00 $80,002.00 $177,788.00 $299,000.00 $3o,000.00 $90,000_00 $30,000.00 $12,418.00 $132,418.00 $172,726-00 $194,000-00 $36,000.00 $34,725.00 PESO PBSO Pembroke Pins Pembroke Pines Pembroke Pines Sunrise Sunrise Sunrise Regional Miami Regional Regional Regional Regional Regional Miami Equipment Equipment Equipment Equipment Low Enforcement 2022-0e11 Low Enforcement Law Enforcement Law Enforcement Equipment Fire Rescue Equipment Equipment Equipment Planning Planning PESO Fusion Organization Miami Planning P85O Organization Pi350 Fusion Planning Law Enforcement Law Enforcement Law Enforcement Emergency Management Emergency Management Low Enforcement Emergency Management Low Enforcement Law Enforcement 202Z 15C 2022-148 2022-10F 2022-15D 2022-09A 2022-100 2022-15E 2022-D60 2022-06R 2022-02E 2022-06S 2022-05E 2022-02F Y RTCC Portable SarvellIanee Trailers N SWAT Communication Headsets N Automated External Defibrillators N Mobile Command Vehicle Y Y Y Laser -Based Remote Methane Detector Emergency ServisesfOuick Response Vehicle Portable Radios APX 8000 Regional Program Manager. This position assists the Miami and Ft. Lauderdale with regional planning needs (eg_ drafting afinvestment justifications, coordination of UAWGmeetings, developmental annual budgets, etc.). Regional Planning, Training and Exercises Coordinator- this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary reginnai exercises. Fusion Center Analysts Regional Planning, Training & Exercise to include attendance at grant related meetings Regional Cybersecurfty Analysts Project MetadatcPlanner 030E-07-R©VL No OSCP-03-PRAC 09ME-03©ERE 12VIE-00-CMDV OECP-01-MOBL 07ED-01-LASH ZIGN-00-MAIN 12VEE-00 A415S 06CP-02-Path Planning Planning Organization 2INN-O0-TRNG Na AID No Na No N0 No No 64 18 1 16 2- 1 19 1 z 5 1 2 $39,500.00 .$231,0013.00 $1,000.00 $2,000.00 $178,950.00 $y 233.00 $75,000.00 .$2oo,o3i100 $5,849.00 $120,000.00 $1om,00o.00 $54, 000.00 $100,000.00 $150,000.00 $43,000.00 $54,000.00 $35,000.00 $138,950.00 $115,728.00 $30,000-00 $200 030.00 $230,131.00 $120 0D0.00 $100,000.00 $270,000.00 $100,000.00 $300,000.00 $4. 000.00 7 Regional Regional Regional Regional Regional Regional Harbour PB50 Fusion Miami Ft. Lauderdale Equipment Equipment Training 4 Law ErdtweeMent Emergency Management Alf Disciplines 2022-02G Y 2022-07G 2022-04B Fusion Center Operations to include computer hardware and peripherals, software 0414W-01-INHW maintenance, DHS sponsored 131T-00-INTL Training, alert system and 110 131T-00-ALRT program support and office supplies/equipment Incident command software system needed for regional info sharing during emergency operations as well as non- Q4AP-05-CDSS 04AP-03-G1$5 emergency situations to provide a platform for day-to-day regional 04siN-04-N1•TW info sharing and updates. IWebEOC} Regional citizen Corps/CERT 13GN-00 BGPK Planning, Training Exercise and 06CF--01-PORT Equipment 21GN-00-CCE4 No Na No 1 3 $240,000.00 $1S0,000.ii0 $100,000.00 $240,000.00 $150 000.00 $300,000.00 PBC/AHIMT Equipment Ail Disciplines 2022 10H AH!MlT Project to include 26ft Ro. Truck and a 15 Person Passenger 12VE-00SPEC Van for deployments 12TR-00-M0VR 1 $145,000,00 $145,000_00 PB50 MDEM/Baf Training Equipment Law 2022-O5F Y Enforcement Emergency Management 2022-071-i Cyber Response Training 1OPE-00-UPS, Sal Harbour EOC Enhancement 06CP-01-MD5L, project to include displays, video OSCP-03-PRAC, conferencing, mobile radio and 04HW-G1-INHW accessories, laptops, server and 21GN-00-OCEff rack, backup power and 21GN-00-INST installation 04MD-03-015P 06CP-05-1/CON 75 $4,000.00 $100 000.00 $300,000.00 $100,000.00 Regional Miami Equipment Fire Rescue 2022-03N HazTox Project to include: 09ME-03-DEMP, defibrifflatars medical kits, haztox DOME- 1-BAGM, specialty transport vehicle, Moss 2 12VE-00-MISS, PPE Ensemble, CBRN PAPR, Decon 01 CB-02-ENSM, System and HazTux iMfedic 01AR-03-PAPA, Training far 50 members 08D2-03-TOEW $300,000.00 $300,000.00 Regional Miami Exercise Emergency Management 707.2-05i Operation Heat Shield 5 to include 1 Region -wide Full Scale Exercise and 41 TXs with Virri410 scenario in coordination with the STC Program_ Will be funded by bath sources 1 $467,670.00 $461,670_00 Total $14,012,500.00 Additional Projects 9 $14,012,5(30.0E1 $o.00 $Z,222,500.00 $2,212.,500.00 MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2022 "Jurisdiction" Agreement Number: R0568 FAIN Number: EMW-2022-SS-00029WS01 CFDA tt: 97,057 This Agreement is entered into this , day of , 2023, by and between the City of Miami, a municipal corporation of the State of Florida, (the "Sponsoring Agency") and , (the "Participating Agency"). RECITALS WHEREAS, the U.S. Department of Homeland Security (USDHS) is providing financial assistance to the Miami urban area in the amount $14,012,500 dollars through the Urban Area Security Initiative (UASI) Grant Program 2022; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2022; and WHEREAS, as the USDHS requires that the urban areas selected for funding take a regional metropolitan area approach to the development and implementation of the UASI Grant Program 2022 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2022 Urban Area has been defined Miami and Ft. Lauderdale collectively and anticipates sub -granting a portion of the UASI funds in accordance with the grant requirements; and WHEREAS, the City Commission, by Resolution No, , adopted on 2023, has authorized the City Manager to enter into this Agreement with each participating agency on behalf of the City of Miami; and WHEREAS, the Sponsoring Agency wishes to work with the participating agencies through the Urban Area Working Group process to enhance Miami and its surrounding jurisdictions ability to respond to a terrorist threat or act. NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follow: 1 I. PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2022 which was made available by the U.S. Department of Homeland Security and the State of Florida Division of Emergency Management (FDEMVI). B. This Agreement serves as the Scope of Work between the Participating Agency and the Sponsoring Agency. i . sc®pE A. The provisions of this Agreement apply to UASI Grant Program 2022 activities to be performed at the request of the federal government, provided at the option of the Sponsoring Agency, and in conjunction with, preparation for, or in anticipation of, a rrajor disaster or emergency related to terrorism and or weapons of mass destruction. B. No provision in this Agreement limits the activities of the Urban Area Working Group or its Sponsoring Agency in performing local and state functions. III. DEFINITIONS A. Critical I nfrastructure: Any system or asset that if attacked would result in catastrophic loss of life and/or catastrophic economic loss management of resources (including systems for classifying types of resources); qualifications and certification; and the collection, tracking, and reporting of incident information and incident resources. B. Core County: The County within which the core city is geographically located. The core city is the City of Miami. C. UASI Grant Program 2022: The UASI Grant Program 2022 reflects the intent of Congress and the Administration to enhance and quantify the preparedness of the nation to combat terrorism and continues to address the unique equipment, training, planning, organization and exercise needs of large high threat urban areas, and program activities must involve coordination by the identified core city, core county/counties, and the respective State Administrative Agency. Funding for the UASI Grant Program 2022 was appropriated by U.S. Congress and is authorized by Public Law 108-11, the Emergency Wartime Supplemental Appropriations Act, 2003. The funding will aid in building an enhanced and sustainable capacity to plan, prevent, protect, mitigate, respond to, and recover from threats or acts of terrorism for the selected urban areas. D. National Incident Management System (NIMS): This system will provide a consistent nationwide approach for federal, state, and local governments to work effectively and efficiently together to prepare for, respond to, and recover from domestic incidents, regardless of cause, size, or complexity. To 2 provide far interoperability and compatibility among Federal, State, and local capabilities, the NIiVIS will include a core set of concepts, principles, terminology, and technologies covering the incident command system; mufti -agency coordination systems; unified command and training. E. Urban Area Working Group (UAWG): The State Administrating Agency Point of Contact (SAA POC) must work through the Mayor/CEOs from all other jurisdictions within the defined urban area to identify POCs from these jurisdictions to serve on the Urban Area Working Group. The Urban Area Working Group will be responsible for coordinating development and implementation of all program elements, including the u hrbana Pal it, strategy development, ient, and any direct services that are delivered by the grant. F. Urban Area: An urban area is limited to inclusion of jurisdictions contiguous to the core city and county/counties, or with which the core city or county/counties have established formai mutual aid agreements. IV. SPONSORING AGENCY SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with the 1✓DEM and USDHS, C, Conducting a comprehensive Urban Area Assessment, which will in turn guide the development of en Urban Area Stakeholder Preparedness Review. D. Ensuring the participation of the following critical players in the assessment and strategy development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health, E. Developing a comprehensive Urban Area Stakeholder Preparedness Review and submit to the SAA POC. F. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit 41". G. Ensuring satisfactory progress toward the goals or objectives stipulated in "Exhibit #1". H. Following grant agreement requirements and/or special conditions as stipulated in "Exhibit #1". 3 I. Submitting required reports. V. THE PARTICIPATING AGENCIES SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the main liaison and partner with the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. Part_fc,pa...hinn Ag.nelee.. a,...nel.. ny eute-grnteen must abidr by the, grant requirements including budget authorizations, required accounting and reporting expenditures, proper use of funds, and tracking of assets as stipulated in "Exhibit #1 ". C. Submitting quarterly reports to the City of Miami detailing the progress of projects to include direct purchases of equipment or services as stipulated in "Exhibit #1". D. Complying with all UASI Grant Program 2022 requirements as stipulated in "Exhibit #1", E. Participating as a member of the Urban Area Working Group to include coordinating with and assisting the City of Miami in conducting a comprehensive Urban Area Assessment, which in turn will guide development of an Urban Area Stakeholder Preparedness Review. F. Ensuring the participation of the following critical players in the assessment and Stakeholder Preparedness Review development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health, G, Assisting the sponsoring agency in development of a comprehensive Urban Area assessment and Stakeholder Preparedness Review, H, Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". I. Ensuring satisfactory progress toward the goals or objectives as stipulated in "Exhibit #1". J. Submitting required reports as prescribed by the Sponsoring Agency as stipulated in "Exhibit #1". K. Maintaining an equipment inventory of UASI purchased items, L. 'Ensure that equipment obtained from the UASI Grant Program 2022, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies, special 4 events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by DNS, FIJEM, and the Sponsoring Agency. if the Participating Agency is incapable of staffing .the equipment, such equipment shall be made available to another Participating Agency for use during any actual emergencies, special events or exercises, Failure to ensure equipment availability may result in foss of funding and/or equipment to the Participating Agency. M. All equipment obtained from the UASI Grant Program 2022, as identified in "Exhibit 2", is the sole responsibility of the receiving agency. This includes, where applicable, maintenance, replacement, training on equipment, and insuring of equipment and personnel, and compliance with intra-agency auditing requirements. VI. THE SPONSORING AGENCY AND THE PARTICIPATING AGENCY AGREE: A. That funding acquired and identified for the Urban Area Security Initiative will be administered solely by the Sponsoring Agency, 13. The Participating Agencies will provide financial and performance reports to the sponsoring agency in a timely fashion. The Sponsoring Agency will prepare consolidated reports for submission to the State of Florida as stipulated in "Exhibit 1". C. The Sponsoring Agency is not responsible for personnel salaries, benefits, workers compensation or time related issues of the Participating Agency personnel. D, The Sporsoring Agency and Participating Agency are subdivisions as defined in Section 768.28, Florida Statutes, and each party agrees to be fully responsible for the respective acts and omissions of its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a municipality, state agency or subdivision of the State of Florida to be sued by third parties in any manner arising out of this Agreement or any other contract, E. This is a reimbursement grant that requires the Participating Agencies to purchase, receive, and pay invoices in full for equipment, services, and allowable personnel costs PRIOR to submitting the same for reimbursement to the Sponsoring Agency. V➢I. FINANCIAL AGREEMENTS A. Financial and Compliance Audit Report: Recipients that expend $750,000 or more of Federal funds during their fiscal year are required to submit an organization -wide financial and compliance audit report. The audit must be performed in accordance with the U.S. General Accounting Office Government Auditing Standards and 2 CFR 200. 5 B. The Secretary of Homeland Security and the Comptroller General of the United States shall have access to any books, documents, and records of recipients of UASI Grant Program 2022 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these documents are related to the receipt or use of such assistance. The grantee will also give the sponsoring agency or the Comptroller General, through any authorized representative, access to and the right to examine all records, books, papers or documents related to the grant, (: Finanr+.ial Status Reports are due days after ..f each .calendar quarter. -. ......,..,.•.... ......:.......a,...w,..�z� ,.,vv within 14 or�cr the end of �CC14.111;ckICi[1U213 t7ILi#IA report trust be submitted for every quarter that the award is active, including partial calendar quarters, as well as for periods where no grant activity occurs as stipulated in "Exhibit 1". D. Submit progress reports to describe progress to date in implementing the grant and its impact on homeland security in the state. E. All financial commitments herein are made subject to the availability of funds and the continued mutual agreements of the parties as identified in "Exhibit 2". VIII. CONDITIONS, AMENDMENTS, AND TERMINATION A. The Participating Agency will not illegally discriminate against any employee or applicant for employment on the grounds of race, color, religion, sex, age, or national origin in fulfilling any and all obligations under this Agreement. B. Any provision of this Agreement later found to be in conflict with Federal law or regulation, or invalidated by a court of competent jurisdiction, shall be considered inoperable and/or superseded by that law or regulation. Any provision found inoperable is severable from this Agreement, and the remainder of the Agreement shall remain in full force and effect. C. This Agreement may be terminated by either party on thirty (30) days written notice to the other party at the address furnished by the parties to one another to receive notices under this agreement or if no address is specified, to the address of the parties' signatory executing this contract. D. This Agreement shall be considered the full and complete agreement between the undersigned parties and shall supersede any prior Memorandum of Agreement among the parties, written or oral, except for any executory obligations that have not been fulfilled. 6 E. This Agreement will end on June 30, 2024, unless otherwise extended, by a written amendment duly approved and executed prior to June 30, 2024, unless otherwise extended, et which time the parties may agree to renew the association. Renewal will be based on evaluation of the Sponsoring Agency's ability to conform to procedures, training and equipment standards as prescribed by the grant. IX. MISCELLANEOUS OVERALL Counterparts; Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: BY: BY: Todd B. Hannon City Clerk Arthur Noriega City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS; REQUEREMENTS; BY: BY: Victoria Mendez Ann -Marie Sharpe, Director City Attorney Department of Risk Management 7 ATTEST: Name: Title: PARTICIPATING AGENCY "(sub -recipient)„ BY: NAME: TITLE: FID#: DUNS: APPROVED AS TO FORM AND CORRECTNESS: Participating Agency Attorney Olivera, Rosemary From: Martinez, Maria Sent: Friday, August 11, 2023 9:18 AM To: Olivera, Rosemary; Hannon, Todd; Lee, Denise Cc: McGann, Tyrone; Guerra, Jose Subject: Matter Id. #23 - 1843 - UASI FY 2022- - MOA Broward Sheriff's Office (BSO) Attachments: Matter Id. #23-1843-UASI FY 2022 - MOA - Broward Sheriff's Office (BSO).pdf Good morning Rosemary, Please find attached a fully executed agreement that is to be retained as an original for the City. Regards, Maria T. !Martinez Administrative Assistant I Department of Fire -fescue Technical -Services Division 305.416.1672 (Office) 305.400.5316 (FaN) mmartinez@miamigov.com i