Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
24708
AGREEMENT INFORMATION AGREEMENT NUMBER 24708 NAME/TYPE OF AGREEMENT BAL HARBOUR VILLAGE DESCRIPTION MEMORANDUM OF AGREEMENT/URBAN AREA SECURITY INITIATIVE FY 2022/FILE ID: 13250/R-23-0095/MATTER ID: 23- 3169 EFFECTIVE DATE ATTESTED BY TODD B. HANNON ATTESTED DATE 12/14/2023 DATE RECEIVED FROM ISSUING DEPT. 12/15/2023 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: "Bal Harbour Village" IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES ® NO TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? ❑ YES ® NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY) Memorandum of Agreement ("MOA") PURPOSE OF ITEM (BRIEF SUMMARY): To execute FY 2022 Urban Area Security Initiative 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 APPROVAL BY DEPARTMENTAL DIRECTOR December 11, PRINT: Tyron 6 ed by: 2023 I 08:09: 2rFST SIGNATURE: ?•" - M"�`"�`" ° SUBMITTED TO RISK MANAGEMENT December 11, PRINT: ANN 2023 I 08:16:02EST SIGNATURE: -,---Al e� RPE FrAan1 '(112 '—�739 6634E 2-14 E 7... SUBMITTED TO CITY ATTORNEY December 12, PRINT: VICT,R��S,�,7IDE 2023 I 13 : 41:14/Es SIGNATURE: r"`Z �F1 DS APPROVAL BY ASSISTANT CITY MANAGER EF96RFOFEB4:r7... PRINT: SIGNATURE: RECEIVED BY CITY MANAGER December 13, PRINT: ART 2023 110:08(2 SIGNATURE: NORIEGA —Docusigned by: gT alb NOVilyt `—asorF6C372DU42 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 PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2022 "Bal Harbour Vlliae" Agreement Number: R0588 FAIN Number: EMW 2022-SS-00029-S01 CFDA #: 97.067 This Agreement is entered into this ,. _ day of _ r • , 2023, by and between the City of Miami, a municipal corporation of the State of Florida, (the "Sponsoring Agency") and Bat Harbour Village, (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-23-00.95, 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: Page 1 of 8 I. PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2022 which was made available by the U.S. Department of Homeland Security and the State of Florida Division of Emergency Management (FDEM). B. This Agreement serves as the Scope of Work between the Participating Agency and the Sponsoring Agency, II, SCOPE A. The provisions of this Agreement apply to UASI Grant Program 2022 activities to be performed at the request of the federal government, provided at the option of the Sponsoring Agency, and in conjunction with, preparation for, or in anticipation of, a major disaster or emergency related to terrorism and or weapons of mass destruction. B. No provision in this Agreement limits the activities of the Urban Area Working Group or its Sponsoring Agency in performing Local and state functions, M. DEFINITIONS A. Critical Infrastructure: Any system or asset that if attacked would result in catastrophic loss of life and/or catastrophic economic loss management of resources (including systems for classifying types of resources); qualifications and certification; and the collection, tracking, and reporting of incident information and incident resources. B. Core County: The County within which the core city is geographically located. The core city is the City of Miami. C. UASI Grant Program 2022: The UASI Grant Program 2022 reflects the intent of Congress and the Administration to enhance and quantify the preparedness of the nation to combat terrorism and continues to address the unique equipment, training, planning, organization and exercise needs of large high threat urban areas, and program activities must involve coordination by the identified core city, core county/counties, and the respective State Administrative Agency. Funding for the UASI Grant Program 2022 was appropriated by U.S, Congress and is authorized by Public Law 108-11, the Emergency Wartime Supplemental Appropriations Act, 2003. The funding will aid in building an enhanced and sustainable capacity to plan, prevent, protect, mitigate, respond to, and recover from threats or acts of terrorism for the selected urban areas. D. National Incident Management System (NIMS): This system will provide a consistent nationwide approach for federal, state, and local governments to work effectively and efficiently together to prepare for, respond to, and recover from domestic incidents, regardless of cause, size, or complexity. To UASI FY22 Initiative Page 2of 8 provide for interoperability and compatibility among Federal, State, and local capabilities, the NIMS will include a core set of concepts, principles, terminology, and technologies covering the incident command system; multi -agency coordination systems; unified command and training. E. Urban Area Working Group (UAWG): The State Administrating Agency Point of Contact (SAA POC) must work through the Mayor/CEOs from all other jurisdictions within the defined urban area to identify POCs from these jurisdictions to serve on the Urban Area Working Group. The Urban Area Working Group will be responsible for coordinating development and implementation of all program elements, including the urban area assessment, strategy development, and any direct services that are delivered by the grant. F. Urban Area: An urban area is limited to inclusion of jurisdictions contiguous to the core city and county/counties, or with which the core city or county/counties have established formal mutual aid agreements. IV. SPONSORING AGENCY SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with the FDEM and USDHS. C. Conducting a comprehensive Urban Area Assessment, which will in turn guide the development of an Urban Area Stakeholder Preparedness Review. D. Ensuring the participation of the following critical players in the assessment and strategy development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. E. Developing a comprehensive Urban Area Stakeholder Preparedness Review and submit to the SAA POC. F. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". G. Ensuring satisfactory progress toward the goals or objectives stipulated in "Exhibit #1 ". H. Following grant agreement requirements and/or special conditions as stipulated in "Exhibit #1". UASI FY22 Initiative Page 3 of 8 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 UASI FY22 Initiative Page 4 of 8 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 toss 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 infra -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. VAST FY22 Initiative Page 5 of 8 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. 0. 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. UASI FY22 Initiative Page 6 of 8 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 $il natures. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, and such counterparts shalt together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name Is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: DocuSigned by: DocuSigned by: c BY: F461175A0f1CF1459 Todd B. Hannon City Clerk APPROVED AS TO FORM AND CORRECTNESS: DS DocuSigned by: ice BY: F1FF90AF6FF0457... Victoria Mendez City Attorney (JCP / 23-3169 - Bal Harbour Village - MOA UASI - FY 2022) 'lDoocu'SIi'gned by: L ,am ^ a Nalntia. BY gS41C,F6r'791;11,490 Arthur Noriega City Manager APPROVED AS TO INSURANCE REQUIREMENTS: DocuSigned by: FV'atAk Gewwti7 BY: »,s---77,S5C6318214F7 Ann -Marie Sharpe, Director Department of Risk Management UASI FY22 Initiative Page 7 of 8 ATTEST: Name: 4,sA 0 Title: • PARTICIPATING AGENCY "(sub -recipient)" BY: NAME: c_1 600.24,102 • TITLE: V Y / I;1. FID#: 5-9-4000o27I DUNS: 080283496 APPROVED AS TO FORM AND CORRECTNESS: Participating Agency Attorney UASI FY22 Initiative Page 8 of 8 RESOLUTION NO. 2023-1574 A RESOLUTION OF THE VILLAGE COUNCIL OF BAL HARBOUR VILLAGE, FLORIDA; APPROVING THE MEMORANDUM OF AGREEMENT BETWEEN THE CITY OF MIAMI, AS THE SPONSORING AGENCY OF THE UASI GRANT PROGRAM 2022, UNDER THE U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE (UASI), AND BAL HARBOUR VILLAGE, AS THE PARTICIPATING AGENCY; ACCEPTING THE AWARD OF A SUB -GRANT IN THE AMOUNT OF $100,000.00 FOR THE APPROVED EQUIPMENT AND INSTALLATION COSTS IDENTIFIED IN THE PROGRAM BUDGET; PROVIDING FOR IMPLEMENTATION; PROVIDING FOR AN EFFECTIVE DATE. 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 UASI program addresses the unique equipment, training, planning and organizational needs of large, high threat urban areas. The funding provides assistance to build enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism; and WHEREAS, the City of Miami, as the Sponsoring Agency, is the coordinating agent for the Miami UASI Program 2022; and WHEREAS, the Sponsoring Agency wishes to work with participating agencies through the urban area working group process to enhance urban Miami area and its surrounding jurisdiction's ability to respond to a terrorist threat or act; and WHEREAS, Bal Harbour Village, as a Participating Agency, finds that it is in the best interest of the community to enter into the Memorandum of Agreement with the City of Miami to improve and enhance the Village's capacity to prevent, respond to, and recover from major disasters or emergencies related to threats or acts of terrorism and/or weapons of mass destruction. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF BAL HARBOUR VILLAGE, FLORIDA, AS FOLLOWS: Bal Harbour Village Resolution 2023-1574 VER: 7 1 Section 1. Recitals Adopted. That the above stated recitals are hereby adopted and confirmed. Section 2. Acceptance of Grant. That the Village accepts a sub -grant as a Participating Agency in the amount of $100,000 from the City of Miami as the Sponsoring Agency of the UASI Grant Program 2022. Section 3. Approval of Memorandum of Understanding. That the Village Council approves the Memorandum of Understanding between the City of Miami and the Village attached hereto as Exhibit "A." Section 4. Implementation. That the Village Manager is hereby authorized to take all actions necessary to implement the purposes of this Resolution. Section 5. Effective Date. That this Resolution shall take effect immediately upon the adoption hereof. PASSED AND ADOPTED this 19th day of September, 2023. �i'.,� • Jeffrey P. Freimark ATTEST: Dwight S. D i Village Clerk AP ROVE TO FORM AND LEGAL SUFFICIENCY: Village Attorney Weiss Serota Helfman Cole & Bierman P.L. Bal Harbour Village Resolution 2023-1574 VER: 7 2 AGENDA ITEM SUMMARY FORM File ID: #13250 Date: 01/09/2023 Commission Meeting Date: 02/23/2023 Requesting Department: Department of Fire - Rescue Sponsored By: District Impacted: All Type: Resolution Subject: Special Revenue Project - USAI Grant Program 2022 - Fire -Rescue Purpose of Item: Resolution to establish a Special Revenue Project entitled "Urban Area Security Initiative ("UASI") Grant Program FY 2022", appropriating funds in the amount of $14,012,500.00 received from the Department of Homeland Security, passed directly through the State of Florida Division of Emergency Management, and authorizing the City Manager to execute Memoranda of Agreements with contiguous partners, outlining their responsibilities in connection with their support of the UASI Project administered by the City of Miami Department of Fire -Rescue. Background of Item: The United States Department of Homeland Security, through the State of Florida, Division of Emergency Management, has sub -granted the Urban Area Security Initiative ("UASI") Grant Program Fiscal Year 2022 to the City of Miami and contiguous partners in the amount of $14,012,500.00. This program targets homeland security funding to "high threat" urban areas in order to prevent, respond to, and recover from threats or acts of terrorism and other disasters of natural or man-made origin. These funds will be used, as stipulated by the grant, for the purchase of specialized equipment, to conduct exercises, training and administrative services, and for the development of the Urban Area Homeland Security Strategy, and other planning activities, needed to ensure a successful program. It is now appropriate to accept said grant award, establish a special revenue project, and appropriate said grant award therein. In addition, the City Commission authorizes the City Manager to execute Memoranda of Agreements with contiguous partners, Broward County Emergency Management, Broward County Sheriff's Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County (Fire, Police and Emergency Management), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sheriffs Office, the Village of Bal Harbour, the Village of Key Biscayne, and regional projects shared across the entire region that include the members listed above as well as Florida Department of Law Enforcement, setting forth the parties' responsibilities in connection with the development and support of the UASI Program FY 2022, which is administered by the City of Miami Department of Fire -Rescue. Budget Impact Analysis Item is Related to Revenue Item is an Expenditure Total Fiscal Impact: $ 14,012,500.00 Special Revenue Account No: 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 Lacret Marie Gouln Arthur Noriega V Valentin J Alvarez Thomas M. Fossler Victoria Mendez Nicole Ewan Fire Department Review Fire Budget Review Fire Chief Review Budget Analyst Review Budget Review City Manager Review Legislative Division Review ACA Review Approved Form and Correctness Meeting Completed 01/10/2023 7:21 AM Completed 01/10/2023 7:37 AM Completed 01/10/2023 8:00 AM Completed 01/11/2023 3:13 PM Completed 01/11/2023 5:56 PM Completed 01/11/2023 6:57 PM Completed 01/20/2023 12:38 PM Completed 02/09/2023 3:11 PM Completed 02/10/2023 12:07 PM Completed 02/23/2023 9:00 AM City of Miami Legislation Resolution Enactment Number, R-23.0095 City Hall 3500 Pan American Drive Miami, FL 33133 www,miamigov,com File Number: 13250 Final Action Date:2/23/2023 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ESTABLISHING A NEW SPECIAL REVENUE PROJECT TITLED "URBAN AREA SECURITY INITIATIVE ('UASI') GRANT PROGRAM FISCAL YEAR 2022" AND APPROPRIATING FUNDS FOR THE OPERATION OF THE SAME IN THE AMOUNT OF $14,012,500.00 CONSISTING OF A GRANT FROM THE UNITED STATES DEPARTMENT OF HOMELAND SECURITY DIRECTLY TO THE STATE OF FLORIDA'S DIVISION OF EMERGENCY MANAGEMENT ("GRANT AWARD"); AUTHORIZING THE CITY MANAGER TO ACCEPT THE GRANT AWARD AND TO EXECUTE THE FEDERALLY -FUNDED SUBGRANT AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER NECESSARY DOCUMENTS, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, IN ORDER TO IMPLEMENT THE ACCEPTANCE OF AND COMPLIANCE WITH THE GRANT AWARD; AUTHORIZING THE CITY MANAGER TO EXTEND THE FISCAL YEAR 2022 UASI GRANT PROGRAM, AS NECESSARY; AUTHORIZING THE EXPENDITURE OF FUNDS TO VARIOUS GOVERNMENTAL AGENCIES DESIGNATED FOR HOMELAND SECURITY EXPENSES PURSUANT TO THE UASI GRANT GUIDELINES; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE MEMORANDA OF AGREEMENTS, IN SUBSTANTIALLY THE ATTACHED FORM, WITH CONTIGUOUS PARTNERS OF THE CITY OF MIAMI ("CITY") SETTING FORTH THE PARTIES' RESPONSIBILITIES IN CONNECTION WITH THE DEVELOPMENT AND SUPPORT OF THE UASI PROJECT ADMINISTERED BY THE CITY'S DEPARTMENT OF FIRE -RESCUE, CONTINGENT UPON FUNDING OF THE PROJECT BEING SECURED. WHEREAS, the United States Department of Homeland Security ("USDHS") is authorized by the Emergency Wartime Supplemental Appropriations Act of 2003 to provide funds to states for subsequent distribution to selected urban areas to address the unique equipment, training, planning, exercise, and operational needs for large urban areas and to assist states in building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism; and WHEREAS, the USDHS, through the State of Florida's Division of Emergency Management ("FDEM"), has sub -granted an Urban Area Security Initiative ("UASI") Grant Program for Fiscal Year ("FY") 2022 to the City of Miami ("City") in the amount of $14,012,500.00 ("Grant"); and WHEREAS, the City's Department of Fire -Rescue ("Fire") will use the Grant to continue to address the unique equipment, training, planning, exercise, and operational needs of the City and its contiguous partners and to continue building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism ("Project"); and WHEREAS, in accordance with the UASI Grant Program FY 2022, the attached Memoranda of Agreements ("MOAs") with the contiguous partners of the City, including Broward County Emergency Management, Broward County Sheriff's Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County (Fire, Police and Emergency Management), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sheriffs Office, the Village of Bal Harbour, the Village of Key Biscayne, and the Florida Department of Law Enforcement (collectively "Contiguous Partners"), will set forth the parties' responsibilities in connection with the development and support of the FY 2022 UASI Grant Program administered by Fire contingent upon funding of the Project being secured; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The following new Special Revenue Project is established and resources are appropriated as described below: FUND TITLE: UASI Grant Program Fiscal Year 2022 RESOURCES: USDHS directly to FDEM $14,012,500.00 APPROPRIATIONS: $14,012,500.00 Section 3. The City Manager is authorized' to accept the Grant and to execute the federally funded sub -grant agreement, in substantially the attached form, for the Project. Section 4. The City Manager is authorized' to negotiate and execute any and all other necessary documents, all in forms acceptable to the City Attorney, in order to implement the acceptance of and compliance with the Grant. Section 5. The City Manager is further authorized' to extend the FY 2022 UASI Grant Program, as necessary. Section 6. The City Manager is authorized' to execute MOAs, in substantially the attached form, with the Contiguous Partners of the City for the purpose of setting forth the parties' responsibilities in connection with the development and support of the FY 2022 UASI Grant Program administered by Fire, contingent upon funding of the Project being secured. Section 7. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 1 The herein authorization is further subject to compliance with all legal requirements that may be imposed, including but not limited to those prescribed by applicable City Charter and City Code provisions. 2 If the mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. APPROVED AS TO FORM AND CORRECTNESS: dez, 1ttor ey 2/10/2023 ATTEST: City Clerk APPROVED AS TO FORM AND CORRECTNESS By: Victoria Mendez City Attorney (JCP / 23-82K - SOF Div orEmerg 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 FrankDate: 2023.02.24 13:30:31 -05'00' By: Ann -Marie Sharpe, Director Department of Risk Management Agreement Number: Retn38 FEDERALLY PUNDD SIJBAWARD AND GRANT AGREEMENT 2 C.F.R. (4200,1 statee that a `istibaward may be provided through any form of legal agreement, including an agreement that the pas -Through entity considers a contract" Aa defined by 2 C.F.R. §200.1, 'pees -through entity" means "a non -Federal entity that providea a subaward to a Sub-Recipleat to carry out part of a Federal progMni," As defined by 2 CFA. §200.1,"SiAb-Raciplent" mans "a non -Federal entity that waives a subaward from a nese-through entity to pan)/ out part of a Federal award," As defined by .2 Q.F.R. §200.1, "Federal awartr means "Federal financial assistance that a non -Federal entity receives .clIreadly from a Federal awarding agency or indirectlyfrom a pass -through entity." As defined by 2 ORR. §200,t, "subsward" means "an award provided by a pa -through entity tO Recipient forte Sub -Recipient to.cany out part of a Federal award received by the pass -through entity,' The foliewkia Information Is provided pursuant to 2 aut. §200.332 Sub-Reotplent's name: Bub -Redolent% unique entry Idendfleri Federal Awanf Identification Number (FAIN): Federal Award Date: Subawsird Period of PerfOrmance Start and End Date: Amount of Federal Ftmds Obligated by this Agreement; Total Amount cd Federal Funds Obligated tb the Sub -Recipient by the pass -through entity to Imitate this Agreement Tot�F Amount of the Federal Award committed to the Sub -Recipient by the pass7through entity: Fedora( award project descriPtion (see FFATA): Name of Federal awarding agency: Name of pasethrough andly: Contact Information for the pass -through entity: Assietanoe LJetnosNumber and Title Whether the award Is R&D: Indirect cost rate for the Federal award: City qf Mternifire Resouel 072220101 0/1/2022 offipimgeg PO.- 12a1/2024 $14.012,600.00 $36,386,570.80 $1012,500,00 k Boulevard Tqllehassee,florida 32300 17161-Homeland serrulitv Grant Pleven,. 14/A 19.4Q% THIS AGREEMENT is entered Into by the State of Fled , Division of Emergency Memetement, with headquarters in Tallahassee, Florida (hereinafter referred to as the °Divieion"), and City of Miami Tire Rescue), (hereinefter referred to ea the "Sub -Recipient"). Per the purposes of this Agreement, the Division nerves as the past -through entity tor a 'Federal award, and tho Sub.:Recipient servee as the recipient of a tubeward, TeliS AGREEMENTIS pN'rEiRED INTO BASED ON THE FOLLOWING REpRESENTATION8; A. The SLib-RecipietriK represents that It Is -fully qualified end eligible to. recelvo these grant funds to provide the services Identified herein; B. The Stets of Merida received these grant funds from the Fedefel government, and the Division haste authority -to subgrant these funds to the OuteReciplent upon the terms and conditions outlined below; and, C, The Division iuoe statutory atithority to disburse the funds u' rider this Agreement. THEREFORE, the Division and the Sub.Reapient agree to the feline/Mg: (1) EEULJQttOFSTATE LAyv TO THIS AGREEIVIENjT 2 CF,R, §20(p02(a) provides: °Each state must expend and account 'ter the Federal award In cic.cordeecte with state faw.s and proceritew for expending and accounting for the state's own funds,„." Therefore, section 21.5,971, Florida Statutes, entitled °Aereemente funded with federe or state assistance.' aPpiles to this Agreernenr, (2) IMIlt SULS) 00.(3v.th.T,toms-vp POLlpjga a, The Sub-Reolpient's performance undartfits Agreement is subject to 2 D.F.R. Part 200, entitled "Uniform Adminletrative Requirements, Cost Principles, and Audit 'RequIremente for Federel Awards.° b. As required by Section 21,5,971(1), Florida Statutes. this Agreement includes: 1. A provision specifying a scope of work that clearly eetablishee the lest that ,the SubAeciple req1.41red to perform, If. A provision dividing the agreement into quantifiable units of defivarabieS that must he micelved and accepted In wilting by the Division before payment. Each deliverable mute be directly related to the scope of work and epecify the required minimum !eve! of service to be performed and the (Intone for evaluating the succeesful completion of eaoh delivereble. JIL A Provision specifying the finenclet consequenos that apply if the Sub- Reciptent falls to perform the minimum level of rvice required by the agreement, Iv. A provielon 813001(01)g that the Sub4ieciplent may expend funds only for allowable costs resulting from obligations Incurred during the specilkad agreement period, v. A provision specifying that any belance of unobligated funds which has been advanced or paid must be refunded le the Division, vl. A provision specifying that any lima paid In excess of the amount to which the Sub -Recipient Is entitled under the terme and conditions of the agreement must be refunded to the Division, o. In addition to the foregoing, the Sub.14eciplent and the Division shall be governed by All applicable State and Federal laws, rules and regulations, Including those Identified In Attachment D. Any express reference In this Agreement to a particular statute, rule, or regulation In no way Implies that no other statute, rule, or regulation applies. (a) caRTLakC a, In acoordanoe with section 215,971(2), Merida Statutes, the Division's Grant Manager shall be responsible for enforcing performance of this Agreements terms and conditions and shoe serve as the Division's liaison with the Sub.Reolpient. As part of his/her duties, the Grant Manager for the Division shall; Monitor and document Sule,Reciplent performance; and, II. Review and dooument ail deliverables for which the Sub -Recipient requeste payment. b. The Division's Grant Manager for this Agreement Is: JelatLactes,04,,keattamigar 2S55 Shumard Qak Beulevard Tejlehessee, Fiera Telephone: p6p..oi1e444 Email; Jamikea &so o. The name and address of the Representative of the Sub-Reclpient responsible for the administration of this Agreement Is: Asst, Fire Chief Adrian Promote 444 9012nd Avenue 10th Floor Miami, FL 33130 Telephone: SO-416-6402 Fax 306.416.4685 Email: om d. In the event that different representatives or addresses are designated by either party after execution of title Agreement notice of the name, titia and address of the new representative will be provided to the other party. (4) r WAD. This Agreement contains all the terms and conditions agreed upon by the pertiee, (6) f,)=1.1MON This Agreement may be executed in any number of counterparts, any one of which may be taken as an original, D1ff1CATI Either party may request modification of the provisions of this Agreement, Changes which are agreed upon shall be valid only when in writing, signed by each of the parties, and attached to the original of this Agreement, (7) QQWQ The Sub7Reelpient Shall perform the work in accordance with the.Budget and Scope of Attaohmente A and a of this Agreement. (6) PERIOD OP AGREEMENT. `Rae Agreement shall begirt upon execution by both parties and will end December 31, 2024 unless terminated earlier In acoordanoe with the provisions of Paragraph (17) of this Agreement, Conek§tentwith the definition of "period of performance" contained in 2 C.F.R. a200.1, the term "period of agreernentrefere to the time during which the Sub -Recipient may Ind; new obligations to carry out the work authorized under this Agreement, In Accordance with g 0,F.R. §200,1, the ButaiRocipient may receive reimbursement under this Agreement only for "allowable costa incurred during the period of performance," tn accordance with section 215.971(1)(d), Florida Stattites, the Bab -Recipient may expend funds authorized by this Agreement."only for allowable costs resulting from obi' ations incurred during" the period of agreement, (9) FUNDING a. This Is a cost -reimbursement Agreement, subject to the availability of funds. b. The State of Florida's performance and obligation to pay under thie Agreement is contingent upon an anneal appropriationby the leglelature, and Subject to any modification In accordance with either Chapter 216, Florida. Statotes, or the Florida Constitution, o. The Division will reimbursealte Sub -Recipient say for allowable costs incurred byte Sub.Reciplent in the successful completion of each deliverable. The maxiMurn reimbursement amount tor each deliverable is outlined in Attachment A and B of this Agreement ("Budget and Scope of Work"). The maximum reimbursement arnotmt for the entirety of this Agreement 014,011,500.00. d, As required by 2 O.F.R. §2,00A16(a), any request foreayment under this Agreement must include a certification, slonatay:pn offlgjalwho is patagrkadi o legally 6` ub. , which reads as follows; isBy eigning this report( I certify to the beet of my knowledge end belief that the reportts true, complete, and accurate, and the expenditures disbursements and cash receipts are for the purposes and objectives set forth in the termsand conditions of the :Federal awardern aware that any false, fictitious, or fraudulent Informatterieor the omission of any material fact, may subject me to criminal, dvil or administrative penaltieSfor fraud, false statements, false claims or otherwise, (U.$. Code Title 13, Section 1001 Alnd11tte:31, Sections 3728.3730 and 3601.3812)." e. The Division will review any request for reimbursettient by comparing the documentation provided by the Sub-Reelpient against a performance measyre, outlinedin Attachment B, that clearly delineates: 4 i. The required minimum acceptable level of service to be performed; and, it. The oriterla for evaluating the eueceesiut cenpletion of each deliverable, f. The performance measure required by section 215.971(1)(b), Florida Statutes, remains consistent with the requirement fora•"performance goal which la defined in 2 O.F,R, §2OO,1 as "a target level of performance expressed as a tangible, measurable objective, against which eacttral' achievement can be compared," It also remetns consistent with the requirement, contained In 2 C,F.R, §2OO 82&, that the Division and the Sub -Recipient "rebate financial data to pet/on-nonce goals and objectives of the Federal award" g, If authorized by the Federal Awarding Agency, them the Division will relmburae the Sub. Re ciplent for overtime erxpenee s In sart°,ordance with 2 C.F.R. §2OO,ASO ("Compensation —personal services") and 2 C,F.R. §20O.4$1 (NCompensatl,n—fringe benefits"). If the Sub-Reolpient seeks reimbursement for overtime expenses for periods when no work is performed due to vacation, holldey, illness, failure of the ernpieayor to provide sufficient work, or other similar pause (see §207(p)(2)), thon the Dtviaion will treat the expellee eta a fringe benefit, 2 0,F.R, §2OO.431(a) defines fringe benefits as "altowanoss and services provided by employers to their employees as compeneetlon In addition to regular eateries and wage Fringe benefits are allowable under this Agrdentent as tong as the benefits are reasonable and are required by law, Sub -Recipient -employee agreement, or an established policy of the Sub-Rectpleni. 2 0,F R, §200,4l1(b) provides that the oast of fringe benefits In the fol•rn of regular ceornpeneation paid to employees during periods of authorized absences from the Job, such se for annual leave, f'amtlleretated Leave, atok leave, holidays, court leave, rnliltery leave, administrative Leave, and other similar benefits, are allowable If all of the foliowing criteria are mei: I. They are provided under established written leave policies; fi, The costs are equitably allocated to all related arctivitlee, including Federal awards; and, ilk The accounting basis (cash or aoertraI) selootead for costing each type of leave le onaistently followed by tie nen-Federel entity or specified grouping of employees, h. If authorized by the Federal Aw::trding Agency, then the }Division will reimburse the Sorb-Reolpient for travel expenses in aocordanoe with 2 G,F.R, §2O0.475, As required by the Reference Guide for State Expenditures, reimbursement for travel must be in accordance with section 1112.061, Florlde Statutes, which includes submission of the claim on the approved state travel voucher, if the Sub - Recipient seeks reimbursement for travel costs that exceed the amounts stated In aeotion 112.061(o)(b), Florida Statutes ($6 for breakfae3t, $11 for lunch, and $19 for dinner), than the Sub -Recipient must provide documentation that; 1 The costs ere reasonable and do not exceed charges normally allowed by the Sub-Reoiplent In its regular operations as a result of the Sub•Redlpient'a written travel policy; and, It. Participation of the individual in the travel le necessary to the Federal award, 5 L The tIviston's grant manager, as required by section 216.971(2)(c), Florid Statutes, shall rearanclle and verify all funds reoeivact against all Hinds expended during the grant agreement period and produce a final reooncillatlon report, The final report rnust identify any funds paid in excess of the expenditures incurred by the Sub-Reolplent. j. As defined by 2 CY R, §200.1, the term `Improper payment' means or Includes: 1, Any payment that should not have been made or that was me+de In an incorrect amount (Including overpayments and underpayments) under stetutory, contractual, administrative, or other legally applicable requirements; and, Any payment to an ineligible party, any payment for an Ineligible good or service, any duplicate payment, any payment for a good or service not. received (meet for such payments where authorized by law), any payment that does not account ter oredlt for applicable discxrunte, and aany payment where InsuffioIent or leek of documentation prevents a reviewer Prom dieoemin9 whether a peyment was proper, ic. Any advance payment under this Agreement is subject to section 216.181(19), Florida Statutes, The amount of advanced funds may not secsed the expected coah needs of Sub, recipient within the first ninety (90) days of the term of this Agreement. If an advance payment is requested, the budget data on which the request Is based, and a Juetificaiion statement shall be Included with this Agreement as Indicated in Attachment E, Justification of Advance Payment, Attachment E must spesalfy the amount of advenae disbursement requested and provide an explanation of the necessity for and proposed use of the funds, (10)F CQRPS, a. As required by 2 C,F.Ft. §200,337, the Federal awarding agency, Inspectors General, the Comptroller General of the United States, and the Division, or any of their authorized representatives, shall enjoy the right of access to any documents, papers, or other records of the Sub-Reoipientwhich are pertinent to the Federal award, in order to make audits, examinations, excerpts, end transcripts. The right of mccese also includes timely end reasonable access to the Bub-Reciplent's personnel for the purpose of interview and discussion related to such documents, Finally, the right of excess is not limited to the required retention period but lasts as long a$ the words are retained, b, As requires by sections 2O.056(e)(o) and 216,97(6)(b), Florida Statutes, the division, the Chief inspector General of the State of Florid►, the Florida .Auditor General, or any of their authorized representatives, shall enjoy the rljiht of aceesss to sny documents, financial statements, papers, or other rwords of the Sub-Reolptent which are pertinent to this Agreement, in orcier to make audits, examinations, axoerpts, and transcripts. The right of access also includes timely and reasonable me to the auto tecipient'e personnel for the purpose of interview and discussion related to such documente. o.. As required by 2 C,F,R, §200.334, the Sub -Recipient shall retale sufficient records to show its compliance with the terms of this Agreement, as wall as the compliance of all subcontractors or consultants paid from funds under this Agreement for period of three (3) years from the date of 6 submission of the final expenditure report•The following aro the only exc,optionoto the three (3) year requirement: Financial records„supporting doeUrtiOnts, Stodgiest:Fedora, andell other. nort#edertil entfty-records pertinent -to a Federal award must be retained fora Perled of three Veers from data Of eubmIssion..of the final:expenditurs report or, for Federal awards that are.renewod quarterly* or annuellY, front the date subMission .Of the quarterlyr.or annual Mahal -al rept*, reepectivelyi de reported to the federal ink/or-ding " • Olay or passathrOuGh entity hi • the coed ofa tub.fteolpient..federaloViarding, agenekteand r:Pass...through entitles.mustriotlinposo any other reoor.d retentlen requirements upon non - Federal entIttek. ltany 0000, claim, et audit leatarted beforethe explOtion 0.014.316er pained, thereCorde must be .retalned until all litigation, claims, or aid findings- involving the records have been resOlvadendfinat action taken. Vtinaittliertori-Fedenal• enraY terrerified Irt tyliOno.'w The Fodforal awarding agertcy.,:cogriOnt agencyfor audt overSight 'agency-ler audit:cognizant agency ferindirect costs,.or pass4hrough entity to extend the retention:period, ntt .Recps49 for real props* and eq010terkacquired filth PederaitOnds must be netsinedlor a. yeareafter final. disposition, 1AfhertredOrds are transferred to .ormaintalnedby the FederatawardIng agency orpi-through entthealear retention requirement -is hot appllosible to the non*.ederal entity, V. Records for program. income transactions alter the period ofperforrnano.fn.0,01110.,0880a, rediplente muat isort after theperlod.olperfornienea, Wherethere iserich .a reqUirernerit :the .nstention petted for the -records per.tsiirthg to to earning of the program from° :Starts from the end of the non -Federal errtity.'sliscaiyearin which income -is earned. vi. Inclined cog rate proposals Cost alledatione plansillia.paragrePhappilea to the fellowing types.Of docuMentsand•their supporting. records; Indirect coat rate computations. or proposals, toot allocation plans, -and any similar accountingtornputations ofitte. rate at which a parttcular groupoftests is Chargeable '(sUOKai.00rnputeraeage ehartiebtiek. rates or crOMposite fringe l*Otit r.atea), 1. If submitted for negotiation, rtho proposal, plan, or otercornput kni requiredto be submitted the Federal Gevernment(or tO the posit4hrou0h entity) te form. the. heels •fer dation of the rate, then theafryearrotentien period for its records starts front the date of suckatibtrilasion,: 2. If not .61.1.bmittedfor nagotlatien. W the prOpoSalIan1ot.othetc*nputat�Y,Is rot required to be ;submitted to ilia Fettc3rat government (or to the peas -through otitity) for negollatiol purposes, then the..3,10arreterition period for the.prormal, plan„or:computation and Its Supporting recordestrte from the end. of •fisoat year (or' Other atoeuntlng period) oevared by 'thopropdeat.plart„ or ottier 491110001m 7 d. In accordance with 2 C.F.R. §200.339, the Federal awarding agency must request transfer of certain records to its custody from the Division or the Sub-Reciplent when it determines that the records possess longeerm retention value, However, in order to avoid duplicate recordkeeping, the Federal awarding agency may make arrangements for the norefederal entity to retain any records that are continuously needed for joint use et. in accordance with 2 C.F.R. §200.336, the Division must always provide or accept paper versions of Agreement information to and from the Sub.Retiplent upon request, if paper copies are submitted, then the Division must not require more than an original and two copies. When original records are electronic and cannot be attered, there Is no need to create and retain paper copiee. When original records are paper, electronic versions may be substituted through the use of duplication or other forme of electronic media provided that they are subject to periodic. quality control reviews, provide reasonable safeguards against alteration, and remain readable. f. As required by 2 C.F,R. §200.303(e), the Sub.Recipient shall take reasonable measures to safeguard protected personally Identifiable Information and other Information the Federal awarding agency or the Division designates as sensitive or the Sub -Recipient considers sensitive consistent with applicable Federal, state, local, and tribal laws regarding privacy and obligations of confidentiality. g. Florida's Government in the Sunshine Law (Section 286,011, Florida Statutes) providee the citizens of Florida with a right of access to governmental proceedings and mandates three, basic requirements: CO m tinge of public boards or commissions must be open to the public; (2) reasonable notice of such meetings must be given; and, (3) minutes of the meetings must be taken and promptly recorded. The mere receipt of public Linde by a Ovate entity, standing alone, Is insuftloient to bring that entity within the ambit of the open government requirements. However, the Government In the Sunshine Law applies to private entities that provide services to governmental agencies and that act on behalf of those agencies in the agencies' performance of their public duties, if a public agency delegates the performance of its public purpose to a private entity, then, to the extent that private entity is performing that public purpose, the Government in the Sunshine Law applies. For example, If a volunteer fire department provides firefighting services to a governmental entity and uses facilities and equipment purchased with public funds, than the Government in the Sunshine Law applies to board of directors for that volunteer fire department. Thus, to the extent that the Government in the Sunshine Law applies to the Sub -Recipient based upon the funds provided under this Agmement, the meetings of the Sub. Recipient's governing board or the meetings of any subcommittee making recommendations to the governing board may be subject to open government requirements. These meetings shall be publicly noticed, open to the public, and the minute: of ail the meetings shall be public records, available to the public in accordance with chapter 119, Florida Statutes, h. Florida's Public Records Law provides a tight of access to the records of the state and local governments as well as to private entities acting on their behalf. Unless specifically exempted 8 from disclosure by the Legisleture, all materials made or received by a governmental agency (or a private entity acting on behalf of such an agency) In oonjunction with official business whioh are used to perpetuate, communicate, or formalize knowledge qualify as RIM records subject to public inspection. The mere receipt of public funds by a private entity, standing alone, la insufficient to bring that entity within the ambit of the public reoord requirements. However, when a public entity delegatea a public function to a private entity, the made generated by the private entity's performance of that duty become public reoorde. Thus, the nature and scope of the services provided by a private entity determine 'whether that entity to eating on behalf of a public agency and la therefore subject to the requirements of Florida's Public Records Law. The Sub-Reclpient hall maintain ail records for the Sub -Recipient and for all subcontractoror coneultente to be paid from funds provided under this Agreement, Including documentation of ell program costs, in a form sufficient to determine compliance with the requirements and objectives of the Budget and Soope of Work Attachment A end 13 . and all ether applicable laws and regulations. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 110, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (850) 815-7671, Records@em.myflorlda.com„ or 2$56 Shumard Oak Boulevard, Tallahassee, FL 32399. 1)AUDIT§, a. TM Sub.Reelpfent shall comply with the audit requirements Gon Wined In 2 OAR Part 200, Subpart P. b In accountine for the reoeipt and expenditure of funds under this Agreement, the sub -Recipient shall follow Generally Accepted Accounting Principles ('1GAAP"), Aa defined by 2 0,F,R, §200,1, GAAP "has the moaning speoified in accounting standards issued by the Government Amounting Standartie Board (GASS) and the Flnanolei Accounting Standards Board (PASEO,' c. When conducting an audit of the Sub -Recipient's performance under this Agreement, the Division shall use Generally Aatepted Government Auditing Standards MAGAS"). As deflned by 2 C.F.R. §200.1, GAGAS, "also known as the Yellow Book, means generally accepted government auditing standards Issued by the Comptroller General of the United States, which are applicable to financial audits.* d. If an audit shows that all or any portion of the funds disbursed were not spent In accordance with the conditions of this Agreement, the Sub -Recipient shall be held liable for reimbursement to the Divielon of all funds not spent in accordance with these applioable regulations and Agreement provislone within thirty days after the Division has notified the Sub•Reciplent of such non. compliance, 9 s. The Sub -Recipient Shall have all audits completed by an Independent auditor, which Is defined In section 215.97(2)(1), Florida Statutes, as 'an Independent certified public accountant licensed under chapter 473." The Independent auditor Shall stale thetthe audit complied with the applicable provisions noted above. The audit must be received by the Division no later than nine months from the and of the Sub-Reciplenes fiscal year. f, The Sub -Replant shall send copies of reporting packages for audits conducted In accordance with 2 C,F.R. Part 200, by or on behalf of the Sub-Reclpient, to the Division at the following address: DEMSingleAudit@em,myflorida.corn Office of the Inspector General 2555 Shumard Oak Boulevard Tallahassee, Florida 32399721.00 9, The Sub-Reciplent shall send the Single Audit reporting package and Form SF -SAC to the Federal Audit Clearinghouse by submission online at: illiPs:PL41910.$)cehe.ueMv h, The Sub-Reciplent shall send any management letter issued by the auditor to the Division at the following address: PEMSing Office of the Inspector General 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 (12)BLPORTS a. Consistent with .2 O.F,R. §200.328, the Sub -Recipient shall provide -the Division with quartet/ reports and a close-out report. These reports shall Include the current status and progress by the Sub -Recipient and all subcontractors in completing the work.ciescribed in the Scope, of Work and the expenditure of funds under this Agreement, In -addition to any other Information requested by the Division, b., Quarterly reports are due to the Division no later Than thirty (30) days after theend of each quarter of the program year and shall be sent each quarter unfit submission of the close-out report, The ending dates for each quarter of the program year are March 31, June ao, SoPternber.30,.and December 31 o. The close-out report is do 60 days after termination of this Agreement or 30 days after completion of the activities contained In this Agreement whichever first occurs, d. If ell required reports and copies are not sent to the Division or are not completed In a manner acceptable to the Division, then the Division may withhold further payntentS until they are 10 completed or may take other action as stated In Paragraph (16) REMEDIES. "Acceptable to the Division" means that the work product was completed in accordance with the Budget and Scope of Work. e, The Sub -Recipient shall provide additional program updates or information that may be required by the Division. t, The Sub -Recipient shall provide additional reports and information identified In Attachment B. (13)MPNITQfliNCI a. Consistent with 2 C.F.R, §200.328 the Sub -Recipient shall monitor its performance under this Agreement, es well es that of its subcontractors and/or consultants who are paid from funds provided under this Agreement, to ensure that time schedules are being met, the Schedule of Deliverables and Scope of Work are being accompllshod within the specified time periods, and other performance goals are being aoteeved. A review shall be done for each function or activity in Attachment B to this Agreement and reported in the quarterly report. b. In addition to reviews of audits, monitoring procedures may include, but not be limited to, On -site visits by Division staff, limited scope audits, andfor other procedures, The Sub -Recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Division. in the event that the Division determines that a limited scope audit 011ie Sub -Recipient Is appropriate, the Sub-Reciplent agrees to comply with any additional instruotions provided by the Division to the Sub -Recipient regarding such audit, The Sub-Reciplere further agrees to comply and cooperate with any inspections, reviews, investigations or audits deemed necessary by the Florida Chief Financial •Weser or Auditor General. In addition, the Division will monitor the performance and financial management by the Sub -Recipient throughout the contract term to ensure timely completion of ail tasks. (14)LjABILITY a, Unless Sub -Recipient Is a State agency or subdivision, as defined in section 768.28(2), Florida Statutes, the Sub -Recipient is solely responsible to parties it deals with in carrying out the terms of this Agreement; as authorized by section 768.28(10), Florida Statutes, Sub-ReeVent shall hold the Division harmless against all claims of whatever nature by third parties arising from the work performance under this Agreement, For purposes of this Agreement, Sub -Recipient agrees that It Is not an employee or agent of the Division but is an Independent contractor, b. As required by Beaton 768.28(10), Florida Statutes, any Sub-Reciplent which is a state agency or subdivision, as defined in section 768,28(2), Florida Statutes, agrees to be fully responsible for its negligent or todious acts or omissions which result in claims or suits against the Division, and agrees to be liable for any damages proximately caused by the acts or omissions to the extent set forth In Section 768.28, Florida Statutes, Nothing herein is Intended to serve as a waiver of sovereign immunity by any Sub-Reolpient to which sovereign immunity applies. Nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract. 11 o, As defined in section 200,310 Insurenoe Coverage; The none ederal entity must,.at a minimum, provide the equivalent insurance coverage for real property and equipment acquired or Improved with Federal funds es provided to property owned by the non. Federal entiiyy. Federally -owned property need not be insured unless required by the terms end conditions of the Federal award. (15)pgEjelej If any of the following events occur (".Events of Dt ewe"), ail obiigations on the part of the Division to make further payment of funds hell terminate and the Division has the option to exercise any of its remedies set forth In Fara+greph (1 tie however, the Division may malte payments or peartial payments after any Events of Default without waiving the right to exercise such remedies, and without becoming liable to make any further payment if; a, Any warranty or representation made by the Sub -Recipient In this Agreement or any previous agreerrrent with the Division is or becomes fated or misleading In any respect, or if the Sub - Recipient fails to keep or perform any of the obligettone, terms or oovenernts in this Agreement or any previoue agreement with the iDivision and has not cured them in timely fashion, or is unable or unwilling to meet its obligations under this Agreement; b. Material adverse changes mote In the financial oondition of the'Sub-Recipient at any time during the term of this Agreement, and the Bub-ReoIpfentfalls to aura tile adverse change within thirty days from the date written noth a Is sent by the Division; c, Any reports required by this Agreement have not boon submitted to the Dlvlelon or have been raubnrftted With incorrect, Incomplete, or ineulfleient Information; or, d. The Sub eciplent has failed to perform and complete on time any of tts obligee ans under thla Agreement. (1e) L PJE if an went of Default occurs, then the Division shall, After thirty oalend€ar days written notice to the Sub -Recipient sincl upon the Sub»Redlplent's failure to cure within those thirty days, exercise any one or more of the following remedies, either concurrently or consecutively; a, Terminate this Agreement, provided that the Sub -Recipient Is given of least thirty days prior written notice of the terminotton. The notice shall be effective when placed in the United States, first °less mall, postage prepaid, by regtetered or (ertltled mall -return receipt requested, to the address in paragraph (3) herein; b. begin an appropriate leg or equittebls ootlen to enforce performance of this Agreement; purl ctn o. Withhold or suspend payment of all or any part of i request for payment; ci. Require that the ;sub-Reolpiant refund to the Divielon any monies used for Ineligible the laws:, rules and regulations governing the use of these funds, e. t .xerciee any corrective or remedial actions, to Include but not be limited to 12 I, Request additional information from the Sub -Recipient to determine the reasons for or the extent of non-compliance or lack of performance, i. Issue a written warning to advise that more serious measures may be taken lfttae situation Is not csarreotsd, 111. Advise the Sub -Recipient to suspend, discontinue or refrain from inrring costs for any activities In question or iv. Require the Srub»Recipient to roimbur the Division for ths amaunt of costs Inourred for any items determined to be inelieib1e; f, The Division may Administratively close an Agreement, The DIv►sion rosy usv the adrninis rntive closeout process when a Sub-Redpient is not responsive to retsraonable efforts to colisct required reports needed to cornplete the standard close-out process. The Division will make three written etternpts to collect required reports before initiating administrative dose -out. In addition, if an agreement le administratively closed, the Division may deckle to irnpow) remedies for noncompliance per 2 CAR, i"3 2200.339, consider this information in reviewing future award applications, or apply spsolel conditions to exiattng car future awards, if the Division needs to administratively close an agreement, this may negatively impact a Sub.Reolplent'a ability to obtain future funding, g, Exorcise any other rights or remedies which rosy be available under law, Pursuing any of the above remedies will not stop the Divlston from pursuing any other remedies in this Agreement or provided at taw or in equity, if the Division waives any right or remedy in this Agreement or fails to insist on strict performance by the Sub -Recipient, It will not affect, extend or waive any other right or remedy of the Division, or fact the later exorciea of the came right or remedy by the Divission for any comer default by the Sub.Roolplent. (17)TORtvtINATlO4 a. The Division may terminate this Agreement for cause after thirty days (30) written netioe, Cause can Include misuse of hands, fraud, look cif compliance with applicable rules laws and regulations, failure to perform on time, and refusal by the sub -Recipient to permit public access to any document, purer, letter, or other Me del subject to dieolosure under chapter 119, Florida Statutes, as amended. b. The Division may terminate this Agreement for cause efter rejecting an _*peal sabmlttod due to noncompfleanoe, nonactivlty, and/or a lack of expenditure for four (4) consecutive quarterly reporting periods,. o. The Division may terminate this Agreement for convenience or when it determines, in its sole discretion, that continuing the Agreement would not produce beneficial results !Wine with the tether expenditure of funds, by providing the SubSub.Recipfent with thirty calendar days prior written nofioe, d. The parties may agree to terminate this Agreement for their mutual convenience through a written amendment of this Agreement, The amendment will state the effective date of the terrninatlon and the proosdureo for proper olooecrut of the Agreement, 13 e. In the event that this+ Agreement le terminated, the Sub-Reclpientwill not incur new obligations for the terminated portion of the Agreement after the Sub-Reofpient has raceivsd the notificetlon of termination. The $ub4 eciplent will cancel as many outstanding crbltgetlons as possible. Costs incurred after recelpt of the termination notice will be disallowed, The Sub -Recipient shall riot be relieved of liability to the Divisaion because of any breach of Agreement by the Bub-Reciptant. The Division may, to the extent authorized by law, withhold payments to the Sub•Reoipient for the purpose of set-off until the exact amount of damages due the Division from the Sub-Reolplent le determined. (18)PROCUR zM 11 a, The Sub -Recipient shall ensure that any procurement Involving funds authorized by the Agreement complies with all applioable federal and state ism and regulations, to Include 2 C,Fi . §§200.318 through 200.327 as well as Appendix II to 2 C,P,R. Part 200 (entitled "Contreot Provisions lbr Non -Federal Entity Contracts Under Federal Awards"). h, As required by 2 G.FR. §200.318(i), the SubReciplent shall "maintain records sufficient to detail the history of procurement. These records will include but are not necessarily limited to the following; rationale for the method of procurement, selection of contract type, contractor aeleotion or rejection, and the basis for the contreot price." c, As required by 2 C.F.R, §200.318(b), the Sub -Recipient shall "maintain oversight to ensure that contractors perform In accordance with the terns, conditIons, and speotftoatlons of their contracts or purchase orders," In order to demonstrate compliance with this requirement, the Sub- Recipient shell dooumsnt, In Its quarterly report to the Division, the progress of any and all subcontractors performing work under this Agreement, d. Fxoept for procurements by micro-purohases 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 Sul-Res<lplent chooses to subcontraot any of the work required under this Agreement, then the SteeReolpie►nt shall forward to the Division a copy of any aolicltntlun (whether oompetitive or noneoompetltive) at let* ten (10) days prior to they publication or ooratmunlcation of the solicitation. The Division shall review the solicitation and provide oomrnents, If any, to the Sub -Recipient within seven (7) business days. Consistent with 2 O.F.F. §200.326, the Pivisisart will review the eoIh ttatinn for compliance with the procurement standards outlined In 2 C.F,R. §200.a13 through 200.327 ea well as Appendix II to 2 C,F,R, Part 200. Consistent with 2 C,F,R, §200.318(k), the Division will not substitute its judgment for that of the Sub-Realplent, While the Sub -Recipient does not need the epproval of the Division in order to publish a competitive solicitation, tie review may allow the Division to identify deficiencies in the vendor requirements or In the commodity or service speolticatlons, The Division's review end comments shall net oonsstitute an approval of the solicitation. Regardless of the Division's review, the Sub,-Reolplent remains' bound by all applioable laws, regulations , and agreement tennis. If during Its review the Division identifies any defloiencies, then the Divisiort shalt oommunicete those deficiencies to the Sub -Recipient as quickly as possible within the 14 seven (7) business day window outlined above. if the Sub -Recipient publishes a competitive solicitation after receiving comments from the Division that the salltaltaatlon is deficient, then the Division may; 1. Terminate this Agreement In accordance with the provisions outlned In paragraph (17) above; and, II. Refuse to reimburse the Sub -Recipient for any casts associated with that eolittattc�n e. Except for Procurements urements by micro•purohases pursuant to 2 C,F.R. §200,320(a)(1) or proourements by small purchase procedures pursuant to 2 C,F.R. §2OO,320(a)(2), If the SuteRecipient chooses to subcontract any of the worts required under Ole Agreement, than the Sub -Recipient shall forward to the Division a copy of any contemplated contraot prior to contract execution. The Division shall review the unexeosrtod contract and provide comments, if any, to the Sub -Recipient within ae'ven (7) business days. Consistent with 2 O,F.R. §200,325, the Division will review the Unexecuted contraot for compliance with the procurement sfrandee:1s outlined in 2 C.F.R. §2O0,31$ through 200,327 as wall me Appendix 11 to 2 C,F.R. Part 200. Consistent with 2 C.F.R. §200.318(K), the Division will not substitute its judgment for that of the Sub -Recipient, While the Sub,Reciplent does not need the approval of the Dtvislon in order to ryxauuter xx subcontract, thie review may allow the DNIelon to identify deficiencies in the terms and conditions of the BUbconiraot as well ee dofctariotos In the procurement process that led to the subcontract. The Division's review anct comments shell not constitute an approval of the subcontract. Regardless of the Division's review, the Sub.Reolpient remains bound by ail applicable laws, regulations, and agreement term. If during its review the Division identifies any cieficlenctea, then the Division shall communicate those deficiencies to the Soh-Reorpiont es cluloldy as possible within the seven (7) business day window outlined above, if the Sub-Rootpient exaouteee a subcontract after receiving a -communication from the Dlviaton that they subcontract le non -compliant, then the Divistora may: i. Terminate this Agreement in accordance with the provisions outlined in paragraph (17) above; and, it. Refuse to reimburse the Sub.Rootptent for any posts assoolated with that subcontract. f. The b-Reciplent agrees to Include to the subcontract that (I) the subcontractor Is bound by the terms of this Agreement, (11) the subcontractor is bound by all applicable slats and federal taws: and regulations, and (Ili) the subcontractor shall hold the Division and Sub -Recipient harmless against ell claims of whatever nature arisirrg out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. effected g. As required by 2 C,F.R. §200,393(c)(1), the Sub.Reolplent shah "maintain written standards of conduct coveting conflicts of Interest and governing the actions of its employees engaged in the aaeleotion, award and odministrstlon of oontraacta,„ h. As required by 2 C.F.R. §200.319(b) contractors that develop or draft specification, :requlrrcrnents, statements of work, or invitations for bids or requests for proposals must be excluded from 15 competing for such procurements, The Sub -Recipient or pass-thru entity must disclose to the Division, in writing, any real or potential oanflict of interest that may anise during the administration of the federal award, as defined by federal statutes or regulations, or their own existing polioies, within five (6) days of learning of the Conflict of interest, "Conflict of Intere$t" is considered as any situation where an employee, officer, or agent, any members of his el' her immediate faintly, or his or her partner has a oleos personal relationship, business relationship, or professional relationship, with a recipient or Sub -Recipient, As acquired by 2 C,F,R, §200,319(s), the Sub.Reulplent shall conduct any procurement under this agreement "In a manner providing full and open competition." Accordingly, the Sub -Recipient shall not t, Pia cne unreasonable requlramente on firms in order for them to qualify to do ausinese; iI. Require unnsoesc ary experlet or excessive handing; Use noncompetitive pricing practices between firma or between affiliated meanies; Iv. Execute noncompetitive contracts to consultants tia>:xt am on retsainer oontracts; vR Authorize, condone, or Ignore organizational conflicts of Interest; vi, Speoify only a brand name pruduot without allowing vendors to offer an t quivalent; vii. $petrify a !rend name product instead of describing the performance, specifikatiens, ear other relevant requirements that pertain to the commodity or service solicited by the procurement viii, Engage irr any arbitrary adtlon during the procurement process; or, Ix. Allow a vendor to bid on a contract If that bidder was involved with developing or draining the peolifcations, requirements, ettatoment of work. Invitation to bid, or request for proposals. J. "[E]xcept in those races where oppitoable Federal statutes expressly mandate or ancoureige" otherwise, the Sub.Realpient, se required by 2 C,F R §200.319((), shall not use a geographic preference when procuring commodities or services under this Agreement. k, The Sub•Reolpient shall condua any procurement lnvotvinp invitations to bid (I.0. sealed bide)! sacccrdance with 2 0,F,R. §200.320(b)(1) as well as section 267,057(1)(a), Florida Statutes, I. The Sub.,rtaolpient shall conduct any procurement involving requests for proposals (1,e. uornpetltive proposals) in accordance orcieance with 2 C,F.R. §200,320(b)(2) as well es section 287467(1)(b), Plarea Statutes. m. For eFaoh subcontract, the Sub Raalptent shall provide information to the Division as to whether that subcontractor Is a minority business enterprise, as defined In Section 288,703, Florida 16 Statutes, except for the requirement the subcontractor be domiciled in Florida, on the required Procurement Method Report (Farm 5). Additionally, the Sub -Recipient shall comply with the requirements of 2 C.F.R. §200.321 ("Contracting with small end minority businesses, women's business enterprises, and labor surplus area firms"). r+, FEMA has developed helpful resource$ for Sub.Reclplents uaIncg federal grant funds for proourem©nts,1 hest resources are generally available at httptet/www.fema.gov/grantslprocurement. PIEMA periodically updates this resource page so please check beck for the latest Information, While not ell the provisions discussed in the resources are applicable to this subgrunt agreement, the Sub•Reciplent may find these resources helpful when drafting he solicitation and contract for compliance with the Federal procurement standards outlined In 2 C.F.R. §§200,313 through 200.327 as well as Appendix 1I to 2 C.F,R. Part 200. (10)A XI-1104TS a. Alt attachments to this Agreement are incorporated as If set out fully, b. In the event of any Inconsistencles or conflict between the language of this Agreement ar►d the attachments, the language of the attachments shall control, but only to the extent of the conflict or Inconsistency. c. This Agreement has the following attachrner►ts. 1, Exhibit 1 Funding Sources Exhibit 2 — Certifoation Regarding Telecom and Video {eotrictione ill. Exhibit 3 — Certification Regarding Lobbying iv; Attachment A —:Program Budget v. Attachment B — Scope of Work vt. Attachment C — Deliverables and Performance vll. Attachment D -• Program Statutes and Regulations viil. Attachment E — Justification of Advance Payment Ix, Attachment F — Warranties and Representations x, Attachment G — Certification Regarding Debarment, Seepensicn, inaligibiiity and Voluntary Exclusion xl Attachment H — Statement of Assurances xit. Attachment I — Mandatory Contract Provisions xlii, Attachment J Finanotal and Program Monitoring Guidelines xiv, Attachment K EHP Guidelines xv, Attachment L — Reimbursement Cheekiist 1201PAYMt NTe3 a. 1f the necessary funds are not available to fund this Agreement as a result of action by the United States Congress, the federal Office of Management and Budgeting, the State Chief 17 Financial Officer or under subparagraph (0)1e. of this Agreement, all obligations on the part of the Division to make any further payment of fonds shall terminate, and the Sub.Reolplent shall submit Its closeout report within thirty days of receivIne notice from the Division. b. invoices shall be submitted at loestquarterly and shall include the supporting documentation for all caste of the project or services. 'The final Invoice shall be submitted within thirty (30) days after the expiration date of the agreement, An explanation of any oircumetanees prohibiting the submittal of quarterly invoices shall be submitted to the Divielon grant manager as part of the Sub. Recipient's quarterly reporting as referenced in Paragraph (12) of this Agreement. o, Any advanoe payment under this Agreement Is sublect to 2 0,F.11, §200.306 and, as EIPPileable, section 216,181 (16), Florida Statutes, AO requests for advance payments will be reviewed and coneldered on a caseeby.oase basis, Ali advances are required to be held in an interest -bearing account. If an advance payment is requested, th* budeefdata on which the request Is based, and a Justification statementshall be included h this Agreement as Attachment E. Attachment E will specify the arriount of advance payment needed and provide an explanation of the necessity for and proposed use of these funds, No advance ehall be Scpepted for processing if a reimbursement has been Paid prior to the submitted of a request for advanced payment, After the Initial advance, if any, payment _shall be made -On a reimbursement basis as needed, (21 inP/e eilEhITS a. Alt refunds or repayments dus to the Division under this Agreement are to be made payable to the order of "DMsion of Emergenoy Management', and malted directly te the following address: Division of Emergency Management Cashier 2655 $hurnard Oak Boulevard Tallahassee FL 323094100 b. in accordance with section 216,34(2), Florida Stetutes, if a check or other draft la returned to the Division for collection, Sub -Recipient shall pet the Division a service fee of $16.00 or 6% of the face amount of the returned check or draft, whichever le greater, 22140.1PALED...Q.OPITElla. a, The validity of this Agreement Is subject to, the truth arid mimeo" of all the Information, representations, and materials submitted or provided by the Sub -Recipient In thls Agreement, in any later etibmieelon or response to a Division request, or In any submission or response to Mille the requlrementa .of this Agreement, All of said information, representations, and materials are Incorporated by referenoe. The 'nor:curacy of the submissions or any material changes shall, at the option of the Division and with thirty days written notes to the Sub -Recipient, cause the termination of this Agreement and the release of the Division from all Its obit atione to the Sub.Reciplent, ,18 b. This Agreement shall be construed under the laws of the State of Florida, and venue for any actions arising out Of this Agreement shall be In the Circuit Court of Leon County, if any provision of this Agreement is in conflict with any applicable Statute or rule, or is unenforceable, then the provision shall be null and void to the extent of the conflict, and shalt be severable, but shall not invalidate any other provision of this Agreement, c. Any power of approval or disapproval granted to the Division under the terms of this Agreement shall survive the term of this Agreement, d. The Sub•Recipient agrees to comply with the Americans With Disabilities Act (Public Law 101-3$6, 42 U,S,D. Section 12101,g1„eg„g:), which prohibits discrimination by public and private entities on the basis of disability in eniployrnent, public accommodations, transportation, State and local government services, and telecommunications. e, Those who have been placed on the gprlvlrttet vendor list following a conviction for a public entity crime or on the ellscriminatory, vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a pubilo entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public: entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of $26,000.00 for a period of 38 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list, f. Any Sub-Reolpient which ie not a local government or state agency, and which receives funds under this Agreement from the federal government, certifies, to the best of its knowledge and better, that it and its principals: I. Are not presently debarred, suspended, proposed for debaneent, declared ineligible, or voluntarily excluded from covered transactions by a federal department or agency; 11, Have not, within a five-year period preceding this proposal been convioted 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 (federai, state or local) transaction or contract under public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or des►tructon of records, making false statements, or receiving stolen property; III. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any offenses enumerated in paragraph (22) f. II. of this certification; and, Iv, Have not within a five-year period preceding this Agreement had one or more pubilo transactions (federal, state or local) terminated for cause or default. a, If the Sub-Reotpient Is unable to certify to any of the statements in this certification, then the Sub-Rooipient shall attach an explanation to this Agreement, 19 h. In addition, the Sub -Recipient shall send to the Division (by email or by facsimile transmteelon) the completed "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion" (Attachment G) for each Intended subcontractor which Sub. Recipient plans to fund under this Agreement. The form must be received by the Division before the Sub-Reciplent enters Into a contract with any subcontractor. The Division reserves the right to unilaterally canoe( this Agreement lithe Sub.. Recipient refuses to allow public access to ail dootiments, papers, letters or other material subjeot to the provisions of chapter 119, Florida Statutes, which the Sub.Reciplent created or received under this Agreement, I, If the Sub.Reciplent is allowed to temporarily invest any advances of funde under this Agreement, any interest income shall either be returned to the Division or be applied against the Division's obligation to pay the contract amount, k. The State of Florida will not intentionally award publicly funded contraots to any contractor who knowingly employa unauthorized alien workers, constituting a violation of the employment provisions oontalned hi 8 U,S.0, Section 1324a(e) (Section 274A(e) of the immigration and Nationality Aot ("INK)]. The Division shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the INA. Such violation by the Sub.Raciplent of the employment provisiona contained In Section 274A(e) of the INA shall be grounds for unilateral cancellation of this Agreement by the Division. I. Section 287,06806, Florida Statutes, requires that any state funds provided for the purchase of or improvements to real property are contingent upon the contractor or political subdivision granting to the state a security Interest in the property at least to the amount of state funds provided for at least 6 years from the date of purchase or the completion of the improvements or as further required by law, m. Unless preempted by federal law, the Division may, at Its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287.136(6), F.8„ or been placed on the Scrutinized Companies with Activities In Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or WW1 engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott 'eras! List or is engaged In a boycott of Israel. (23)LOBENINO PIR01-11131TION a. 2 C.F.R. §200,460 prohibits reimbursement for costs associated with certain lobbying sotivities. b. Section 218,347, Florida Statutes, prohibits "any disbursement of grants and aids appropriations pursuant to a contract or grant to any person or organization unless the terms of the grant or oontract prohibit the expenditure of funds for the purpose of lobbying the Legislature, the judicial brsnoh, or a state agency." 20 o. No funds or other resources received from the Division under this Agreement may be used directly or Indirectly to Influence legislation or any other official action by the Florida Legislature or any state agency. d, The Sub -Recipient certifies, by Its sigr►ature to this Agreement, that to the best of his or her knowledge and belief: I. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Sub -Recipient, to any person for Influencing or attempting to influence an officer or employee of any agency, a Member of Congress, en officer or employes of Congress, or an employee of a Member of Congress In connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement. It. If any funds other than Federal appropriated funds have been paid or wilt be paid to any person for influencing or attempting to Influence an oflioer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Sub -Recipient shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Aotivitios." The Sub-Reclplentshall require that this certification be included in the award documents for all subawards (Including subcontracts, aubgrants, and contracts under grants, loans, and cooperative agreements) and that oil Sub -Recipients shall certify and disclose. Iv. This certification Is a material representation of fact upon which relirrrnce was placed when this transaction was made or entered Into. Submission of this certification is a prerequisite for snaking or entering Into this transaction Impoasd by Section 1352, Title 31,11,S, code. Any person who falls to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. v, if this subgran:t agreement amount is $1 OO,OOO or more, the Sub•Reuiplent, and subcontractors, as applicable, shall sign Attachment M — Certification Regarding Lobbying. (24)COpYRJPt-T+PAT JTANDTRAD .MA 4 EXCEPT AS PROVIDED BELOW, ANY AND ALL PATENT RIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY RESERVED TO THE STATE OF FLORIDA; AND, ANY AND ALL. COPYRIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY TRANSFERRED BY THE SUB.RECIPIENT TO THE STATE OF FLORIDA. a. If the Sub -Recipient has a pre-existing patent or copyright, the Sub -Recipient shell retain all rights and entitlements to that pre-existing patent or copyrightunless the Agreement provides otherwise. 21 b. If any discovery or Invention is developed in the course of or as a result of work or services performed under this Agreement, or In any way connected with it, the sub -Recipient shall refer the discovery or invention to the Division for a determinatlon whether the State of Florida will seek patent protection In its name. My patent rights accruing under or in connection with the performance of this Agreement are reserved to the State of Florida. If any books, mancals, films, or other copyrlghtable material are produced, the Sub -Recipient shall notify the Division, Any copyrights accruing under or In connection with the performance under this Agreement are transferred by the Sub -Recipient to the State of Florida. o Within thirty days of execution of this Agreement, the Sub -Recipient shall disclose ali intellectual properties relating to the performance of this Agreement which he or she knows ar should know could give rise to a petard or copyright, The Sub -Recipient shall retain all rights and entitlements to any pre-existing intellectual property which Is disclosed, Failure to disclose will indicate that no such properly exists. The Division shall then, under Paragraph (24) b„ have the right to all patents and copyrights which accrue during performance of the Agreement. d, If the Sub -Recipient qualifies as a state university under Florida law, then, pursuant to section 1004,23, Florida Statutes, any invention conceived exclusively by the employees of the Sub- Realplent shall become the sole property of the Sub -Recipient. in the case of joint Inventions, that is Inventions made jointly by one or more employees of both paarties hereto, each party shall have an equal, undivided Interest in and to such joint inventions. The Division shall retain a perpetual, irrevocable, fully - paid, nonexclusive license, for its use and the use of its oontractors of any resulting patented, copyrighted or trademarked work products, developed solely by the Sub -Recipient, under this Agreement, for Florida government purposes, (26),LSOAL 6UTNOZ,610, The :Sub -Recipient certifies that it has the legal authority to receive the funds under this Agreement and that .its governing body has authorized the execution and acceptance of this Agreement, The Sub- Reoiplent also certifies that the undersigned person has the authority to legally execute and bind Sub - Recipient to the terms of this Agreement a. In accordance with 41 C.F.R. 000-1.4(14 the Sub -Recipient hereby agrees that It will incorporate ar cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 CF'R Chapter Ott, which Is paid for In whole or in part with funds obtained from the Federal Government or borrowed an the credit of the Federal Government pursuant to a grant, contraot, loan, insurance, or guarantee, ar undertaken pursuant to any Federal program involving such grant, oontraot, loan, 'insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as follows: 22 i, The contraactor will not dlsorlminate against any employee or applicant for employment because of race, color, religion, sex, .sexual. orientation, gender identity, or national origin. The contractor will take afil►mattve action to ensure that applloante are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender Identity, or national origin. Such action shall include, but not be limited to the following; Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selaotian for training, Including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, nottcee to be provided setting forth the provisions of this nondiscrimination clause, II. The contraotor will, le all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive oonslderatlone for employment without regard to race, color, religion, sex, sexual orientation, gender Identity, or national origin, 111, The conbaotor will not discharge or In any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances In whloh 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 do not otherwise have aocess to such information, unless such disclosure Is in response to a formal complaint or charge, In furtherance of an investigation, proceeding, hearing, or action, Including an investlgatkm conducted by the employer, or is consistent with the contractor's legal duty to furnish information, Iv, The contractor will send to each labor union or representative of workere with which he has a eolIective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section and shall post copies of the notice In conspicuous places available to employees and applicants for employment. v, The contractor will comply with all provisions of Executive Order 11240 of September 24, 1966, and of the rules, regulations, and relevant orders of the Secretary of Labor. vi, The contractor will furnieh all Information and reports required by Exet;utive Order 11246 of September 24,1966, and by rules, regulations, and orders of the Seoretary of tabor, or pursuant thereto, and will permit amass to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of Investigation to ascertain compliance with such rules, regulations, and orders, vil. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, 23 regulations, or orders, this contract may be oanceied, terminated, or suspended In whole or In part and the contractor may be declared ineligible or further Government contracts or federally assisted construction contracts in accordance with procedures authorized In Executive Order 11246 of September 24, 1966, and such other sanctions may be imposed and remedies invoked as provided In Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Leber, or as otherwise provided by law, vill. The contractor will Include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (S) in every subcontract or purchase order unless exempted by rulee, regulations, or orders of the Secretary of Labor Issued pursuant to section 204 of Executive Order 11246 of September 24, toes, so that suoh provisions will be binding upon each subcontractor ar vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, Including sanotions for noncomplianoe: Provided, however, that In the event a contactor becomes involved in, ar Is threatened with, litigation with a suboontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States, b, The Sub -Recipient further agrees that it wilt be bound by the above equal opportunity clause with respect to its own employment practices when it partiolpatee in federally assisted construction work: Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause Is not applicable to any agency, Instrumentality or subdivision of such government which doee not participate in work on or under the contract, o, The Sub-Reolpient agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the oornpllance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such Information as they may require for the supervision of such compliante, and that It will other/Aso assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. d, The Sub -Recipient further agrees that It wilt refrain from entering into any coentract or contract modifioation subject to Executive Order 11246 of September 24,1066, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federelly assisted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause) as may be imposed upon oontractors and subcontractors by the administering agency ar the Secretary af Labor pursuant to Pad11, Subpart D of the Executale order. In addition, the Sub -Recipient agrees that If it falls ar refuses to comply with these undertakings, the administering agency may take any or all of the following actions: cancel, tenainate, or suspend In whole or in part this grant (contract, loan, Insurance, guarantee); refrain from extending any further assistance to the Subaleolpient under the program with respect to which the failure or refund meurred until satisfactory 24 assurance of future compliance has been received from such Sul›Reciplent; and Department of Justice for appropriate legal proceedings. (27)OFN I. CKBACK ACT The Sub-Reoiplent hereby agrees that, unless exempt under Federal law, it will incorporate or woo to be incorporated into any contract for construction work, or modification ther the following clause: I, Contractor. The contractor shalt comply with 18 U,S.C, § 874, 40 U.S.C. § 3146, and the requirements of 29 C.F.R, pt. 3 as may be applicable, which are Incorporated by reference Into thin contract, Subcontracts, The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate Instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor 'shall be responsible for the compliance by any subcontractor or lower tier auboontraotor with all of these contract clauses. for the case to the 1i1, (reach, A breach of the contract clauses above may be prounde for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F,R, § 6,12, (2e) ISA L, Np 8AFETY.,STAN,DARDS If the Sub -Recipient, with the funds authorized by this Agreement, enters into a contract that exceeds $100,000 and involvea the employment of meohantcs or laborers, then any such contract must include a provision for compliance with 40 U,S,C, '3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5), Under 40 U,$,C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week Is permissible provided that the worker Is oompensated at a rate of not loss than ones and a half times the basic rate of pay for all hours worked In excess of 40 hours In the work week. The requirements of 40 U.S,C., 3704 are applicable to construction work and provide that no taborer or mechanic rnust be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation. (2.0) OLL,I=iV,; t)i1°(ROI, ACT Vibe Sub -Recipient; with the funds authorized by this Agreement, enters Into a contract that exceeds $'t a0,000, then any such contract must Include the following provision; Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S,C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C, 1251.1387) and will report violations to FEMA and the Regional Office of the Environmental protection Agency (EPA). (30aMairgg4 ANt t IAEtPIT if the Sub -Recipient, with the funds authorized by this Agree them any soh contract must include the following provisions: i, This contract Is a covered transaction for purposes of 2 C.F.R, pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, Rs prinoipais (defined at 2 C.E.R. § 180.996), or its affiliates (defined at 2 C.F.R. § 180.906) are excluded (defined at 2 C,F.R. § 180.90) or disqualified (defined at 2 C,F.R. § 180.935). II, The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C,F.R. pt, 3000, subpart C and must include a requirement to comply with these regulations In any tower tier covered transaction It enters Into, III. This certification is a material representation of fact relied upon by the Division. If it Is later determined that the contraotor did not comply with 2 C,F,R. pt. 180, subpart C and 2 C,F.R. pt. 3000, subpart C, In Addition to remedies available to the Division, the Federal Government may pursue available remedies, including but not limited to suspension andtor debarment nt, enters Into a contract, 1v. The bidder or proposer agrees to oampiy with the requirements of 2 0,F.R, pt, 180, subpart C and 2 C.F,R, pt, 3000, subpart G 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 r Wiring such compliance In its lower tier covered transactions. if the Sub -Recipient, with the funds authorized by this Agreement, enters into a contract, then any such contract must include the fallowing clause: Byrd Anti -Lobbying Amendment, 31 U.S.C. § 1362 (es amended)., Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Eaoh tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to Influence an officer or employee of any agonoy, a member of Congress, officer or employee of Congress, or an employee of a member of Congress In connection with obtaining any Federal contract, grant, or any other award covered by 31 U.8,0, § 1362. Each tier shall also disclose any lobbying with non- Federal funds that takes place in conneotlon with obtaining any Federal award, Such disclosures are forwarded from tier to tier up to the recipient. if the Sub -Recipient enters Into a contract with a subcontractor for an award of $100,000 or rnon , the subcontractor shall sign Exhibit 3 — Certification Regarding Lobbying. 3?. A- it t BUSINESSES, Wi7MI N'$ i 1$INop aitgaeROP,AND liv,PEMBPI,US AligA FI! M a, if the Sub -Recipient, with the funds authorized by this Agreement, seeks to procure goods or services, then, In accordance with 2 C,F,R. §200.$21, the Sub -Recipient shall take the following affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used wftenever possible: 26 Placing quelified small and minority businesses and women's business enterprises on solicitation lists; 11. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potentlel sources; MN, Dividing total :requirements, when ecnriomlcaily.feasible, Into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; lv, Establishing delivery schedules, where the requirement permits, which encourage partla!salon by small and minority businesses, and women's business enterprises; v. Using the services and assistance, ps7 gpprggriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Dommeroe; and vi. Requiring the prune contractor, if subcontracts are to be let, to take the affirmative stops listed In paragraphs i. through v. of this subparagraph, b, The requirement outlined In subparagraph a, above, sometimes referred to as "socioeconomic contracting," does not impose an obligation to set aside either the solicitation or award of a contract to these types of firms, Rather, the requirement only Imposes an obligation to carry out and document the six affirmative steps identified above. c, The "socioeconomic contracting" requirement outlines the affirmative steps that the Sub"Realplent roust take; the t equiremente do not preclude the Sub -Recipient from undertaking additional steps to involve small and minority businesses and women's business enterprises. d, The requirement to divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises, does not authorize the Sub -Recipient to break a single project down Into smaller components in order to circumvent the micro -purchase or email purchase thresholds so as to utilize streamlined acquisition procedures (e.g. "project splitting") immulamciga The Sub -Recipient shall compiy with any Stet en of Assurances incorporated me Attachment Si, 27 IN WITNESS WHEREOF, the parttes hereto have executed this Agreement, S ECIPIENT: CITY OF MJAML(1re Rescue) By: Name and Title: Date: FID# 00375 If signing electronically; By providing this electronic signature, I am attesting that I understand that electronic signatrues are legally binding and have the same meaning as handwritten signatures, 1 am else confirming that internal controls have been maintained and that policies and procedures wore 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 the data on this form Is accurate to the best of my knowledge. STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT Digitally signed by Linda McWhorter Linda McWhorter -i,,,'ci,diztre9,::=:71;=:..,:::::,;71:keitz:--n`b By: Date: 2023.05.17 172954 for: Name and Title: Kevin Guthrie, %Teter Data: See e-sionature above 28 ES(HISIT — Federal Programs and Resources Awarded THE FOLLOWING FEDERAL RESOURCES ARE AWARDED TO THE SURRECIPIENT UNDER THIS AGREEMENT Federal Prograrm EIQMELANEC OG M Federal Agency; U.S, Deoartmentf Homelatig Sgewity, Foetal Catalog of Federal Domestic Asslatanoa title and number, 97.067 Award amount: $140012.§00,00 THE FOLLOWING COMPLIANCE REQUIREMENTS APPLY TO THE FEDERAL, RESOURCES AWARDED UNDER THIS AGREEMENT: Federal Program HOWLAND 4EPURITY_G3AN:r PROGRAM List applicable compliance requirements as blows; 1. Subaesipient is to use ORAN to perform eligible activities as kientified FY 2022 Department of Homeland Security Notice of Funding Opportunity. 2, Sub.riecipient is subjectto all administrative and financial requirements as setforth In this Agreement or will not be in compli ce with the terms of the Agreement. Sub -Recipient must comply, with spedfio laws, Mos, or regulations that pertain to how the awarded resources must be used or how eligibility determinations are to be made. NOM 2 ORR. Port 200, and section 216.97(5)(a), Florida Statutes, require that the Information about Federal Programs and State Projects Included in Exhibit 1 be provided to the Sub -Recipient. 29 EXHIBIT — 2 Certification Regarding Telecommunlo,a0ons and Video Restrictions EffectiVe August 13, 2020, DHSIFEMA Sub -Recipients, as well as their contractors and subcontractors, may not use grant funds under the Nonprofit Security Grant Program covered by this Agreement ad provided in FY 2022 or previous year to: 1. Procure or obtain, extend or renew a contract to procure or obtain, or enter into a contract to procure or obtain any equipment, system, or service that uses "covered telecommunications equipment or services" as a substantial or essential component of any system, or as critical technology of arty system; or 2. Enter into, extend or renew contracts with entities that use or provides as part of its performance of this agreement or any other contactual instrument, any equIpment, system, or service that uses 'covered telecommunications equipment or services* es a substantial or essential component of any system, or as critioat technology as part of any system. This prohibition regarding certain telecornmunIcations and video surveillance services or equipment Is mandated by section 889 of the John S. McCain National Defense Authorization Act for Fisoal Year 2019 (FY 2019 NDAA), Pub. L, No, 110-232 (2010), and 2 C.F.R. § 200,216, 200.327, 200A71, AND Appendix 11 to 2 C,F.R, Part 200. Sub-Recipteres may use DHS/FEMA grant funding to procure replacement equipment and services impacted by this prohibition, provided the costs are otherwise consistent with the requirements of the FY 2021 Preparedness Grants Manual, applicable appendix to the Manual, and applicable NOFO. DHS/FEMA vvill publish additional guidance in a subsequent information Bulletin or similar notice, Per Beaton 889(f)(2)-(3) of the FY 2019 NDAA, covered telecommunications equipment or services means: 1. Telsoommunloations equipment produced by Huse's/ Tecthnotogies Company or ZTE Corporation, (or any subsidiary or affiliate of such entities); 2. For the purpose of public safety, security of Government fadlities, physical security surveillance of critical Infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou HikvIsion Digital Technology Company, or Dahua Technology Company (ar any subsidiary or affiliate of such entitles); 3. Telecommunications ar video surveillance services provided by suoh entities or using such equipment; or 4. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Direator 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 Chlea. In the event the Sub,Reciplent identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance or at any time or by any other source, the Sub-Reelpient shall report the Information to ihe MA; 1. Within one business day from the date of such identification or notification: The oontract number; the order number(s), If applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturerpart number, or wholesaler number); Item description; and any readily available Information about mitigation actions undertaken or recommended. 2. Within 10 business days of subrnitting the aforementioned information: My further available Information about mitigation actions undertaken or recommended. in additton, the Sub-Reolpient 30 shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be Incorporated to prevent future use or submission of covered telecommunications equipment or services. Sub -Recipient: CITY OF MIAMI (Fire Rescue) By: Arthur oriega, City Manager Printed Name and Title c:N ail g4 Date: /2-3 If signing electronically: By providing this electronic signature, I am attesting that I understand that electronic signatures are legally binding and have the same meaning as handwritten signatures. I am also confirming that internal controls have been maintained, and that policies and procedures were properly followed to ensure the authenticity of the electronic signature. This statement is to certify that I confirm that this electronic signature is to be the legally binding equivalent of my handwritten signature and that I understand that it is my responsibility, on behalf of the organization, to ensure that we adhere to these restrictions. 31 EXHIBIT -. 3 CERTIFICATION REGARDING LOBBYING Chock the appropriate box: CI This Certification Regarding lobbying is required because the Contract, Grant, Loan, or Cooperative Agreement will exceed $100,000 pursuant to 2 C.F.R. Part 200, Appendix 11(I); 31 U.S.C. § 1352; and 44 C,F.R. Part 18, 0 This Certification is not required because the Contract, Grant, Loan, or Cooperative Agreement will be equal to or less than $100,000, APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, e Member of Congress, an officer or employee of Congress, or an employeeof a Member of Congress In connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering Into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for Influencing or attempting to influence an officer or employee of any agency, a Member of Congress, en officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3, The undersigned shall require that the language of this certlfication be Included in the award documents for all subawerds at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that ail Sub -Recipients shall certify and disclose accordingly. This certification Is a material representation of fact upon which reliance was placed when this transaction was made or entered Into, Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1362, title 31, U.S, Code, Any person who fells to file the required certification shall be subject to a civil penalty of not loss than $10,000 and not more than $100,000 for each such failure. The Sub -Recipient or subcontractor, it r Nblr'•il Q, , certifies or affirms the truthfulness and accuracy of each statement of Its certification and disc ure, If any, in addition, the Contractor under s nds and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims r d Statement, apply to this certification and disclosure, if any, J ipientlsubcontractor's Authorized Official Arthur Nor Ieg , City Manager Name and Title o Sub-Recipientlsubcontractor's Authorized Official ( ti Date 32 ATTACHMENT A Program Budget, Below is a general budget which outlines eligible categories and their allocation under this award. The Sub -Recipient is to utilize the "Program Budget" as a guide for completing the "Budget Detail Worksheet" below, The Equipment category will require Authorized Equipment List (AEL) reference number. The Authorized Equipment List (AEL) is a list of approved equipment types allowed under FEMA's preparedness grant programs. The intended audience of this tool is emergency managers, first responders, and other homeland security professionals, The list consists of 21 equipment categories .divided Into sul>,categories, tertiary categories, and then individual equipment items. The AEL can be found at tittp://Www.fema.gov/authorlzecl.equipment-ilit. -The transfer of funds &Mason the'vetegeriesilited lathe I)rogram Budgetend Scope of Work" Is pormittsd, I-Vol/waver, the transfer of tutu& hetweetlISSffee fa strictly prohibited, FY 2022 - State Homeland Security Grant Program — Urban Area Security initiative issuo #46 CITY OF MIAMI (Are Rescue) Award Allocation — Issue 45 $14,760,000,00 State Management & Administration withheld 5%• Expendable Award Allocation after.5% reductipn LETP-Type Activities (215% of award allocation) This amount Is not in addition to the remaining award amount but Instead signifies the amount needed to meet the 25% requirement, Management and Administration (the dollar amount which correspon to 5% of the total local agency allocation is shown in the column on the ri ht 33 $14,012,600.00 BUDGET DETAIL. WORKSHEET The Sub -Recipient is required to provide a completed budget detail worksheet, to the Division, which accounts for the total award as described in the °Proposed Program Budget". If any changes need to be made to the "Budget Detail Worksheet", after the execution of this agreement. contact the Grant Manager listed in this agreement via email or letter. -* ari 00 Okt,t7,.. 7 ki7f77,0J71:i'770-A7F-77777-i'lr7 '7 7-:,7,777,,„:,2r.tw7f4,(7,. : Witt -'''=-- - ,-,1 1#1:AiSt:- 7-,,-77-777-75-'-, TotalCost 77 =.7f•- -7,7', Issue It ',-7-, ,7, •:-,..7-;n Developing hazard/threat-specific annexes Developing and implementing homeland security support programs and adopting ongoing DHS/FEMA national initiatives Developing related terrorism and other catastrophic event prevention activities Developing and enhancing plans and protocols Developing or conducting assessments Hiring of full- or part-time staff or contract/consultants to assist with planning, engagement, and volunteer management activities Intelligence end Information Sharing — Metadata Planner; Une item 2022.02 $43,000,00 $43,000.00 Combatting Domestic Violent Extremism) — Screening, Search, Detection (LPR Analyst);Line Item 2022-03 1 $62,000.00 $62,000,00 45 Cross -Cutting — Planning (PTE to include Planners and Consultants); Line item 2022-06 $1,192,477.00 $1,192477,00 46 Protection — Cybersecurity (Cyber Assessments and Training); Line item 2022-06 1 $230,000.00 $230,000.00 Cross Cutting — Operational Coordination (EM Technical Support Specialist); Line item 2022.07 1 $1 00000 $100,000,00 Materials required to conduct planning, engagement, and volunteer management activities Travel/per diem related to planning, engagement, and volunteer management activities Overtime and backfill costs (in accordance with o erati ' Issuance of WHTI-compliant Tribal identification cards 34 Activities to achieve planning inclusive of people with disabilities and others with access and functional needs and limited English proficiency Coordination with Citizen Corps Councils for public information/education and development of volunteer programs Coordination and material support to Citizen Corps Councils and local firehouses for the establishment, training and maintenance of CERT% Update governance structures and processes and plans for emergency communications Development, and review and revision of continuity of ,operations plans Development, and review and revision of the THIRNSPR continuity of operations plans Developing or conducting equity assessments to address planning and preparedness disparities for historically underserved cornmunities O L i NNlt �CI�F II UR S S0 E Allowable organization aT Activities (HSGP and L TP) S�uanti Unit Cost ' Total Cost Issue # Program management Development of whole community partnerships Structures and mechanisms for information sharing between the public andwprivate sector Implementing models, programs, and workforce enhancement initiatives Tools, resources, and activities that facilitate shared situational awareness between the public and private sectors Operational support Utilization of standardized resource management concepts Responding to an increase in the threat level under the National Terrorism Advisory System (NTAS), or needs in resulting from a National Special Security Event Reimbursement for select operational expenses associated with increased security measures at critical infrastructure sites Incurred (up to 50 percent of the allocation) Soft Target/Crowded Places — Interdiction and Disruption (Operational 0T', Line item 2022-01 $S,Opp.OU $5,00090 46 Overtime for information, investigative, and intelligence sharing activities (up to 50 percent of the allocation) Hiring of new staff positions/contractors/consultants for participation In information/intelligence analysis and sharing groups or fusion center activities (up to 50 percent of the allocation) 35 intelligence and information Sharing -- Fusion Analysts; Line item 2022•02 $54,000.00 5270,000,00 45 Protection — Cybersecurity (Cyber Analysts and their egwpmen),. Line item 2022-05 $160,000.00 $300,000.00 45 Hiring or maintaining staff positions/contractors/consultants at SLIT levels to deliver community preparedness training, resources and material to schools, community -based organizations, faith -based institutions and local businesses. Hiring or maintaining staff positions/contractors/consultants to create, support and maintain CERT or Teen CERT Cost of migrating online services to the ".gov" domain TOTAL ORGANiZATIONgAjL� EXPENDITURES $675,OOO Ailciwatile Exercise Costs Unit Cost `rotat Cost issue"# Design, Develop, Conduct and Evaluate an Exercise Full or Part -Time Staff or Contractors/Consultants -- Full or part-time staff may be hired to support exerciser related activities. Payment of salaries and fringe benefits must be in accordance with the policies of the state or local unit(s) of government and have the approval of the state or the awardingagency, whichever is applicable. The services of contractors/consultants may also be procured to support the design, development, conduct and evaluation of CBRiNE exercises. The applicant's formal written procurement policy or the Federal Acquisition Regulations (FAR) must be followed, Cross -Cutting — Planning (Exercises); Line item 2022-06 1 $1,077,184.00 $1,077,184.00 45 Overtime and backfill costs - Overtime and backfili costs, including expenses for part-time and volunteer emergency response personnel participating in FEMA exercises Implementation of HSEEP Activities to achieve exercises inclusive of people with disabilities and others with access and functional needs Travel — Travel costs (i.e., airfare, mileage, per diem, hotel, etc.) are allowable es expenses by employees who are on travel status for official business related to the •tannin• and conduct of the exercise project(s . Supplies — Supplies are items that are expended or consumed during the course of the planning and conduct of the exercise project(s) (e.g., copying paper, gloves, tape, non -sterile masks, and disposable protective equipment). interoperable communications exercises 36 Activities to achieve planning inclusive of people with limited English proficiency TOTAL EXERCISE EXPENDITURES $ ,077, l 4 QQ 46 @�£ _ " �t�-� k' '. Overtime and backfill for emergency preparedness and response personnel attending DHS/FEMA-sponsored and approvedtraining classes ,-{ ,t Overtime and backfill expenses for part-time and volunteer emergency response personnel participating in DHS/FEMA training Training Workshops and Conferences Activities to achieve training inclusive of people with disabilities and others with access and functional needs and limited English proficiency Full or Part -Time Staff or Contractors/Consultants Cross -Cutting — Planning (Training classes), Line$135,89,00 item 2022-06 $13,t39.00 4 Protection - C,ybersecurlty (Training Classes); Line Item 2022-05 f 8360,000,00 3OD,000,00 45 Travel Supplies — Supplies are items the are expended or consumed during the course of the planning and conduct of the training project(s) (e.g., copying paper, gloves, tape, and non -sterile masks,) instructor certificationire-certification Coordination with Citizen Corps Councils in conducting training exercises lnteroperable communications training Activities to achieve training inclusive people with limited' English proficiency lrnmigration enforcement training A Eligible Equipment Acquisition Costs The table below highlights the allowable equipment categories for this award. A comprehensive listing of these allowable equipment categories, and specific equipment eligible under each category, are listed on the web -based version of the Authorized Equipment List (AEL) at http./ltivww.ferna.goviauthori'ed- Quanti ty Unit Cost Total Cost Issue # equipment-list. Personal protective' equipment 37 lioi .1;(oifojefjioijOto.i.:ioiid,.kheopopif eofo9 ,... .,., .... . .. .... . ,. . ... CoMbettIng Domestic Violent &herniate - interdictio a Disruption (BOO Equipment such as Tool kit, Plberscopa1 kit and Containment Veasai); Line item 2022-03; AM., #02EX-00-TLRO, onix-oNcrpo,, 02m000wrcw $119,575.00 $119,576.00 45 _ . Response-CEIRNE- On -Scene Secalty, Protection and LE (Explosive Magazine), line item 2022.13; AEL1102EK-00- EXMP 1 $34,726,00 $34,726.00 46 „Ftl,.. , 0000#?,f20!,800 Rq*I'TW,, §; a<100**4 ',•'14'• ' ' ; ''`,:i • :::::::;., . Intelligence and information Sharing - Surveillance' Platforms; Line Item 2022-02; AEL #030E-07-ROVL, 030E- 07.suAD, 04M0.03-DISP non 1 $30 paw $341,000.00 45 nnnn••••••.•*.nno. .......n.Yr....in nin. .............i.W.Y.P**.st........V -Cornbating Domestic Violent &heroism-- Interdiction end Disruption (Drones); Line item 2022.03; AEL. #03O07 SUDS 1 $160,000.00 5160,000.00 45 CoT,I,aWni Domestic Violent Exiierniam - interdiction and Disruption (Night Vision Goggles tor Marine Patrol); Line item 202243' AEL10300-07-TILA _ , , 16,750,00 $57,000.00 45 Combatting DOMOStie ViOletit Extremism - Screening Search Doteadon (LPR projects); Line Item 2022-03; AEL. liWOE41-ALPR, 210N40-INST, 2/ OX.00-,CNST 904,630.00 $094,63040 45 .,„ .. ..... Response.CERNE- Mass -Search and Rescue Operations (rRr equipMent); Line item 2022-12; AEL, # 03SR.02.7RIG, 035R-014110R, 038R.02-7PHY,03SR.01-ADAG, 03$R-02-1 TPEL,1006.00.0ENR, 0802-01-LITE, 19.95-004HEN, 03SR. 03-SCAM, 03SR.03-TPHY, 03514.03-KMON, 0306.0T-SUAS, 030E-07-LIPGD, 127R.00410YR 12VE-00-MISS $334,985.00 $334,985.00 45 rOWINititi polog . -,,,, n,;-11; - • ;,.:,if 7::;•! &:..; 1 ,f,c=s-1:11% %,,,4S ;,,..- ' , 4 i • • .11..... .:1;vf,;,, $30,000.00 intelligence and Information Sharing - nice Edge Recorders with Licenses; Line Item 2022-02; AEL#04SN- oloaffir , 67,600.00 45 . - Cross.Cutting - Operational CoiTicf-inetion (ICS-SoftWani); Line horn 2022.07; AEL. #04AP-06.CDSS, 04AP-03-GISS, (148W-04-NETW, , 160,000.00 $180,000.00 40 .04Ap-92-AVLS id#IiiMziiiiii4iii*idiftiiiiiiiprTioir Protection - C34jerSecorit/ (Cyber Equipineni)r Lino Item 2022.05; AEL #05NP-06-SIEM 1 $243407,00 , $243 7.00 45 -, '— fAsiiiik etioili''.0'O' ificiiieitoicie toioioit ._.: . .A . , -;•:"...;.;;;;; '',e71.:::,I.V.,:..'. ..'.....r: ' '-. ' , ,., 1. • ,, • . Response-CBRNE - Operational CornmunicactIons; Line horn 202245; AEL1106CC-03-SATS, 06CP-03-FRAC, 06CP- 01.PQRT, 06CP.01-MOBL 1 $472,277.00 $47Z277.00 45 ,7 .. ,. 1, .., , 1 , • • . ' • • ' • .... Ot•alei 11;EU06 e* '' : '•'•' . ? ' ...,„.,.. 7 : . '." .....'' ?...•" 'r•"•:';'?. ' ' • • •; ' . • ;• .,:;.' Combatting Domestic Violent Extremism - Screening, Search and Detection (Hemet Monitors); Line hen' 2022- 03; AE-01-KAM 07C0-01-DPIVIG and 2101t1.00- L 007a MAIN $71,660.00 ,6 0. 0 101...••••••,••••.! ..........• 38 Combatting Domestic Violent Extremism - Threats and Hazard identification (Chemical/Explosive Analyzer); Line Iten? 2022.03; AELL f107ED.01wLAS 210N 00-MAIN 1 2 $36,000.00 $36,000,00 +15 $16,000.00 Mitigation- Threats and HazardIdentification (Methane Detector); Line Item 2022.09; AEL 1i07ED•01-LASR, 210N- 00•MAIN $30,000,00 45 ecohta.,minatjpn Equipment µ :, , ':.-.w"' Response -MANE- On•Scene Security, Protection and E' (Havmat Emergency Traffic Signals); Line Item 2022.13; AEL 110802-01.TDCS 2 $36,000,00 $70,000.00 45 . mow, ... 1aa....- Response.CRRNE - Public Health, Healthycare and EMS (MC1 Suss upgrades from ELS to ALS); Line Item 202244; AEL 11OSME-03-DEMP, DOME-01-BAGM I $426 000.00 $426,000.00 46 46 Respanae-CBRNE- Public Healtfit, lkeaftimara and EMS (oefibrillators);Line item 2022.14; AEL #19ME-03 ,DEAF 18 00.00 $36,000.00 ewer equipment gen0ratorsF kr t� ea;p War. cells , 4 t , ' .' " f3 N :Reference vi rlals r r ,.,., ,". i'PN; evident (ta6ponse Vahicies $ r K w CainbattIng Domestic Violent Extremism - Environment files tone%, health and Safety (IlazTox Project); Line item 2022.03; AEL #12VE-00.MISS, 091110-03-DEMP, 09ME•01- AGM, 01CS, 02•ENS +Jt 01AR-03-PAPA and 08D2-031DEW $300,000.00 00,000.00 40 $2,798,Y34.00 Response CBRNE- Critical Transportation; Line item 2022.10; AEL #12VE-00-SPEC, I2Vt ,00-CMAV,12TR•00- MOVR, 't2VE;00-MISS, 19SS•00-SIIEL ,S2,79ti,T34,00 46 $1.g4,00ft 0 -Response CERNEM Logistici and Supply Chain Management (Logistics/Deployable Equipment Project); Lino Item 202241; AEL #12VE-00•SPEC, 12TR•00•TEQP, 14SW 01 SIDP 030E.03-SIGN 94,0'00.00 4$ ctli,obr�. ritP ,reV e.o. I qu1me_ f rt: b at - RTCC Dashboard intelligence and information,Sharing with Malntenanoe Plan; Line item 202242; AEL #131T-00• INTL, 2I GN OOINST, 2 N 00.MAIN 1 $500,000.00 $500,000,00 46 .. � hsaSseuy~Enh cejnl -t;S.i; ..Y "�'i.....w.:.i. raft TdrgotlCrawded Places - Physical Protective Measures (CCTV), Lino item 2022.01; AEL #14SW-01-VIDA, v4HW-01.1NHW, 04MP-03•DISP, 21 3N-00•MAIN, 210N.00. INST, 21 GN-00•CNS 1 $444,000.00 $444,000.40 4ti 1, $;25,000, 0 Recovery- Infrastructure Systems (Baaka Ethernet); Line item 202246; AEL 14C/-00-COOT' $26,000,00 45 ng $ystorns !nspsption and Screeni M _ 'Animal Care and Forelgn Animal Disease " ' ♦ fir.. evwirw r . .. M ' :'•�C63RNE O'1001 tlon ,anal, R.espan6'e watercraft •. .. • .. 38 A- Response CISME- Critical Transportation; Line Item 40; AEL, #17WC-00-BOAT $40 0010("77$00 , . , 002•00 C3RNEPrevention• and. Response Unmenrigi Aircraft . . MANE Aviatipri EqCiprrierit • , ...,......-.7rve*w..n.r• . , 1 4047;,Support tioi til ••.i':ir,i',._,,,,,, , -,,, - . , ...:., , :,.. .,, . . 2.. ..--.,•_...„,,,:..,...,.,„_,, Response CERNE- L'eglatIcs and Supply Chain M gernent (Forklifts); Una Stern 2022-12; AEL #190,1-00- SULK 2 $46,000.00 $90,000.00 45 'va iitairi diV4iilliriia Olat-Oliyi: :.:00efle:14.(006.111 - ' 'I, • . '''' --,-,:--,i-1:!_. ..... . ... •••,' . i Critical erilatOency supplies • , . : 1 . • • cl, : .0:...:,-.0# 011 a nt:::,...„.,:cippli,00::f0 ;":tirn te,A9001.5t. .00-. li0 .. sI,Cr i'Vflo'fisCor:OY'f044.',:giti.cdtotiv.c Cii Y• JOri.g94*...0r.. .::rii0:6101.,,:.;y:,.,7A':::,Y,:',':=':, 4001# iti nt a 'Tapproval:.iii: Ot :0.: .. ibteitigenve end Information Sharing - Fusion Operations; Line Item 2022-02; AEI.. fi2113N-00-0CE4 0411W-01-INHW, 1317.00-1NTL;131T-00-ALAT 1 $240,000.00 $240,000, 0 45 1 46 minify Preparedness and fleMency - Community Corrn R.sIIFonce (CERT Initiatives); Lino item 2022.04; A EL 2 0,.CCEQ-, 100t1-00-OGIK 06CP-01.-PORT $445,000.00 $445,000.00 , _ • , - • , .................. 45 , ,,,, M., 46 - Cross --Cutting - Operationaloeordination (EDC Enhancements); Lino Item 2022-07; AEL10210ig*,00EQ, 00CP.,06-VCON, 21GIV-00-IIVST, 04P1W-014NHW, 04AP-06- COSS, 21GN,00.MAIN, 14C1-00-COOP, 0786-03-ENVS, 00CC.05-PKIY, 060042-D8AD, 10PE-00-UPS, 06CP-01- MOSL, OBCP-03-PRAC, 131T40,,ALra, 04AP-014:ADS, 04M0-02-1:00.1; ooca-o-CELL, 210N-00-CNST, 21GN.00. MAIN, 08CC-03-SATS, 210N-00-$1,8P, 04N1D-03-DISP,08CP- °SAMOA, 14SW-01-PACS 1 . —...._ $813, 81. 0 ••••••••• $178,488.00 , ,, . $613,881.0o .... ...... _ . * 1 1 i Aga Cli .1 . . . Long -Term Vulnerorbility Reduction (Maintenance & Sitstainment of UASI Equipment); .Lirle Rom 2022-08..L AEL,8216N-00-MAIN 1 $178,480.00 ••••••.PF MM.... 1.+-,,.. .........* •...,*,•[...ILY Response.oBRNE - Moss Search and Rescue Ops Muni. Discipline Training Prop); Lino awn 202242; AEL 121 ON- 00-CIVST! 21011-00-INST 1 ._ $120,00040 $120,000,00 46 .„ „i;f•iBiii.i.:,..;....i: ., -•1'.':.' .,,,-5: ..' ' _:7„!: . : „ , 1.10?.. .„. . -7.il• ,•_: • RP- .,... _.. ...P#NPITij .... , -,._.... .._ . . 5 ...... - ',;.-..45 ..., .,... Hiring of full-time or part-timetaff or contractors/consultants: to Insist with the management of the respective grant program; application requirements, and compliance with' reporting and data collection requirements _ ................. - • • RIM &dory Personnel, Line item 2022-17 1 s510,e00,00 $510,660,00 46 38 13 Development of operating plans for information oolleotioti and processing necessary to respond to PHS/FEMA data calls Overtime and backfill costs - Overtime expenses are defined as the result of personnel who worked aver and above 40 hours of weekly work time In the performance of F MA — approved activities within the scope of this grant. 3ackflll Costs also called "Overtime as Backfllr am defined as expenses from the result of personnel who are working overtime In order to perform the duties of other personnel who are temporarily assigned to FEMA — approved activities outside their core responsibilities, Neither overtime nor backfill expenses are the result of an increase of Full — Time Equivalent TEs) erneloyees Travel expenses M&A Travel, Llne item 202247 $20,000.00a ... $t20,DOO.0O 45 Meeting -related expenses Authorized office equipment: including person computers, laptop computers, printers,. LCD projectors, and other equipment or software which may be required to support the implementation of the homeland security strategy. • Ofl`iha Supplies, tine Item 202247 20,000.00 $20,000 00 The foliowingTare allowable only within the agreement's period; Recurring fees/charges associated with certain equipment, such as :cell phones, faxes Leasing and/or renting of space for newly hired personnel to administer programs within the grant program. Recurring Expenses, Lime item 202247 f 1 $�10,000.00 $10,000.>'i0 M Completing the Civil Rights Evaluation Tool Conducting •activities related to evalusting project effeotiveness for HBO. Nunded projects _... I.r d=�E.9 ..� ....f; F T5� �.1f het ��Tti'�i ' 1 e ) (cc-dI! •`+ ' TOTAL AWARD EXPENDITURES $ 4,0 2,500 38 t, ATTACHMENT el SCOPE. OF WORK Sub -Recipients must comply with ell the requirements In 2 C,F.R. Part 200 (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards). Funding Is provided to perform eligible activities as identified in the Domestic Homeland SeourIty -Federal Emergency Management Ageney National Preparedness Directorate Fispal Year 2022 Homeland Security Grant Program (HSGP), consistent with the Department of Homeland Security State Strategy. Eli ible activities are outlined hi the Swope of Work for each category below:. !I, Issue and Project Description - issue 45: The Urban Area Security Initiative (UASI) has allowable Management and Administration (M&A) coats associated with It The Divisionof Emergency Management, as the designated State Adailnistrative Agency, will retain five (5) percent of the total UASI amount allocated to Florida for M&A purpcisea. These hinds will provide the SAA with the means to manage and aftinieter the UASI grant:The proper management and administration of these funds ensure,' that each projeot itstedwIll be fulfilled, Or partially fulfilled, more efficiently while remaining in compliance with the DHS Federal Fiscal Year 2021 Homeland Security Grant Program Guidaece. 11. Categories end Ell ible Activities FY 2022 allowable costs are diVided into the following categories for this agreement Pia in Organizational, Exerclee, Training, EqUipment and Managementand Administration. E oh oategory's allowable costa have been Hated In the "Budget Detail Worksheets' above, . . A. Allowable Planning Related Costs HSGP funds may be used for a range of emergency preparedness and management planning actiVittes such as those associated with the development review, and revision of the THIRA, continuity of operations plans, and other planning activides thatsupport the Goal and placing an emphasis on updating and maintaining a' ourrent EOP that conforms to the guidelines outlined in CPG 101 • Developing hazard/threat-specific annexesehat Incorporate the range of prevention, protection, response, and recovery activities; • Developing and linplementing homeland security support programs and adopting DHS/FEIVIA national 'Initiatives; • Developing related terrorism and other catastrophic event prevention activities; • Developing and enhancing plans and. protocols; • DrevekVing or conducting sentiments; • Hiring of full -or part-timestaff or tentracticonsultente to assist with planning activities- (not for .the purpose. of hiring public safety personnel 'Willing traditional ptiblio safety duties); • Materiale required to conduct planning activities; • Travel/per diem Mated to planning aotivitlee;• • Overtime. and backfill costa (tn .accordance with operational. Cost.Geldance); • issuance of WHTI-comleitant Tribal identification card; • Activities to achieve .planning inclusive of people with disabilities and Oilers with accede and functional neede; • Coordination with Citizen Corps Councils for public 'herniation/education and devolopmentof volunteer programa; • Coordination with Citizen Corps Councils and local firehousesfor theestablishment, training and maintenance of CERTs • Updategovernance structures and processes and plans for emergency communications; • Development and review and revision of continuity of operations plans; • Development, and review and revision of the THIRNSPR continuity of operatione plans; 3 9 • Developing or conducting equity assessments to address planning and preparedness disparities for hstotiaslly underserved communities • Activities to achieve planning inclusive of people with limited English proficiency, B. Allowable Organization Related Coats (HSGP and UASI Only) Sub-Reoipients proposed expenditures of HSGP or UASI funds to support organtxation activities include: • Program Management; • Development of whole community partnerships; • Structures and rnechanisms for Information sharing between the public and private sector; • implementing models, programs, and workforce enhancement initiatives; • Tools, resources, and activities that facilitate shared situational awareness between the public and private sectors; • Operational Support; • Utilization of otandardizod resource management concepts; • Responding to an Increase In the thrsat level under the National Terrorism Advisory System (NTAS) or needs resulting from a National Special Security Event; • Reimbursement for select operational expenses associated with Increased security measures at critical infrastructure sites incurred (up to 60 percent of the allocation) • Migrating online oervtoos to the ".govu Internet domain; and • Overtime for information, Investigative, and intelligence sharing activities (up to 50 percent of the allocation) • Paying salaries and benefits for personnel to serve as qualified tnteittgence Analysts. Per the Personnel Reimbursement for Intelligence Cooperation and Enhancement (PRICE) of Homeland Security Act, Pub, L. No.110.412, § 2, codified in relevant part, as amended, at 6 U.S.C, § 609(e), HSGP and UA$I funds may be used to hire now staff and/or c.oniroctor positions to serve as intelligence analysts to enable Information/Intelligence sharing capabilities, as well as support existing intelligence analysts previously covered by HS4P or UASI funding. See 6 U.S,O, § 609(a). To be hired as an intelligence analyst, staff and/or contractor personnel must meet at Least one of the following criteria; • Complete training to ensure baseline proficiency in intelligence analysis and production within six months of being hired; andior, • Previously served as an intelligence analyst for a minimum of two years either in a federal intelligence agency, the military, or state andfer local law enforcement lntelligenoe unit. • Hiring or maintaining staff positionslcontractorsloonsultants at SLTT levels to deliver community preparedness training, resources and material to schools, community -based organizations, faith -based institutions and !Goal businesses. • Hiring or• maintaining staff positions/contractors/consultants to create, support and maintain CERT or Teen CERT Intelligence Analyst Activities Allowable Costs (H$GP and UASI) Alt Alston center analytical personnel must demonstrate quoliflcations that moot or exceed competencies identified in the Common Competencies for state, kcal, and tribal Intelligences Analysts, which outlines the minimum categories of tretning needed for Intelligence analysts. A certificate of completion of such training must be on file with the SAA. States and Urban Areas must justify proposed expenditures of HSGP or VAS( funds to support organization aotivities within their iJ submission.. AU SAAs are allowed to utilize up to 60 parc:ent (60%) 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.Reoiplent of a grant, the PEMA Administrator may grant a waiver of the 50 percent (60%) limitation noted above, Request for waivers to the personnel cap must be submitted by the SAA to GPD in writing on official letterhead, with the following information: 40 • Documentation explaining why the oap should be waived; • Conditions under which the request is being submitted; and • A budget end method of calculation of personnel costs both in percentagees of the grant r wurd and In total dollar amount, To avoid supplanting issues, the request must elso include a three, year staffing history for the reuesting entity, Organizational eettvf ties under HSGP and UASI Include; Operational Overtime facets. in support of efforts to enhance cepabilitiee for detecting, deterring, disrupting, and preventing acts of terrorism and lather catastrophic events, operational overtime costs are allowable for Inereaaed protective, security measures it oritioel lnfrastrueture sites or other high -risk !cations and to enhance public safety during mass pstherings and high -profile events, In that regard, HSGP Sub-Reciplente are urged to oonsldor using grant funding to support soft target preparedness activities. HSGP or UASI funds may be used to support select operatfonet expenses associated with increased security measures in the authorized asrtegories cited below; ai taakftll and overtime expenses for staffing State or Major Urban Area fusion centers, • Hiring of oonireoted security for oriticai infrastructure sites; • participation in Regional Resiliency Assessment Program (REAP) activities; • Nubile safety overtime; Title 32 or State hativee Duty Nationaai Guard deployments to proter;t entice( infrastructure sites, inoiuding all resources Mat are part of the standard National Guard deployment package (Note; Consumable costa, such as fuel expenses, are not allowed' oxeept as part of the standard National Guard deployment package); * Increased border eoourlty aotivitles in coordination with Ct3P; • National Terrorism Advisory Syetem; • 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; end • Operational Support to a Federal Agency, Operational Overtime Requests. • Except for an elevated NTAS alert, HSGP or UASI funds may only be spent for operational overtime costs upon prior written approval by FEW. The SAA must submit operatlontal overtime requests in writing to Its assigned PENA Program Analyst (PA). FEMA will: consider request for special event activities up to one year in advance. However, such requests, trust be within the ewr"rrd's current period of performance and must not resr,iit in the need for a request to extend the period of performance, • All operational overtime requests must Woody explain how the request meets the oriterla of one or more of the categories Bated above. lequsats must address the threat environment as It relates to the event or activity requiring operational overtime support and sxpiain how the overtime activity is responsive to the threat. • Past -event operational overtime requests will only be considered on a oaee•by-caee basis, where it is demonstrated that exigent circumstances prevented submission of a rawest In advanos of the evert or activity, • Under no clrotamstances may OHS/FPMA Brent furlcfing he used to pay for costs already supported by funding from another federal source, • States with LASE jcaris3dldtigrrs can use funds retained at the state level to reimburse eligible operational overtime expenses incurred by the state (per the above guidance limitations), Any UASI funds retained by the state must be used In ttlreot support of the high -risk urban area. States must provide dooumentetron to the UAWc and plHS/FEMA upon request 41 demonstrefing how any UASI funds retained by a state would directly support the high -risk urban area, 41 FSMft will consult and coordinate with appropriate OHS mepononts as necessary to verity Information used to support operational overtime requests. ersonnel Costa (I$GP grid UAW) peat onnel hiring, overtime, and backlit' expenses are permitted under this grant to perform allowable HSGP planning, training, exercise, end equipmetat aacNltles. Personnel may include but are not limited to training and exercise 000rdirratore, program menra ierea for f otivltlee directly associates with HSOP and UA91 funded activities, intelligence analysts, and Statewide lnteropereblllty coordinators: (SWICs). Sub -Recipients should refer to information Bulletin No. 421h, Clarifioptlon on the Personnel' Reimbursement for Intelligence Cooperation and Enhancement of Homeland Security Act of 2000 (Public Law '1 1f'--412 — the PRiCI Act), October 30, 2019, HSGP Rends may not be used to support the hiring of any personnel to fulfil treditlonol pubilu health and safety duties nor to supplant traditional public health end safety positions end r eaponelbirlttee. The following definitions apply to personnel coasts, • filing, State and lortet entitles may use grant funding to txaver the salary of newly hired pen onner who are axolustvety undertaking allowable DWSli~t NIA grant aaotivltles as specified In this guidance, This may not Include new personnel who are hired to fulfill any non- DH$/Fi=MA program eictIvltias under any circumstances. Hiring will always result in a net increase of Fuil Time Equivalent (FTE) employees. • Ovnrllina. These expenses are limited to the additional costs that result from personnel working over and above 40 hours of weekly work time as the direct restart of their perror i rnce of DHS/PEMA-approved (activities specified in thle guidance, Overtime essoctated with any other aotivity is not eligible, • ;Sockflll elated Overtime. Also celled "Overtime as Baokfill," these expenses are iimited to overtime costs that result from personnel who are woreing overtime (as Identified above,) to perform the duties of other personnel who are temporarily assigned to DieSiF'fIAMapproved activities outside their cord responelbit1tfee, Neither overtime nor backtill expenses are the result of an increase of rPTh employees, * $uppiorating, Grant funds wilt be used to ,supplement existing funde and will not replete) (supplant)funds that have been dppneprirlted for the name purpose. Applicants or reaclplente may be required to supply documentation certlfyIng that a reduction in non-federal reeauroes occurred for reasons other than the receipt or expected reo>;alpt of federal funde. O. Allowable Organization Related Costs (OPSG) Personnel Coats; °PSG funds may be ',reed for domestio travel and per diem, Including costs assoolatod with the deploynnsntiredeployment of personnel to border areas and for travel sesootated with law enforcement entities assisting other torsi Jurisdlottons to law enforcement aottvities (travel caste must be in accordance with applicable travel reputations), Up to 50 peroent of en CPS(S award may be used to pay for all personnel coats (only to the extent Chet such expenses are for the allowable aofivftlae within the scope of the grant). At the request of a recipient or Subeeeoiplent, the FEMA Administrator (or designee) may waive the 50 percent personnel cap. Waiver clvctelona are at the discretion of the FEW Admintstretcr argil will be oonsidored on a cease-by-ceee baste, Further, obnngoe In saaope or objective also require 1=GMA's prior written approval pursuant to 2 C,F,R. § 200.308(c)(1)(1). Aformal OPSG personnel waiver request should; • Bo on official tettertread, include a written Justification, and be atgned by the ideal Jurisdiction, 42 • include a budget and method of calculation of personnel costs both in the percentage of the grant award and In total dollar amount, reflecting the change in scope or objective to the project. • Include an approved Operations Order from the USBP Sector office that supports the Iooal Jurisdiction's written justification. Be coordinated with the USBP Sector, SAA, and the DH$/CBP Office of the Border Patrol (OBP). As with aft QPSG personnel costs, °PSG grant funde will be used to supplement exiatino funds and will not replace (supplant) funds that have been appropriated for the same purpose. Applicants or recipients may be :required to supply documentation certifying that a reduction in non-federal resources occurred for reasons other than the receipt or expected receipt of federal funds. Temporary or Term Appointments Sub-Reolplonta may utilize temporary or term appointments to augment the law enforcement presence an the borders. However, applying funds toward hiring full-time or permanent sworn public safety offlcere Is unallowable. • OPSG-funded temporary or term appointments may not exceed the approved period of performance. • For OPSG purposes, temporary appointments are non -status appointments for less than one year. • For °PSG purposes, term appointments are non -statue appointments for one year, extendable for one year as necessary, • OPSG funding for temporary or term appointments may pay for salary only, Benefits are not allowable expenses for term or temporary employees. • OPSG remains a non -hiring program, Appropriate uses of temporary or term appointments Include: • To carry out specifla enforcement operations work for ongoing OPSG-funded patrols throughout the Sector Area of Operation; • To staff operations of limited duration; such as OPSG-enhanced enforcement patrols targeting epaoiflo locations or criminal activity; and, • To fill QPSG positions In activities undergoing transition or personnel shortages and local backlit! policies (medical/military deployments), • OPSG term and temporary appointments must have all necessary certifications and training to enforce state and local taws, QPSG funds will not be ueed to train or certify term or temporary appointments except as otherwise stated in the °PSG section of the Preparedness Grants Manual and the HSQP NOFO. • to addition to these terms Sub-Recfplents must follow their own applicable policies and procedures regarding temporary or term appointments. Operational Overtime Costs. °PSG funds should be used for operational overtime costs associated with law enforcement activities in support of border law enforcement agencies for Increased border aecurlty enhancement, Overtime pay is for enhanced patrol for certified public safety officers, along limited support for other law enforcement direct support personnel (e.g., Communication Officers/Qtspetchore, non -sworn: patrol pilots, etc,), Overtime shall be reimbursed consistent with the non- federal entity's overtime policy and the requirements es stated below: • overtime Is time worked that exceeds the required number of hours during an employee's designated shift. • Overtime must be worked to increase patrol capacity and be in support of identified and approved USBP border security operations, • The OPSG overtime hourly rate of pay will be no more than the approved overdone mate per focal law and policy and must be in accordance with applicable State and Federal regulations. 43 $ All overtime expenses under OPSG met be reasonable for the aesvlces rendered and oanform to the non-federal entity's established written policy, which must apply to both federally funded and non -federally funded activities and comply with the other applicable requirements under C.F.R. §§ 200.43O-200.31a • The non'fadersl entity may net utilize OPSC funding to pay for tan employee's overtime houre or pay that exceeds 16 hours worked in any 24-hour petted, Unallowable Costs (OPSG) QPS4 unallowable costs include costs aseoolexted with evidence collection, arrest proesssing, prosecution, end Traffic/DUI ohec,kpotnts, $uoh as evidence documentation camerae, fingerprinting 'supplies, atoohot breatheluzers, portable work Tights, tre tie barricades, and similar law enforcement expenses, AdditIonel unallowable caste also include costs associated with staffing and general IT computing equipment and hardware, suer as personal computer*, faxes, copy machines, modems, etc, QPSt3 le net intended as a hiring program, Therefore, sspptying funds toward hiring fulklme or permanent sworn public safety officers Is unallowable, OPSG funding shall not be uaad to supplant inherent routine patrole and lew enforcement operatfone or activities not directly related to providing enhanced coordination between local and federal law enforcement apsrteies, Fineliy, construotion and/or renovation costs, and exercise expenses are prohibited under OPSG, Management and Administration (M&AJ Management and administration (M&A) activities ere those directly relating to the management and administration of 1-18GP funds, such as flnanciel management and monitoring, Sub -Recipients awerded M&A costs under this agreement can retain a maximum of up to 6% of their total agreement awercl amount for M&A wets, Allowable M&A activities Include; • Hiring of full-time or pert -time Staff or cone aotorslconeuttenta; • To assist with the management of the respective grant program, • To eeelst with applicetton requirr menta, • To assist with compliance reporting end data collection requirements, • Development of operating plans for Information collection and processing necessary to respond to DHSiFEMA data one • Overtime and baokfiil cosy • Travel s Meeting related expense • Authorized office equipment • Recurring expenses such as those nesooiated with off phones and faxes during the period of performance of the grant program • Leasing or renting of apace for newly hired personnel during the period of performanoe of the grant program • Completing the Civil Rights Evaluation Tool • Conducting activities related to evaluating proJeot effectiveness for HSGP-funded projects IVIanrrgement and Administration (M&A) (OPS G) Management and edrnInistration (M&A) activities are those directly relating to'the minagernent and administration of OPSG funds, such oa financial management and monitoring, Recipients may retain up to 2.5% of the overall OPSG allocation prior to passing -trough funding to Sub-Reclplenis, Thle funding must be deducted in an equal percentage from each Sub -Recipient, sub-Reolplants and friendly forces may retain funding for M&A purposes; however, the total amount retained cannot exceed 5 percent of the Sub—Recipisnt'a erabaward. Friendly forces are local law enforcement entities that are subordinate Sub -Recipients under °PSG. In other words, friendly forces are entitles that reoeive a subaward from a Sub-Reoipient under the OPSG program, Friendly forces must comply with all requirements of Sub-Reolptants under 2 C.F,R, Part ZOO. 44 S. Allowable Equipment Meted Costs (SHOP and UASI) The 2t allowable prevention, protection, mitigation, response, and recovery equipment categories for kt$GP are listed on the Authorized Equipment List (AEL), The AEL is available at httpw//www.feme.gov/suthorized-equipment-list. Some equipment items require prior approve] from DHS/FFMA before obligation or purchase of the items, Piesee reference the grant Mee for each equipment item to eaSUrti prior approval la not required or to ensure prior approval Is obtained If neiresaary, Woes otherwise stated, ail equipment must meet all mandatory rr guletory end/or DieS/FEMA.adopted standards to be eligible for pur ohass using these funds. In addition, recipients will be reeponslble for obtaining and maIntalnirl9 ail necessary certifications wild llcenees for the requaated equipment, Grant funds may be used for the pr ourement of medical oountermeaeures. Procurement of medical countermee►surea must be conducted in collaborettarr with State/oily/local health departments who administer Federal funds from MS for thls.purpaee, Procurement must have a sound threat -based justification with an aim to reduce the coneeguenaes of maee casualty incidents during the first crucial hours of a response, Prior to pror uriryg pharmaceuticals, grantees must have in place an inventory .management plan to avoid large pertcdio variations in supplies due to oolnctding purchase and expiration dates, Grantees are encouraged to enter into rotational procurement agreement with vendors and distributors, Purchases of phar►naceutioats must include a. budget for the diepoeal of expired drugs within each fiscal year's period of performance for MSGP, The cost of disposal cannot be carried over to another PBMA grant or grant period, The equipment, goods, and auppttes ("the eligible equipment") purchased with funds provided Under this agreement are for the purposes epeoified In "Florida's Domeetio Security Strategy", Equipment purchased with these finds will be utl1txad in the event of emergencies, including, but not limited to, terrorlsm-related hazards. The Sub -Recipient shall place the equipment throughout the State of Florida in such a manner that, in the event of an emergency, the equipment can be deployed on the scene of the emergency or be available for use at a fixed Location within two (2) hours of a request for said deployment The Florida Division of Smorgenoy Management (POEM) must approve any purchases of equipment not itemized In a project's approved budget in ativarroo of the purchase, The Sub -Recipient will, In accordance with the statewide mutual aid agreement or other emergency response purpose as specified in the "Florida Domestic Security Strate +; ensure that all equipment purchased with these fronds le used to respo►x1 to any and all Incidents within Its regional response area as applicable for so long as tile Agreement remains In effeot. Prior to requesting a response, the FDEM will take prudent and appropriate action to determine that the level or intensity of the incident is such that the specialized equipment and resources are nmemory to mitigate the outcome of the tncklent, Allowable Equipment (QPSG) OPSO equipment le intended to be incidental to the entranced border aeourity operations being performed. The grant Is not intended to be used to outfit or supply general equipment to $LTT law enforcement agencies. Equipment must be relatable to and justified by the operational benefit ft will provide. Ggttlpment Marking. Because equipment purchased with OP$G funding Is Intended to be, used to support °PSG aotivitios, It may be appropriately marked to ensure Re ready ldontifioation and primary use for that purpose, When practloahle, any equipment purchased with OPSG funding should be prominently marked as foliows: "Purchased with DNS Mute for Operation $tonegarden Ilse° d Fuel Cost and/or MileageRetmbursernont. There Is no cap for retnnbursoment of fuel and mileage costs in support of operational erotivitlee. 45 Vehlote and Equipment ent Aaqutaltfon, including Leasing and Modele: Allowable purchases under OP$G inatude patrol vehicles and other mission»speolfic equipment whose primary purpose Is to Increase operatianel capabilities can or near a bonder nexus in support of approved border security operatlone. A detailed justification must be submitted to the reepeotive Fi=MA HO Program Ana!yet prior to purchase. • Medical Emergency Countermeasures: Allowable purchases under OP$G include narcotic; antagonist pharmaceuticals, detection and identifloatlon equipment, safe storage and tr'raneportation, personnel protective equipment, and Initial equipment training, as will be refieotod In the AEL end explained in IS 4$8. Insurance Coverage Requirement As defined In tha Code of Federal Regulations section 200.310 the Sub -Recipient must, et minimum, provide the equivalent Insurance coverage for reel property and equipment acquired or Improved with Federal funds as provided to property yawned by the non -Federal entity. 1=edcareily owners property need not be Insured unless required by the terms and conditions of the Federal award. t . unallowable Equipment Cost* (H$GP, UASi and 4P$©) + Per FEMA pokey, the purchase of weepor>e and weapons accessories, Inclu*linp ammunition, is not eilowed with HSi P funds. « Grant funds may not be used for the purchase of equipment not approved by DH$/FEMA. Grant funds meet comply with IS 4426 and mray not be used for the pun:l,ase of the following equipment: firearms; ammunition; grenade launchers, bayonets; or weapon.txed aircraft, vessels, or vehicles of any kind with weapons installed. • Unauthorized exert isrerelated costs InoIude; a Reimbursement for the maintenance or\oar and taw costs o jsnraI use vehicles (e.g,, construction vehicles), msdloal supplies, and emergency response apparatus (a.g., fire trunks, ambuianree). o Equipment that le purchased for permanent installation and/or use, beyond the scops of the c onciusian of the exercise (e.g., eleob snrc mewing sign), G. Requirements for email Unmanned Alrcaraft System (SH$P, UASI, and OP$G) All requests to purchase Small Unmanned Aircraft Systems (SUAS) with PEMA grant funding roust comply with IS 426 and IS 430 and include a description of the policies and procedures in place to safeguard Individuals' privacy, olvfl rightly, and civil liberties of the jurisdiction that will purchase, take title to or otherwise tree the SUA8 equipment. f 1. Acquisition and ties of TecclaholoSly tax MIttgete UAS (CounterwUA$) Prior to the testing, acquisition, installation, or use of UAS deteotton end/or mitigation eyatsme, Sub Recip1enta should seek the advh a of counsel experienced with both federal and stets criminal, surveillance, and oommunloatloras laws. Sub•Rectptants should conduct their own legal and technical analysis of each UAS deleotion andlor mitigation system and should not rely solely on vendors' representetrone of the systems' legality or functionality. For further information please rep the OHS press release on this topics httpsdiwwwathe.gov/newe1202010B/17/interayc ncy lesuerreadvisory-use.technology,.deteot.and»mltigete.unmenned-alroraft, 1. Allowable Training Related Costs (SHOP and UASI) Allowable training -related costs under HSGP include the establishment, support, conduct, and attendance of training epecific:ally identified under the H$GP and UASI programs andfor In conjunction with emergency preparedness training by other Federal agencies (e.g., HMS acid DOT), Training cot duoted using HSc3P funds should address a performance gap identified through an AAR/IP or other assessments (e g., National Emergency Communications Plan NECie Goal Assessments) and contribute to building a capability that will be evaluated through a formal exercise. Any training or training gape, including those for ohifdren, older adults, pregnant women, and Individuals with disabilities and others who also have access or funotlonai needs, should be identified 46 In the AAR/tP and addressed In the state or Urban Area training cycle. Sub.Reciplents are encouraged to use existing training rather than developing new courses, When developing new courses, Sub•Recipients are encouraged to apply the Analysis, Design, Development, implementation and Evaluation (ADDIE) model of instructional design, • Overtime and hackflll for emergency preparedness and response personnel attending OHS/FEMA-sponsored and approved training olasses Overtimes and backlit' expenses for part-time and volunteer emergency response personnel participating in DHS/FEMA training • Training workshops and conferences • Activities to achieve training inclusive of people with disabli tie$ and others with access and functional needs • Full- or part-time staff or contractors/consultants • Travel • supplies associated with allowable approved training that are expended or consumed during the course of the planning and conduction of the exercise projct(s) • Instructor certiflcatlon/re-certification • Coordinntlorr with Often Corps Councils in conducting training exercises • Preparedness training for community preparedness initiatives and programs • Interoperabre communications training • Activities to achieve training Ineluvive of people with limited English:profidency • Immigration enforcement training Additional Training information Per DHS/FCMA Grant Programs Directorate Policy :dB 432, Review and Approval Requirements for Training Courses: Funded Through Preparedness runts; issued on July 19 201$, states, territories, Tribal entities and high -risk urban area are no longer requiredto request approval from FEMA for personnel to attend non.DHS PEA training as long as the training is coordinated with and approved by the state, territory, Tribal or high..risk urban area Training Point of Contact (TPOC) and falls within the FEMA mission scope and the jurisdiction's Emergency Operations. Plan (EOP). The only exception to this policy is for Coentering Violent Extremism courses, DHS/FEMA will conduct periodic. reviews of all state, territory, and Urban Area training funded by DHS/FEMA. These reviews may Include requests for all course: materials and physical observation of, or participation in, the funded training, If these reviews determine that courses are outside tho grope of this guidance, Sub-Reclptonte will be asked to .repay grant funds expended In support Qf those efforts. For further information on developing mimes uafig the instructional design methodology and tools that can faollltate the process, TPOCs are encouraged to review the NTED Responder Training Development Center(RTD.C) webalte, DI-IS/FEMA Provided Training. These trainings include programs or courses developed for and delivered by institutions and organizations funded by DHS/FEMA. This includes the Center for Domeestic Preparedness (CDP), the Emergency Management Institute (EMI), and the National Training and Education Division's (NTED) Training Partner Programs (TPP). TPP includes the Center for Homeland Defense and Security, National Domestic Preparedness Consortium (NOPC), Rural Dornestic Preparedness Consortium (RDPC), and training partnere through the Continuing Training Grants program. Approved State and Federal Sponsored Course Catalogue, This catalogue lists state and Federal sponsored courses that fall within the DI-IS/FEMA Mission scope andhave boon approved through the FEMA course review and approval, process, An updated version of this catalog can be accessedat: Wws,u.firatrespondertraining.gov, 47 Wiling Not Provided by OHS/FEM'A. These trainings include courses that are either state sponsored or Fedenal sponsored (non-DI•ISIFEMA), coordinated and approved by the SAA or their do ignetod TFOC, and fall within the DHa/FIaMA mission naps to prepare state, local, Tribal, and territorial premonneal to prevent, protect ageinsrt, mitigate, respond to, and recover from acts of terrorism or cataatrephia events, • State Sponsored Comes. These courses are developed for and/or delivered by Institutions or organizations other then Federal entities or FEMA and are sponsored by the SAA or their designated TPCC. e Joint Training and Exercises with the Public and Private Sectors. These courses are sponsored and coordinated by private sector entities to enhance) public -private partnerships for training personnel to prevent, protect against, mitigate, respond to, and recover from acts of terrorism or oateetrophk events, In addition, States, territories, Tribes, and Urban Areas are encouraged to incorporate the private sector in gevernrnenesponsorod training and exercises, Additional information on both bHS/P MA provided training and other federal and state training can be found at www,flrstraepondertraInineegov• Training information Reporting System (" Web.Farnia"), Web -Forma is an electronic form/data management system built to eeeist the SAP% and its designated State, territory and Tribal Training Point of Contact(TP00). Reporting trelning activities through Web -Forma le not required under FY 2022 HSGP, however, the system remains available and oan be accessed through the FEMA Toolkit located at Mipsd/www.firstrespondertreining.govlfr awebf rme In order to support grer►teos in their own tracking of training deliveries, FDPM State Training Office Condition*: For the purposes of this Agreement, any training oourse listed on the OHS approved course catalog quaiifioa as en authorized course. The Sub -Recipient oan aueoessfutly complete en authorized course either by attending or conducting that course. in order to receive payment for successfully attending an authorized training course, the Sub. i4eoiplent must provide the Division with a ocrrtlftoate of course completion; additionally, the Sub-Reolpient must provide the Division with all receipts that document the coats hewed by the .Sub -Recipient In order to attend the course. • in order the receive payment for successfully cond.toting an authorized course, the Sub - Recipient must provide the Division with the course materials and a roster sign.in sheet; additionally, the Sub -Recipient must provide the Division with all receipts that document the costs Incurred by the Sub.Reatplont in order to conduct the Goursa," • For courses that are non-bH$ approved trelntng, stub-Reotpient must request approval to conduct training through the use of the Non-TED Form and provide a copy, along with email, showing approval granted for conduct, • For the conduct of training workshops, Sub -Recipient must provide a cxrpy of the course materials and sign -in sheets, at The number of participants must be a minimum of 16 in order to Justify the ()oat of holding a °cone• For questions regarding adequate number of participants please content the FDEIVI State Training Officer for course specific guldanor. Unless the Sub -Recipient receives advance written approval from the Siete Training Officer for the number of participants, then the Division will reduce the amount authorized for reimbursement on a pro -rate busts for any training with less than 16 participants, 48 1 • The Sub -Recipient must include with the reimbursement package a separate copy of the page(s) from the State (and County or Regional) Integrated Preparedness Plan (IPP) reflecting the training. J. Allowable Exercise Related Costs Exercises conducted with grant funding should be managed and conducted consistent with HSEEP, HSEEP guidance for exerolse design, cievelopree»t, conduct, evaluation, and improvement planning Is located at htips://www,fema.goviremergency-managere/riational-preparednesstexercises/hseep. • Design, Develop, Conduat, and Evaluate an Exercise • Full or paittlme staff or contractors/consullants • Overtime and backfill costs, including expenses for part-time and volunteer emergeney response personnel partIolpafing in DH$/FEMA exercise • Implementation of HSEEP • Activities to achieve exercises inclusive of people with disabilities and others with access and functional needs • Travel • Supplies associated with allowable approved exercisee • Interoperable communications exercises Additional VxeroIse Information Sub -Recipients that decide to use I-180P funds to conduct an exorcise(s) are encouraged to oomplete a progressive exerolse series, Exercises conducted by stales and high risked urban areas may be used to fulfill similar exercise requirements required by other grant pmgrams, Sub-Reolpients are encouraged to invite representatives/plannere involved with other Federally mandated or private exercise activities. Stateand high risked urban areas are encouraged to share, at a minimum, the multi -year training and exercise schedule with those depertments, agencies, and organizations included in the .plan, • Validating Capabilities. Exercises .examines and validate capabilities -based planning across Prevention, Protection, Mitigation, Response, and Recovery rnteslon areas, The extensive ongegement of the whole community, including but not limited to examining the needs and requirements for individuate with disabilities, incilvicluale with limited English proficiency, and others with access and functional needs, is essential to the development of an effective end comprehensive exercise program, Exercises are designed to be progressive — increasing in scope and complexity and drawing upon results and outcomes from prior exercises and real - world incidents — to challenge participating communities. Consistent with Homeland Security Exercise and Evaluation Program guidance and tools, the National Exercise Program (NEP) serves as the principal exercise mechanism for examining national preparedness and measuring readiness, Exercises should align with priorities and espabilitiee identified In an IPP. • Special Event Planning, If a state or Urban Area will be hosting a special event (e,g., Super Bowl, G-8 Summit), the speciat event planning should be considered as a training or exercise activity for the purpose of the iPP. States must Include all warmed or planned speolal events In the IPP. The state or Urban Area may plan to use I4$GP or UASI funding to finance training and exercise aotivitles in preparation for those events. States and Urban Areas ehouid also consider exercises at major venues (0,g„ arenas, convention centers) that footle on evacuations, communioations, and command and control. • Regional Exercises. States should also anticipate participating in at least one Regional Exercise annually, States must include ail confirmed or planned spacial events In the IPP. 49 • Role of NorrrGovernmental Entitles In Exeivfees. Non governmental partk 1paation In all levels of exerciees is strongly encouraged, (faders from non -governmental entitles should be Included 1n the planning, design, end evatuetien of an exorcism, State, local, Tribal, and territorial Jurisdictions are en©ouraged to develop exerolaesa that test the Integration and use of non -governmental resources provided by non -governmental entities, defined as the private seater and private non-profit, faith -based, community, participation in exercises should be 000rdineted with the loco( Citizen Corps Council(s) or their equivalent end other partner agencfea. FDEM State Training Office conditions for Exercises: For the purposes of this Agreement, any exercise which le compliant with HSI EP standards and contained In the State of Florida rida (and County car Rsgiranat) IPP qualifies as an authorized exereieo. The Sub-} eelpient can aueeossfuliy complete an authorized exerctae either by attending or conduastirrg that exercise. • In order to receive payment for suceeesfulty attending an authorized exercise, the Sub - Recipient crust provide the Derision with a certlfioaate of completion or •similar correspondence signed by the individual In charge of the exerclee; additionally, the Sub -Recipient must provide the Division with all receipts that document the costs incurred by the Sub -Recipient in order to attend the exercise, • in order the receive payment for successfully conducting ark authorized exercise, the Sub - Recipient must provide the Division with fin ExPLAN, 1PC/MPCIFPC Meeting Minutes and Sign -in sheet for exercise attendees; additionally, the Sub -Recipient muat provide the Division with all receipts that document the costs incurred by the Sub-Recatplent in order to conduct the exercise. The Sub -Recipient must include with the reimbursement package a separate copy of the page(e) from the Exorcise Plan which Identifies the participant agencies and a printed page(s) from the State (and County or Regional) 1PP reflecting the exercise. • Ifyou require food/water for Ihis event, request must Dome tote Division within 25 days prior to the event, In the following format: Exearoisce Titles Wootton: Exercise mate: Exercise Schedule: Estimated Number of Parttclpante that will be fed: Estimated Coat for foodfwster; Description of the Exercise: K. Maintenance and Sustalnment (SHSP, UASI, and OPSG) The use of DHl$/FEMA preparedness grant funds for maintenance oontraata, warranties, repair or replacement wets, upgrades, and user frees are allowable, as described in FIRMA Polley FP 205.402- 1251 under all active and future grant awerda, unless otherwise noted, Except for maintenance plans or extended warranties purchased incidentaal to the original purchase of the equipment, the period covered by maintenance or warranty plan must not exceed the POP of the specific grant filnda used to purchase the plan or warranty, Grant funds are intended to support the Goal by funding projects that build and sustain the core capabilities necessary to prevent, prestect agalrrat, mitigate the effects of, respond to, and recover from those threats lhst pose the greatest risk to the security of the Hatton. In order to provide reatplente the ability to meet this objective, the policy set forth In Fi MA's IS 379, Guidance to State Adminiatrative Agencies to Expedite the Expenditure of Certain ONS/FEMA grant Funding, initially for FY 2007.2011, allows for the expansion of ailgitele maintenance and suaatainment costs which must be in (1) direct support of existing capabilitiess; (2) must be an otherwise allowable expenditure under 50 the applicable grant program; (3) be tied to one of the core capabilities in the five mission areas contained within tie Goal, and (4) shareable through the Emergency Management Assiatanoe Compact. Additionally, eligible oasts may also be In support of equipment, training, and critical resources that have previously been purchased with either federal grant or any other source of Rending other than DHS/FEMA preparedness grant program dollars. • Law Enforcement Terrorism Prevention (LETP) Activities Allowable Costs LETP Activities eligiblefor use of LETPA focused funds Include but are not limited to: • Maturation and enhancement of designated state and major Urban Area fusion centers, Including information sharing and analysis, threat recognition, terrorist Interdiction, and training/ hiring of Intelligence analysts; • Coordination between fusion centers and other intelligence, operational, analytic, or Investigative efforts Including, but not limited to Joint Terrorism Task Force$ (JTTFs), Field Intelligence Groups VIGt ), High intensity Drug Trafficking Areas (HIDTAs), Regional Information Sharing Systems (RiSS) Centers, criminal intelligence units, real-time crime analysis centers and OHS intelligence, operational, analytic:, and investigative entities; • Regional counterterrorism training programs for small, medium, and large jurisdictions to exchange information and discuss the current threat environment, Isssons learned, and best praotloes to help prevent, protect against, and mitigate acts of terrorism; • Support for coordination 'of regional full..soale training exercises (federal, state, and local law enforcement participation) focused on terrorism -related events; • Law enforcement Chemical, Biological, Radiological, Nuclear, and high yield Explosives detection and response capabilities, such as bomb detection/disposal capability •deployment, suatatnmant, or enhancement, including canine teams, robotics platforms, and x-ray teohnology; • Implementation and maintenance of the Nationwide SAR initiative, including training forfront line personnel on Identifying and reporting suspicious activities, tips/leads, and online/social media -based Threats, as well as the execution and management of threat assessment programs to Identify, evaluate, and analyze indicators and behaviors indicative of terrorism, targeted *Ienoe, threats to life, and other criminal activity; • Management and operation of activities that support the execution of the intelligence promise and fusion centers, including but not limited to; Fusion Liaison Officer (FLO) programs, seourlty programs to protect the facility, personnel, and information, and the protection of privacy, civil rights, and civil liberties. • impiementation of the "If You Sea Something, Say Something" campaign to arise public awareness of indicators of terrorism and terrorism related crime and associated efforts to increase the sharing of information with public and private sector partners, Including nonprofit organizations. o Note; DHS requires that all pubila and private sector partners wanting to implement and/or expand the DHS "If You See Something, Say Something0" campaign using grant funds work directly with the DHS Office of Partnership and Engagement (OPE) to ensure all public awareness materials (e,g,, videos, posters, trf4folds, etc.) 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. Coordination with OPE, through the Campaign's Office (seesayt r hq,dhst,gov), mewl be facilitated by FEMA, • Inorease physical security, through law enforcement personnel and other protective measures, by implementing preventive and protective measures et critical infrastructure site or at -risk nonprofit organizations; • Development of countering violent extremism programs, projects, and initiatives, addressing prevention, intervention, and diversion efforts, Including training on roles of law enforcement and how to effeottveiy partner with taw enforcement; developing and promoting trebling specifically for law enforcement exeoutive.t and frontline officers on potential behaviors and 51 indicators of violent extremism and how to appropriately (analyze and report Ahern; supporting community and' law enforcement engagement strategies such as table top exercises, roundtable events, town hell meetings, and peer to peer activitle% funding for existing sand/or expansion of law snforoernent community relations efforts, support for the development of Community engagement plane, and joint prolate to increase the awareness ofvlolent sxtremietthreats and community mitigation solutions; • Building and sustaining preventive rsdiologicet tend nuclear detection oapabllifles, including those developed through the Securing the Cities initiative; and • Integration and lnteroperability of systems and date, su4h as computer aided dispatch (CAD) end record management syetema (RMS), to facilitate the collection, evaluation, purl assessment of auspiclove activity reports, tips/leads, and online/social mediaybased threats. Ni. Law Enforcement Readiatieee (SHSP, VAS!, and OPSG) SHSP, UAS1, or OM grant funds may be requested and may be approved on a case -by -case basis for immigration enforcement training in support of the border security mission, Requests for training will be evaluated on a cast-byoase basis acid can only he used fbr certltioatlan In the section 287(g) program provided by OIiSiICF:. SHSP, UASI, or OM Suh Reolpients with agreements under seotton .2$7(g) of the immigration and Netionrallt Act (8 U.px,C. § 1387(g)) to receive delegated authority for Immigration enforcement within their jurisdictions may raise be reimbursed for sanction 287(g) related operational aotivities with approval from FEMA on a case -by -wee baste, For OPSG, Sub-Rectplente must ba authorized by USFSP Headquarters and Sectors, and operational activities must he coordinated through a USSP Sector, OPSG grant funds may be used to increase operational, materiel, and teohnological readiness of SLIT law enforcement agendas, The Delsgatlon of immigration Authority, Section 287(g) of the Immigration and Nationality Act (Ih1A) program allows a stet* or local law enforcement entity to enter into a partnership with ICE, under a joint Memorandum of Agreement (MCA), to receive delegated authority for Immigration enforoenient within their jtrrisdlotlons, Regional Border Projects (OPSG) Sub -Rol ipients are encouraged to prioritize the acquisition and development of regional projects an the borders to maximize lntaroperabitity and coordination capabilities among federal agencies and with state, local, and tribal law enforcement partnsere Soh regional projects Include: • Communications equipment: • Radio systems and repeaters • intargratten with regional intelligence and Information sharing effort (I,e. fusion centers) o intelligence analysts • Situational Awareness equipment! o License Plate Reader Networks o Visual detection and surveillance systems o Sensor Systems o Radar Systems (for air and/or marine lncuraions) o Aircraft systems (manned or unmanned) Critical Emergency Supplies (SW and UAS!) Critical emergency supplies, such as shelf stable products, water, and medical equipment and supplies aro an allowable expense under SHSP and VAST, Prior to the allocation of grant funds for stookpiitng purposes, each etaite meet have DHS/PEMA's approval of a five-year viable inventory management plan, which should include a distribution strategy and related sustainment costs if planned grant expenditure is over $100,DQQ.00. If grant expenditures exceed the minimum threshold, the five-year Inventory management plan will he developed by the recipient and monitored by FEMA. FEMA will provide program oversight and technical rassiirtenae a It relates to the purchase of tetanal emergency supplies (Alder UASI. FEMA will eatablish guidelines and requirements for the purchase of these 52 supplies under UASI and monitor development and status of the states inventory management plat). P. Constructfon and Renovation (SHSP and ,UASI) Project construction using SHSP and LIAM funds may not exceed the greater of $1,000,000 or 15% Q f the grantaward. For the purposes of the limItattons onfunding 'levels, 'communications towers are not considered eonstruction. Written approval must be provided by DHS/FEMA prior to the use of any H$GP funds for construction or renovation. When applying for construction funds, rectplsnts must submit evidence of approved zoning ordinances, architectural plans, and any other locally required planning permits. Additionally, recipients .are required to submit a SF-424C form with budget detail citing the project costs, and an SF-424D Form for standard assurances for the construction project. Reolpients using funds kr construction projects must comply with the Oak/le-Bacon Act (codified as amended et 40 U.S.C. § 3141 et seq.), Recipients must ensure that their contractors or subcontractors for construction projects pay workers no less than the prevailing wages for laborers and mechanicmployed on projects of a character like thecontract work in the civil subdivision of the State in which the work Is to be performed. Additional Information regarding oomplianoe with the Davie -Bacon Aet, -including Department of Labor (DOL) wage determinations, Is available online at hiteeit/www.doi.gov/vvhd/qeycentrectsidbratam. Reotplents using funds for construction projects must also comply with the requirements set forth In the governmeet-wide award term on Reporting Subewards and Executive Compensation located at 2 C.F.R. Pail 170, Appendix A, the full text of which Is incorporated. here by reference in the award terms and conditions, (1) all Iron and steel used in the pilot are produced' In the United Stetes—this means all Manufacturing, processes, from the melting stage through the application of coatings, occurred Inthe United States; (2) all manufactured products used In the project are produced In the United States —this means the manufactured product Was manufactured In the Wed States; and the cost of the components of the manufactured product that are mined,. produced, or manufactured In the United StateIs greater than 66 percent of the tetel cost of ail components of the manufactured product, unless another standard for determining the minimum .amount of domestlo content 9f the manufactured producthas been established under applicable law or .regulatIon; and (3) all construction materials are .manufactured In the United States-44s Means that all manufacturing processes for theconetruction materialoccurred in the United States; The Buy. America preference only appliee to articles, materials, and supplies that are consumed in, incorporated into, or affb(ed to an infrastructure project As such, ft does 'not apply to tools, equipment, and supplies, such as temporary s'caffelding.brought to .the construction site and removed at or before the (*repletionof the Infrastructure projeet,.Nor (loose Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that ere used at or within the finished Infrastructure piojeot but are not an letegrai part of the structureor permenentlYeffixed to the Infrastructure project, Q, Communications Towers When applying for funds to construct communication towers, Sub-Reciptents must submit evidence that the Federal Communicatlen Commission's. Section 106 of the .National. Historic Preservation Act, Pub. L No. 89,666, as amended, review process has been completed. 53 R. Disposition When original or replacement equipment acquired under a Federal award is no longer needed for the original project or program or for other activities currently or previously supported by a Federal awarding agency, except as otherwise provided in Federal statutes, regulations, or Federal awarding agenoy disposition Instructions, the Sub -Recipient must request disposition instructions from FDEM Office of domestic Preparedness and the Mate Administrative Agency will request disposition instructions from Federal awarding agenoy as required by the terms and conditions of the Federal award, The Sub -Recipient shall notify the FDEM Office of Domestic Preparedness at 2555 Shumard Oak Elvd., Tallahassee, Florida 32399 one (1) year in advance :of the expiration of the equipment's posted eholf»life or normal life expectancy or when it has been expanded, The Sub•Redpient shall notify the FDEM immediately if the equipment Is destroyed, lost, or stolen, 9 Ensuring the Protection of Civil Rights As the Nation works towards achieving the National Preparedness Goal, it is Important to continue to proteat the civil rights of individuals. sub -Recipients must carry out their programs and activities, Including those related to the building, sustatnment, and delivery of care capabilities, In a manner that reepeots and ensures the protection of civil rights for protested populations. Federal civil rights statutes, such as Section 308 of the Stafford Act, Section 504 of the Rehabilitation Act of 1973, and Title Vi of the Civil Rights Act of 1984, Age DIsortminetien Act, along with OHS and FEMA regulations, prohibit disorimtnatlon on the basis of race, color, national origin, sex, religion, age, disability, limited English profioionoy, or economic status In conneotion with programs and aotivltles receiving federal financial assistance from PEMA. Monitoring and oversight requirements In connection with Sub-Reoipient compliance with federal civil rights laws are also authorized pursuant to 44 C.F,R Part 7, in accordance with civil rights laws and regulations, Sub -Recipients roust ensure the consistent and systematic fair, just, and Impartial treatment of all individuals, Including Individuals who belong to underaerved communities that have bean dented such treatment. Realplents (as defined in 2CFR Part 200 and including recipients acting as pass -through entitles) of Federal flnanotai asslstanoe from the U,S, Department of Homeland Security (DHS) or one of Its awarding component agencies roust complete this tool within thirty (30) days of receipt of the Notice of Award for the first award under which this term applies. Recipients of multiple OH$ financial assistance should only submit one completed tool for their agency, not per award. Sub•Recipients are not required to complete and submit this tool to OHS. However, Sub -Recipients have the same obligations as pass -through entities and Recipients to comply with applicable civil rights requirements and should follow their pass -through entities instructions for submitting civil rights information to those entitles. To demonstrate successful completion of task 1 B for quarters 1, the Sub -Recipient must submit the following Items in the Division's Sal0eforce system: * Complete and submit the -Civil Rights Evaluation tool https:/Mrww.dhs,govtpublioation/dhs- civil-rights-evaluation-tool to include suppo ing materials within thirty (30) days of receipt of the Notice of Award (November 1, 2022) for the first award under which this term applies. • Subsequent submissions; After the initial submission, Sub -Recipients are required to complete the tool once every two (2) years If they have an active award, not every time and award is made, After initial submission, Sub-f eolplente are only required to submit updates. if they are no updates since the initial submission, the Sub-Reotpient must indicate "no Change" for each item as applicable to satisfy the btyeariy requirement. Recipients should not re -submit information previously submitted. The due date for submitting updates is calculated from two (2) years from the date the Sub -Recipients last submitted the tool to the SAA 54 (FDEM). FDEM will send an small reminder to the contact person identified in Section 2 of the tool prior to the due date for the *early update. T. National Incident Management System (NMS) Implementation (HSGP, OPSG, UASI only) NIMS provides stakeholders across the whole community with the shared vocabulary, systems, and processes to successfully deliver the capabilities described In the National Preparedness System. and SubeReciplents of federal preparedness (non -disaster) grant awards, jurisdictions and organizations must aohieve, or be actively working to achieve, all of the NIMS Implementation Objectives. The objectives can be found on the NIMS webpage at haps:iiwww,ferna.goviemergency- managersinims/implementatioretraining. PirstNet FirstNet provides public safety entities with misslon-critical broadband data capabilities and services including, but not limited to messaging, image sharing, video streaming, group text, voice, data storage, application, location -based services, and Quality of Servloe, Priority, and Preemption. Public safety entitles seeking to enhance their operational capabilities using broadband technology may seek grant funding from appropriate programs to support the following: • Planning for Integration of information technology (IT) infrastruoture, software, and site upgrades necessary to connect to FirstNet • Handheld broadband devtoes Including emattphones, feature phones, tablets, wearebies, push -to -talk (PTT) devices • Vehicle -mounted or otherwise field operated data devices, such as ruggedlzed laptops • Network access devices, Including portable Viti-Fl devices, Universal Serial Sue (USS) modems/dangles, trunk -mounted modems, routers • Customer -Owned and Managed (COAM) broadband deployable equiprrtent, enabling public safety to own and dispatch oovers.ge expansion or capacity enhancement equipment within their jurisdiction • Broadband device accessories that enable efficient and safe public safety operations such as headsets, belt clips, 4.4 rpleces, remote Bluetaoth sensors, ruggedized cases • Subscriber identificetion Modules MEMO/Universal Integrated Circuit Cards (1)1Ces) to allow public safety users to update existing devices to operate on public safety prioritized services • One-time purchase and subseription-based applicadons for public safety use which could include, among several other options, enterprise mobility management (EMM), mobile device management (MOM), mobile Virtual Private Network (VPN), Identity servioes, or cloud service tools Sub -Recipients must be coordinated with the Statewide Interoperabllity Coordinator (SWIC) and FirstNet on the planning, deployment timelines, and operational availability of the network deployment within a specific state or territory and to ensure that project does not oontlict with network planning efforts and complies with all technical requirements. FIrstNet requires participating agencies to demonstrate a subscription to public safety -prioritized broadband services to purchase FIrstNet broadband devloss or applications. Sub -Recipients must coordinate with FirstNet In advance of any strategic acquisition of broadband LIE equipment to ensure that purchases adhere to all applicable standards for public safety entitles. V. SAFECOM All Sub-Reolplente using preparedneee grant funding to support emergency communications systems and equipment must meet applicable SAFECOM Guidance. Sub-Reolpients must be coordinated with the SWIC and the State interoperabliity Governing Body (81GB) to ensure interoperability and long-term compatibility. W. CybersecurIty Sub -Recipients must use SISOP funds for oybersecurlty projects that support the security and functioning of critical Infrastruoture and core capabilities as they relate to preventing, preparing 55 for, protecting against, or responding to acts of terrorism. Sub -Recipient of FY 2022 alSOP grant awards will be required to complete the 2022 Nationwide Cybersecurity Review (NC$R), enabling agencies to benchmark and measure progress of improving their cyberseourity posture, The NOS Is an annual requirement and Sub.Reciplents must complete the first available NOS offered after this subaward has boon issued. X, Procurement The purpose of the procurement process is to ensure a fair and reasonable price Is paid for the services provided. All procurement transaetions wilt be conducted in a manner providing Nil and open oompetition and shall comply with the standards arttoutated In; • 2 C.F.R. Part 200; • Chapter 287, Florida Statues; and, • Sub-Reolpient's local procurement poi*, To the extent that one standard is more stringent than another, the aubabolpient must follow the more stringent standard. For example, if a State statute imposes a stricter requirement than a Federal regulation, then the Sub-Reolpient must adhere to the requirements of the State statute. The State of Florida procurement policy and procedure Is as follows: •Amount Dooturentation Rewired Li tel Wile ...... Shall carried out using good purchasing practices van may Include cerUfloalton of written or telephone quotes , $ 500 but 1083 than 5 000 e $35 000 Submit summary of 2 (minimum) written quotes, signed by the vendor representative. , • , For venders not on Oa; aubmit documentation of Invitation to Bid ProcessilT6),Asguest for Proposal (RFP) or intent to Negotiate ITN All Sole Sou FDEM,ere-apprey0 la repyired, Alternative Contract Source Commodities or Services available to the State via outside contract vehicle, A copy of the executed contract must be submitted along with addtIoroei guotes if GSA 70 or GSA 84 Formal Competitive Solicitations; $36,000 and above and not available on STC Include invitation to Bid (ITB), Request for Propose( (RFP), or invitation to Negotiate (ITN). Each requires a Scope of Work that meets all statutory requirements and formal posting or publication process. Examples of when to use each method: o 1,104),am-110A: When a Sub -Recipient can establish precise specifications for a cernmodity or defining, with specifielty, a scope of work for the commodities or contractual services sought. If not using an ITS, Sub.Reolpient must Justify In writing why an ITl3 is not prooticable. oBeaueet for Premed Through this process, vendors can compete on a cost basis for like items or see/Ices, The request for proposala method of procurement is used when it is not practicable for the agency to specifically define the scope of work for which the commodities or contractual services is needed. Simply put, the Subileciplent can describe what it wants to accomplish bathe methods or means to accomplish the desired outcome cannot be easily defined. There may be several methods available to accomplish a task, and the agency Is considering all the available options. 0 levitation to Neeetiate: if the Sub -Recipient has determined that an ITS or an RFP will not result in the best value, the Sub -Recipient may procure commodities and contractual services using the ITN process, The procurement file must be documented to support why $6 an ITC3 and a RFP will not result in best value (287.057(1)(o), Florida Statutes). Contracts that exceed $IM require a Florida Certified Contract Negotiator. Contracts more than $10M In any fiscal year, requires a Projcot Management Professional on the team, The iDivision shall pre -approve ail scopes of work for protects funded under this agreement. Also, to receive reimbursement from the Division, the Sub-Reclpient must provide the Division with a suspension and debarment form for each vendor that performed work under the agreement. Furthermore, if requested by the Division, the Sub»Recipient shall provide eoptes of solicitation documents including rseponses and justifioatlon of vendor selection. Contracts may include: State Term Contract A State Term Contract Is a contract that is competitively procured by the Division of State Purchasing for selected products and services for use by agencies and eligible users. Florida egencles and eligible users may use a request for quote to obtain written pricing or services information from a state term oontaot vendor for commodities or contractual services available on a state tenrr oontraot from that vendor, use of state term contracts Is mandatory for Florida agencies in accordance with section 28?.068, Florida Statutes. Alternate Contract Source: An Alternate Contract Source is a contrast let by a federal, state, or focal government that has been approved by the Department of Management Services, based an a determination that the contract Is cost-effective and in the bet interest of the state, for use by one or all Florida agencies for purchase©, without the requirement of competitive procurement. Alternate contract sources are authorized by subsection 287.042(16), Florida Statutes, as implemented by Rule O0A-1`.045, Florida Administrative Code. General Services Administration Schedules: The General Services Administration (GSA) is an Independent agency of the United States Government, States, tribes, and local governments, and any instrumentality thereof (suoh as local education agencies or institutions of higher education) may pertioipste in the GSA Cooperative Purchasing Program. ). Refer to the appropriate GSA Schedule for additional requirements. Y. P gt^fybackln ! The practice of procurement by one agency using the agreement of another sgenoy is called piggybacking. The ability to piggyback onto an existing contract is not unlimited. The Sub - Recipient's written procurement policy must be submitted to the SAA and must allow for piggybacking. The existing contract must contain language or other legal authority authorizing third parties to make purchases from the contrast with the vendor's consent, The terms and conditions of the new contract, Including the Scope of Work, must be substantially the same as those of the existing contract and approved by the Division. The piggyback contract rnay notexceed the existing contract in scope or volume of goods or services, A.Sub-Recipient may not use the preexisting contract merely ea a "basis to begin negotiations" for a broader or materially different contract. Section 215.971, Florida Statutes Statutory changes enacted by the Legislature impose additional requirements on grant and Sub. Recipient agreements funded with Federal or State financial assistance. In pertinent part, Section 216.971(1) statue; An agency agreement that provides state financial assistance to a Recipient or Sula.Recipiertt, as those terms are defined In s. 216.97, or that provides federal financial assistance to a Sub - Recipient, as defined by applicable United States Office of Man ernent and Budget circulars, must include all of the %(lowing: • A provision specifying a Scope of Work that dearly establishes the tasks that the Recipient or Sub -Recipient is required to perform. 57 A provision dividing the agreement Into quantifiable units of deliverables that must be reoeived and accepted In writing by the agency before payment, Each deliverable must be directly related to the Swope of Work end specify the required minimum level of service to be performed and the GOWN for evaluating the successful completion of each deliverable, • A provision specifying the financial coneequencea that apply If the Recipient or Sub•Recipiernt falls to perform the minimum level of service required by the agreement, The provision can be excluded from the agreement only If'linanciel consequences are prohibited by the federal ency awarding the grant. Funds refunded to a ante agency from a Recipient or Stile, Recipientfor failure to perform es required under the agreement may be expended only In direct support of the program from which the agreement originated, * A provision specifying theta Recipient or,SuteReelpient of federal or r{tate financial assistance may expend funds only for allowable coats resulting from ohilgcitiane Incurred during the specified agreement period. • A proviso}n specifying that any balance of unnbligated funds which has been advanced or paid must be refunded to the state agency, ✓ A provision specifying that any funds paid in excess ate amount to which the Recipient or Sub.Reciplent is entitled under the terms and conditions of the agreement must be refunded to the state agency, • Any additional information required pursuant to a, 216,97, Unique Entity identifier and System for Award Management (SAM) Sub.fteetplents for thla award nest: e Be regletered In SAM; • Provide a valid UEICISAM number; and • Continue to maintair, an active SAM registration with current information at all times during which It flas en active federal award, Zi Reporting Requirements 9. Quarterly Programmed* Reporting: The Quarterly Programmatic Report le due within thirty (30) (Wye alter the slid of the reporting periods (March 31, June 30, September 30, and leecember 31) for the life of this contract. • if a report(s) is delinquent, future financial reimbursements will be withheld until the Sub-R.eciplent'e reporting let current. +► If a report goee three (3) consecutive quarters from date of execution without the Sub.T eolpient reflecting any activity and/or expenditures it will result in the Icreuance of a noncampflanee latter, end it written )ustlticatlon must then be provided, o Based on the SAA's determination, the Sub-reciph nt will have :gyp days to sebrnit a Inter of appeal to the SANHSA. • .Suhw tecipients will only be allowed one opportunity to epee', o if the appeal is denied, or if there le no response to the notification of nonoompliance, the Sub -recipient's funds will be terminated, • if a report goes four (4) consecutive quarters from dale of execution without the Sub - Recipient reflecting any activity and/or expenditures, it will result in termination of the agreement. Re ortln Period fxe ort due to i;iOtaM no later than January 1 through March 31 April 30 April 1 through June 30 July 31 July 1 through September 30 October 31 October 1 through December 31 January 31 2. Programmatic Reporting. Biannual Strategic implementation Report (081R), After the end of each reporting period, for the life of the contract unless directed otherwise, the SAA, will complete the Biannual Strat sic implementation Report In the Grants Reporting Tool (GRT) https://www.reporting.odp.dhs.gov, The reporting periods are January 1-June 30 and July 1 Docember 31. Data entry Is scheduled for December 1 and June 1 respectively, Future awards and reimbursement may be withheld If these reports are delinquent. 3. Reimbursement Requests: A request for reimbursement may be sent to your grant manager for review and approval at any time during the contract period. Reimbursements must be requested within ninety (90) calendar daye of expenditure of funds, and quarterly at a minimum. Failure to submit request for reimbursement within ninety (90) calendar days of expenditure shall result in denial of reimbursement. The Sub•Reaiplent should Include the category's corresponding Tine -item number In the "Detail of Claims" form. This number can be found in the *Proposed Program Budgets'. A line -item number Is to be Included for every dollar amount listed in the 'Detail of Claims" form, 4. Close-out Programmatic Reporting: The Close-out Report is due to the Florida Division of Emergency Management no later than sixty (60) calendar days after the agreement is either oompleted or the agreement has expired. 6. Administrative Closeout An administrative closeout may be conducted when a recipient Is not responsive to the Division's reasonable efforts to collect required reports, forms, or other documentation needed to complete the standard award and/or closeout process. FDEM will make three written attempts to oollect required information before Initiating an administrative closeout. If an award Is administratively closed, POEM may decide to Impose remedies for noncompliance per 2 C.F.R. § 200.330, consider this information In reviewing future award applications, or apply special conditions to existing or future awards. x 2. Period of Performance (POP) Extensions Extensions to the period of performance identified in the agreement ere aHowsbie under limited dreumetences and will only be considered through formaat, written requests to the SAA. All extension requests must contain specific and compelling justifications as to why an extension is required, and must address the following: 1. The grant program, fiscal year, and agreement number; 2. Reason for the delay —including details of the I. ±al, porloy, or aparatlonsf challenges that prevent the final expenditure of awarded funds by the deadline; 3. Current status of project activity; 4. Requested POP termination date and new project completion date; 6. Arrount of funds reimbursed to date; 6, Remaining available funds; 59 7. Budget outlining how the remaining funds will be expended; 8., Plan for completion, lnciuding milestones and timeframes for achieving each milestone and the position or person responsibie for Implementing the plan for completion; and 9, Certification that the activity(ir s) will be completed within the extended POP without any modification to the original statement of work, as described In the investment justification and as approved by FEMA, Extension requests are typically granted for no more thorn a six-month period, and will be granted only due to compelling legal, policy, or operational challenges. Extension requests will only be considered for the following masons: • Contractual commitments by the recipient or Sub -Recipient with vendors prevent completion of the pr jeot within the existing POP; • The project must undergo a complex environmental review that cannot be completed within the existing POP; • Projects are long-term by design, and therefore acceleration would compromise oora programmatic goals; or • Where other special or extenuating circumstances exist. Z.3. Programmatic Point of Contact Contractual Point of Contact mica Jackson eM 2tS t3 $hurnarct Oak Blvd, Tallahassee, FL 32399.2100 (850) 816.4344 Jamika.Jackson@ern,m, floritla:com Programmatic Point of Contact y 1<, Caban FDEM 2558 3humard Oak Blvd. Tallahassee, FL 32399-21 OO (850)815-4343 Kiz ,Cabanaem.m Icriria _com. Z,4. Contractual Roaponelbiiittes • The POEM shall determine eligibility of projects and approve changes in Scope of Work. • The POEM shall administer the financial processes, Z . failure to Comply • Failure to comply with any of the provisions outlined above shall result in disallowance of reimbursement for expenditures. [Remainder of page Intenttoraally left blonkl 60 ATTACHMENT C DELIVERABLES AND PERFORMANCE State Homeland Security Program (H8GP): MOP supports the implementation of risk driven, capabilities -based State Homeland Security Strategies to address capability targets set in Urban Area, State, and regional Threat and Hazard identification and Risk Asaessmente (THiR A8). The capability levels are asseeeed In the State Preparedness Report (SPR) and inform planning, organization, equipment, training, and exercise needs to prevent, protect against, mitigate, respond to, and recover from acts of terrorism .and other catastrophic events, Planning Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost ofsucoessfully completing Planning activities consistent with the guidelines contained in the Comprehensive Preparedness Guide CPC 101 v.2. For additional information, please see https:f/www.fema.gov/emergency-managers/national-preparednees/pian or grant guidance (Notice of Funding Opportunity). For the purposes of this Agreement, any planning activity such as those associated with the Throat and Hazard identification and Risk Analysis (TH1RA), State Preparedness Report ($PR), and other planning activitiee that support the National Preparedness Goal (NPO) and place an emphasis on updating and maintaining a current Emergency Operations Plan (OP) are eliggible. The Sub -Recipient can successfully complete a planning activity either by creating or updating such plan(a). Qrganleatlon Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the SubsReoiptent for the actual eligible costs for Personnel, Intelligence Analysts, Overtime and Operational Overtime. Exercise Deliverable; Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost of successfully completing an exercise which meets the Department of .Homeland Security Homeland Security Exercise and Evaluation Program (HSEEP) standards and Is listed In A) the State of Florida iPP, and 1.) County or Regional TEFL for the region In which the Sub - Recipient is geographically located. Information related to TEPs and HSEEP compliance can be found online at: https,//www.fama.gav!emorgenr y-managers/national.-preparedness/exerotseslhseep. For the purposes of this Agreement, any exerolao whloh it compliant with HSEEP standards and contained in the State of Florida IPP qualifies as an authorized exercise, The Sub -Recipient can suocesafufy complete an authorised exercise either by attending or conducting that exercise. Training Deliverable: Subject to the funding limitations of this Agreement, the Dlvlelon shall reimburse the Sub -Recipient for the actual cost of successfully completing a training course listed on the Department of Homeland Security (DHS) approved course catalog. For non-DHS approved courses the Sub -Recipient shall obtain advance FDEM approval using the Non-TED form by contacting their grant manager. The OOHS course catalog is available online at: http://tralninp.fema,govf. For the purposes of this Agreement, any training course listed on the OHS approved course catalog qualifies as an authorized course. The Sub -Recipient can successfully complete an authorized course either by attending or conducting that course, Equipment Deliverable; Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost of purchasing an Item Identified In the approved project funding template end budget of this agreement and listed on the DH.S Authorized Equipment List (AEI,). For the purposes of this Agreement, any Item listed on tho.AEL qualifies as an authorized Item. The 21 allowable prevention, protection, mitigation, response, and recovery equipment categories and equipment standards for HSt3P are listed on the web -based version of the Authorized Equipment List (AEI.) on the Lessons Learned information System at http:/twww.fema.gov/authorised&equipment-list. In addition, agencies will be responsible for obtaining and maintaining all necessary certifications and licenses for the requested equipment. 61 Management Deliverable. Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost for Management and Administration (M&A) activities. Costs for allowable Items will he reimbursed If Incurred and completed within the period of performance, hi accordance with the Budget and Scope of Work, Attachments A and i of this agreement, tRomalnder of page Intentionally loft blenkj 62 ATTACHMENT D Program Statutes and RegUilatlons 1) Age Discrimination Aot of 1975 42 U.S.C. § 0101 et seq. 2) Americans with Disabilities Act of 1990 42 U.S,C. § 12101-12213 3) Chapter 473, or § tute 4) Chapter 216, Florida Statutes, 5) Chapter 262,13asttutas 6) Title VI of the Civil Rights Act of 1964 42 U.S.C. § 2000 et seq. 7) Title VIII of the Civil Rights Acts of 1968 42 U.S.C. § 3001 et seq. 8) Copyright nonce 17 U,S,C. §§ 401 or 402 9) Assurances, Administrative Requirements, Cost Principles, representations and Certifications 2 C.F,R, Part 200 10) Debarment and Suspension f„xxoutive Orders 12549 .and 12089 11) Drug Free Workplace Mt of 1988 41 U,S.C. § 701 et seq. 12) Duplication of Benefits 2 G.F.R. Part 200, Subpart E 13) Energy Policy and Conservation Act 42 U.S,C, § 6201 et seq, 14) False Claims Act and Program Fraud Civil Remedlee 31 U.S.C. § 37204733 also 31 U,S.C. § 3801.3812 16) Fly America Act of 1974 49 U,S.C.§ 41102 also 49 U,S,O, § 40118 16) Motel and Motel Fire Safety Aot of 1990 16 U.S.C. § 2225a 17) Lobbying PI'ohtbitlone 31 U.S,C. § 1352 18) Patents and Intellectual Property Rights 35 U.S.C. § 200 et seq. 19) Procurement of Recovered Materials section 6o02 of Solid Waste Disposal Mt 20) Terrorist Financing Executive Order 13224 21) Title IX ate the Education Amendments of 1972 (Equal Opportunity In Education Act) 20 U.S,C. § 1681 et seq. 22) Trafficking Victims Protection Act of 2000.22 U.S.C. § 7104 23) Rehabilitation Act of 1973 8eotion 504, 29 U.S.C. § 794 24) USA Patriot Act of 2001 18 U.S.C. § 176.172c 25) Whiatleblower Protection Act 10 U.S.C, § 2409, 41 U8.C. § 4712, and 10'U.8.0. § 2324, 41 U.8,0, § 4304 and § 4310 20) 63 Federal Register 8034 27) Rule Chapters 27P-6, 27P-11, and 27P-19, Florida Administrative Code 0 ATTACHMENT E JUSTIFICATION OP ADVANCE PAYMENT SUB -RECIPIENT: if you are requesting an advance, indicate same by checking the box below. [ ) ADVANCE REQUESTED (Maximum request amount may not exceed fifty percent,) Advance payment of Is requested, Balance of payments will be made on a reimbursement basis. This advauoe will be used an equipment speoL iio proJccts within the budget of the agreement. We would not be able to operate the ,m without this adynne% f yata era requesting an advance, complete the following ohart atoll line Item justification below. EST MATED EXPANSES Pre'ect .D s tra co aaa late Paladin g amount reuaeated M U i (Por each line item, provide a detailed Justification explaining the need for the cash advance. The Justification must include supporting documentation that cleanly shows the advance will be expended within the first ninety (90) days of the contract term. Support documentation should Include but is not limited to the following: quotes for purchases, delivery timelines, salary end expense projections, etc. to provide the Division reasonable and necessary support that the advance will be expended within the first ninety (90) days of the contract term unless an EHP Is required, Any advance funds not expended within the first ninety (00) days of the contract term shall be returned to the Division Cashier, 265E Shimmed Oak Boulevard, Tallahassee, Florida 32309, within thirty (30) days of receipt, along with any interest earned on the advance) *REQUESTS FOR ADVANCE PAYMENTS WILL BE CONSIDERED ON A CASE BY CASE BASIS'` * PIP MUST BE COMPLETED AND APPROVED BY FEMA PRIOR TO ADVANCE" Signature of Sub.. Recipient Name and Title of Sub -Recipient 64 Date; ATTACHMENT F WARRANTIES AND REPRESENTATIONS Financial Management The Sub -Recipient's financial management system must comply with 2 C.F.R. §200.302. 4r,lnefig, Any procurement undertaken with funds authorized by this Agreement must comply with the requirements of 2 0.F,R,. §200, Part D—Post Federal Award Requirements —Procurement Standards (2 OAR. §§200.3113 through 200327). POPess }jquts The Sub.Reciplent shall have its offices open for business, with the entrance door open to the public, and anent one employee on site, from: licensing and Permitting All subcontractors or employees hired by the Sub-Reolpient shall have aft current licenses and penile required for the particular work for which they are hired by the Sub -Recipient 65 ATTACHMENT Q CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 3uboontraotor Covered Transactions The prospective subcontractor, , of the Sub -Recipient certifies, by submission of this document, that neither it, its principals, nor Its affiliates are presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation In this transaction by any Federal department or agency. Sy: SUB -CONTRACTOR: nature Bub+Recipient's Name Name and Title FCEM Contract Number Street Address City, State, ZIP Data DNS Grant A.w Number 66 ATTACHMENT H STATEMENT OP ASSURANCES All of the instructions, •guidance, limitations, and other conclitiona set forth In the Notioe of Funding Opportunity (NOFO) for thla program are incorporated here by reference In the terms and conditions of your award, All Sub -Recipients must comply with any such requirements set forth In the program NOFO. All Sub -Recipients who receive awards made under programs that prohibit supplanting by law must ensure that Federal funds do not replace (supplant) funds that have been budgeted for the same purpose through non -Federal sources, All Sub -Recipients must acknowledge their use of federal funding when issuing statements, press releases, requests for propoeals, bid invitations, and other documents describing projects or programs funded in whole or in part with Federal funds. Any cost allocable to a particular Federal award provided for in 2 C.F.11, Part 200, Subpart E may not be charged to other Federal awards to overcome fund deficiencies, to avoid restrictions imposed by Federal statutee, regulations, or terms and conditions of the Federal awards, or for other reasons. However, this prohibition would not preclude a Sub -Recipient from shifting coats that are allowable under two or more Federal awards in accordance with existing Federal statutes, regutations, or the terms and oonditions of the Federal award. Sub-Redplente are required to comply with the requirements set forth In the govemmenewide Award Term regarding the System for Award Management and Universal identifier Requirements located at 2 C.F.R. Part 25, Appendix A, the full text of which Incorporated here by reference In the terms and conditions of your award. Alt Sub-RecIplente must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, Information, facilities, and staff, 1. Sub-Reciplent must cooperate with any compliance review or compliant investigation conducted by the State Administrative Agency or DHS. 2. Sub -Recipient will give the State Administrative Agency, DHS or through any authorized representative, access to and the right to enr(li110 and copy, records, accounts, and other documents and sources of Information related to the federal financial assistance award and permit aooess to fannies, personnel, and other individuals and Information as may be necessary, as required by OHS regulations and other applicable laws or program guidance. 3. Sub-Redplent must submit timely, complete, and accurate reports to the FDEM and maintain appropriate backup documentation to support the reports. Sub-RecIplents must also comply with all other special reporting, data collection and evaluation requirements, as prescribed by law or detailed in program guidance, 4. Sub-Reclpient will acknowledge their use of federal funding when issuing statements, press releases, requests for proposals, bld Invitations, and other documents describing projects or programs funded in whole or in part with Federal funds. 5. Sub -Recipient who receives awards made under programs that provide emergency communications equipment and its related activities must comply with SAFECOM Guidance for Emergency Communications Grants, Including provisions on technical standards that ensure and enhance interoperabie communications. 6. When original or replacement equipment acquired under this award by the Sub-Reclpient Is no longer needed for the original project or program or for other activities currently or previously 67 supported by DHS/FEMA, you must request instructions from FDEM to make proper disposition of the equipment pursuant to 2 C.F.R. Section 200.313. 7. DHS/FEMA funded activfiee that may require an EHP review are subject to FEMA'% Environmental Planning and Historic Preservation (EHP) review process. This review does not address all federal, state, and local requirements. Acceptance of federal funding requires recipient to comply with ail federal, state, and local laws. Failure to obtain ail appropriate federal, state, and local environmental permits and clearances may jeopardize federal funding. If ground disturbing activities occur during construction, applicant will monitor ground disturbance, and if any potential archeological resources are discovered, applicant will Immediately cease work In that area and notify the pass -through entity, If applicable, and DHS/FEMA. 8. Sub -Recipients are required to comply with the Sulid America, Buy America Act (SABAA), which wee enacted as part of the Infrastructure investment and Jobs Act Sections 7p901 7 i.« 27, Pub. L. No. 117.58 (2021); and Executive drier 14006, Ensuring the Future is Made in All of America by All of America's Workers. 9. Sub -Recipient will comply with the applicable provisions of the following laws end policies prohibiting discrimination: a. Title VI of the Civil Rights Act of 1964, as amended, which prohibits discrimination based an race, color, or national origin (Including limited English proficiency). b. Section 504 of the Rehabilitation Act of 1973, as amended, which prohiblts discrimination based on disability. c. Title IX of the Education Amendments Act of 1972, as amended, which prohibits discrimination based on sex In education programs or activities. d. Age Discrimination Aot of 1976, which prohibits discrimination based on age. e. U.8, Department of Homeland Security regulation 8 C.P.A. Part 19, which prohibits discrimination based on religion in social service programs. [Remainder of pogo Intentionally left blank] 68 ATTACHMENT I MANDATORY CONTRACT PROVISIONS Provisions: Any contract or subcontract funded by this Agreement must contain the applicable provisions outlined In Appendix 11 to 2 O.F.R. Part 200, It la the responsibility of the sub -recipient to include the required provisions, The following is a list of sample provisions from Appendix 11 to 2 C.F,R, Pert 200 that eve be required:1 Appendix II to Part 200—Contract Provisions for Non.Federal Entity Contracts Under Federal Awards In addition to other provisions required by the Federel agency or non -Federal entity, all contracts rnede by the non -Federal entity under the Fedorat award must contain provisions ooverine the following, as appitcable. (A) Contracts for more than the simplified acquisition threshold, which is the inflation equated amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1906, must address administrative, contractual, or legal remedies in instances whore contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate, (B) Ail contrasts in excess of $10,000 must address termination for cause and for convenience by the non -Federal entity Including the manner by which it will be affected and the basis for settlement, (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 OFR 60-1,4(b), In accordance with Executive Order 11246, °Equal Employment Opportunity' (30 FR 12319, 12936, 3 CFR Part, 1964-1966 Comp„ p, 339), as amended by Executive Order 11376, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations et 41 CFR part 60, °Office of Federal Contraot Compliance Programs, Equal Employment Opportunity, Department of Labor." (D) Davie-13acon Act, as amended (40 U,S,C, $141-3148), When required by Federal program legislation, all prime construction contracts In exoess of $2,000 awarded by non -Federal entitles must Include a proviston for complianoe with the Davis -Bacon Act (40 U$.0, 3141.3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 6, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In eiceordance with the statute, contractors meet be required to pay wages to laborers and mechanics at a rate not leee than the prevailing w • es speoified in a wage determination made by the Secretary of Labor, In addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the ounant prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontraot must be conditioned upon the acceptance of the wage determination, The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti-Xickback" Apt (40 0.9.0. 3146), AS supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontraotors on Public Building or Public Work Financed In Whole or In Part by Loans or Grants from the United States"). The Act provides that each oontreotor or Sub-reciptent must be prohibited from induoint3, by any means, any person employed In the construction, completion, or repair of public work, to give up any part of the compensation to which he or she Is otherwise entitled. The non. Pederal entity must report all suspected or reported violations to the Federal awarding agency, (E) Contraot Work Howe and Safety Standards Act (40 U.8.0, 37014708), Where applicable, all contracts awarded by the non.Federal entity In excess of $100,000 that Involve the employment of mechanics or laborers must include .a provision for compliance with 40 U,S,C., §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 OFR Part 5). lender 40 U.S.C. § 3702 of the Act, each eantractor must be required to compute the wages of every mechanic, and laborer on The basis of a 1 For example, the Davis -Bacon Ant is not applicable to other FEMA grant and cooperative agreement programs, including the Public Aseistanoe 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 lass than one and a half times the basic rate of pay tier all hours worked in excess of 40 hours In the work week. The requirements of 40 U,S.C. § 3704 are applicable to construction work and provide that no laborer or meohanic must be required to work In surroundings or under working conditions whloh are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or oontraote for transportation or transmission of Intelligence, (F) Rights to inventions Made Under a Contract or Agreement, }f the Federal award meets the definition of "funding agreement" under 37 OFR § 401,2 (a) and the recipient or Sub -recipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or Sub -recipient must comply with the requirements of 37 CFR Part 401, °Rights to Inventions Made by Nonprofit organizations and Small Business Firms Under Government Grants, Contracts And Cooperative Agreements," and any implementing regulations issued by the awarding agency. (G) Clean Air Act (42 U,8,C, §§ T401-7871q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251.1387), es amended -Contracts and subc}rants of amounts In excess of $150,000 must contain a provision that requires the nonfederal award to agree to comply with ail applicable standards. carders or regulations Issued pursuant to the Clean Air Act (42 U.S.C. §§ 7401-7671q) and the Federal Water Pollution Oontro.I Aot as amended (33 U.S.C. §§ 1261-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). (H) Debarment and Suspension (Executive Orders 12549 and 12689)-A contract award (see 2 OFR § 180,220) must not be made to parties listed on the governmentwlde Excluded Parties List System in the System for Award: Management (SAM), In accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12649 (3 CFR Part 1988 Comp., p.189) and 12889 (3 CFR Part 1989 Comp„. p. 236), "Debarment and Suspension." The Excluded Parties List System In SAM contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12649. (I) Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352)—Contractore that apply or bid for an award of $100,000 or more must file the required certifloatlon. Each tier certifies to the tier above that It will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any :agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress In connection with obtaining any Federal contract, grant or any other award covered by 31 U,S.C. § 1362. Each tlor must also disclose any lobbying with non-Faderai funds that takes place in connection with Wahine any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. (J) See § 200.323 Procurement of recovered materials, (K) See §200.210 Prohibition on certain telecommunication and video surveillance services or equipment. (L) See §200.322 Comestio preferences for procurements (Appendix 17 to Part 200, Revised Eff.11/.12/2020). .Please note that the sub -recipient alone is responsible for ensuring that all language included in its contracts meets the requirements of 2 CAR, a 200,327 and 2 C,F.R, Part 200, Appendix Li, 70 ATTACHMENT J FINANCIAL AND PROGRAM MON)TORING GUJDEUNES Florida has enhanced state artd local capability and capacity to prevent, prepare and respond to terrorist threats since 1999 through various funding sources including federal grant funds. The Florida Division of Emergency Management (FDEM) has a responsibility to track and monitor the status of grant activity and Items purchased to ensure compliance with applicable Homeland Security Grant Program (HSGP) grant guidance and statutory regulations, The monitoring process is designed to assess a Sub-Reolpient agency's compliance with applicable state and federal guidelines. Monitoring is accomplished utilizing various methods including desk monitoring and on -site visits. There are two primary areas reviewed during monitoring activities = financial and programmatic monitoring. Financlat monitoring primarily focuses on statutory and regulatory compliance with administrative grant requirements. It involves the review of records associated with the purchase and disposition of property, projects and contacts. Programmatfo monitoring seeks to validate and assist In the grant progress, targeting Issues that may be hindering project goals and ensuring compliance with the purpose of the grant and overall grant program. Programmatic monitoring involves the observation of equipment purchased, protocols and other associated record. Varloue levels of financial and programmatic review may be accomplished during the monitoring process. MonitorrnaSelection end Sete 01nm Each year the FDEM will omduot monitoring based on a "Risk Assessment'. The risk assessment tool Is used to help in determining' the priority of Sub-tacipienis that ahould be reviewed and the level of monitoring that should be performed. It is Important to note thatalthough a given grant may be closed, it is still aubjeot to either desk or on -site monitoring for a five (5) year period following closure. & as ttot will be e!Safnlripd )gclude; • 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 trmininge conducted to include number trained; • Status and number of exercises; • Status of planning activity; • .. Anticipated projected completion; • Difficulties encountered in completing projects; • Agency NJMSiICS compliance documentation; • Equal Employment Opportunity (EEO Status); • Procurement Policy FDEM may request additional monitoring/Information of the activity, or lack thereof, generates questions. from the region, the sponearing agency or FDEM leadership. The method of gathering this information will be determined on a case -by -case basis. Abaft . c vt e• Desk reviews and site visits are two forms of monitoring. Desk monitoring 1Gthe review of projects, financial activity and technical as&etance between FDEM and 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 on -going process. Sub -Recipients will be required to participate in desk top monitoring as determined by FDEM. This contact will provide en opportunity to identify the need for 71 technioal assistance (TA) and/or a alto visit if FDEM deterntlnee that a Sub-Reolpiant le having difficulty completing their proJeot. As dlfflcultles/deficienolee are; identified, the respective region or sponsoring agency will be notified by the program office via email. information will include the grant Sub -Recipient egenry !alms, year and project description and the nature of the Issue in question, Many ref The issues that (arise may be resolved at the regianei ar sponsoring egcncy level, isauee that require further TA will he referred to FDEM for assistance, Examples of TA inolurie but ars net limited to: • Equipment selection or available vendors • Eligibility of items or services • ceordinatlan and partnership with other agencies within or outside the region ar discipline • Record ICeeping • Reporting Requirements • Documentation in support of a Request for Reimbursement On -site monitoring will be conducted by FDEM or designated personnel. On -site monitoring visits will be scheduled In advance with the Sub-Reriplent agency POO designated In the grant agreement, FDEM will also caonduat coordinated financial and grant file monitoring, Subject matter experts from other agencies within the region or state may be called upon to easist In the form of a peer review as needed, Dr IS a rt1 rt . P tocoi Orealte monitoring visits will begin with those grantees that are currently spending or have completed spending far that federal fiscal year (FFY). Site visits may be combined when geographically coawerrient. There Ise finariciet/.iyrograrematic On -site monitoring checklist to assist In the completion of all required testae pttp Vts3itellepar A utter will be sent to the auh.Reelplent egenoy Point of Centact (PQC) outlining the date, time and purpose of the site vtalt before the planned anivet date, The appointment should be confirmed with the grantee In writing (email Isacceptable) and documented in the grantee folder. The physical location of zany equipment located at an alternate a }; should be confirmed with a representative from that location and the address should be documented In the grantee folder before the taste visit, Mite Morrfitor1Mt Once FDEM personnel have arrived at the slue, se orientation oonferernca will be e;onduoted. During this time, the purpose of the alto visit and the Items FDEM intends to examine will be Identified. All objectives of the site visit will be explained during ails time ) DIM personnel will review all flee and supporting documentation. Once the supporting documentation bee been reviewed, a tour/visual/spot inspection of equipment will be conducted, Each item selected for review should be visually Inspected whenever possible. Digger items (computers, response vehicles, etc.) should have an asset decal (Information/serial number) pieced in a prominent toeation on each piece of equipment as per Sub.Reolpient egeenoy requirements, The serial number should correspond with the appropriate receipt to confirm pureheee, Photogrepha should be taken of the equipment (lap capital expenditures In excess of $1,0O0, per item), if an Item is not available (being used during time ditto site vtalt), the appropriate documentation must be provided to amount for that particular pieces of equipment, Other programmatic issues on be discussed attire time, such as missing quarterly reports, payment voucher/reimbursement, equipment, questions, etc, 72 EsoiStnftdualait PDEM personnel will review the Oresite monitoring worksheets and backup documentation as a team and discuss the events of the On -site monitoring. Within Forty -Five (45) calendar days of the site visit, a post monitoring letter will be generated and sent to the grantee explaining any issues and corrective actions required or commendations, Should Issues or findings be identified, a noncompliance letter to that effect will be generated and sent to the Sub -Recipient The Sub -Recipient will submit a Corrective Action Plan within a timeframe es determined by FDEM, Noncompliance on behalf of sule-grantees le resolved by management under the terms of the Sub -Grant Agreement The On -site monitoring report and all back up documentation will then be inoluded In the Sub - Recipient's file. itimitgelng Respenplhillties Vaettet! prititles Sub -Recipients who are pass -through entitles are responslbte for monitoring their Sub -Recipients in a manner consistent with the terms of the federal award at 2 C,F.R, Part 200, including 2 C.F.R, § 200,332, This includes the pass -through entity's responsibility to monitor the activities of the Sub-Reolplent as necessary to ensure that the subaward is used for authorized purposes, In compliance with federal statutes, regulations, and the terms and conditions of the subawarce and that subaward performance goals are achieved, OubAeolpient responsibilities also include but are not limited to: accounting of receipts and expenditures, cash management, maintaining adequate financial records, reporting and refunding expenditures disallowed by audits, monitoring if eating as a pase-through entity, other assessments and reviews, and ensuring overall compliance with the terms and conditions of the award or subawercl, as applicable, Including the terms of 2 C.F.R. Part 200. /Remainder of pago intentionally Mt blankl 73 ATTACHMENT EHP GUIDELINES ENVIRONMENTAL PLANNING & HISTORIC PRESERVATION (BHP) COMPLIANCE GUIDELINES The following types of projects are to be Submitted to FEMA for compliance review under Federal Environmental Planning and Historic Preservation (EHP) laws and requirements prior to Initiation of the project: New Construction, installation and Renovation, including but not limited to: o Emergency Operation Centers o So.)curity- Guard facilities o Equipment bOlIclings (suoh as those accompanying communication towers) o Waterside Structures (such as dock houses, piers, etc.) • Placing a repeater.end/or other equipment on an existing tower • Renovation of and modification to buildings and struotures that are SO years old or older • Any other construotion or renovation efforts that (Menge or expand Me footprint of a facility or structure including security enhancements to improve perimeter security • Physical Seourity Enhanoements, including but not limited to: o Ughting o Fencing o .Closed-ciroult television (CCTV) systems O Motion detoction systems O Barriers,. doors, gates and related security enhancements In addition, the erection dcommunications towers that are inoluctea in a jurisdlotion's Interoperable communications plan is. allowed, subject to.all applicable laws, regulations, and liceneing proVisione, Communication tower projects must be submitted to FEMA for EHP •review. EHP SCREENING FORM SUBNIISSION For projects.requiring EHP review, the Sub.Reciplent must submit the EHP Screening Form to the State Administrative Agency (SAA) for review Prior tb funds being expended,: The SAA Point of Contact for EI-IP review Is: Alto, Felinn.00ls pureau of Preparedness —19ornestic Security 2U5 Shurnard.Oak Boulevard :rallehasSee, Florida 323,994IQQ Telephone: 850-Q1-4343, Falicia.PinnOCK0eM.rnytiericia.com 11. The SAA TVG will forward EHP Screening- Forms to DHS/FEMA for review and approval, III. Sub.Reolpient's must receive written approvat from tho•SAA prior to tho use of grant funds for project implementation, THE PROJECT MAY NOT BEGIN UNTIL FINAL FEMA APPROVAL IS RECEIVED, 74. N ANNING El 0 El 0 ATTACHMENT L REIMBURSEMENT CHECKLIST 'h, Does the amount billed by consultant add up oorrectiy? 2. Has all appropriate documentation to denote hours worked been properly signed? 3. Have copies of ell planning materials and work pruduot (e.g. meeting documents, copies of piena) been lnoluded? (Note w If a meeting wee held by Sub.Recipient or contractor/consultant of Sub. Recipient, an agenda and slipup sheet with meeting date 4. Has the zero dollar Invoice and signed from the conaultanticontraotor been include? Ej 8, Has proof of payment been Included? Canceled check, bank statement or transaction history (Showing the transaction wa processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Card Ststemeht & payment to erodit card company for that statement Has Attachment 0 (found within Agreement with FDEM) been completed for this contractor/consultant and Included in the reimbursement package? Has proof of purchase methodology bean included? Please see Form 6 of Reporting Forms or Purchasing Basloe Attachment If further clarity 1e needed. Sole Source (approved by FDEM for purchases exceeding $26,00Q) State Contract (page showing oontract #, price Hat) Competitive bid results (e g. Quotewire, bid tabulation Nye) to 0 li e o I er Caugglzaflonl 1. la the course DHS approved? 2, is there a course or catalog number? 3. If not, has FDEM approved the non-DHS training? 4, Have Sign -in sheets, Rosters and Agenda been provided? 6, if billing for overtime and/or bold!, has documentation been provided that Psis attendee names, department, # of hours spent at training, hourly rate and total amount paid to each attendee? , ....... Have documentation from entity's financial system boon provided es proof attendees were. paid? For backtill, has a cheer delineation/cross reference been provided showing who was backfi111ng who? 6. Have the names on the sign,in sheets been cross-referenced with the names of the Individuals for whom training reimbursement costs are being sought? 1. Have any expenditures occurred in support of the training such as printing costs, costs related to administering the training, planning, scheduling, faollltiea, materials and supplies, reproduction of materials, and equipment? if so, receipts and proof of payment must be submitted. 75 aggau D 0 0 0 EQiJIPMENi D Canceled check, bank statement or transaction history (Showing the transaction was proees:sed by the bank) Electrode Funds Transfer (EFT) Confirmation Credit Card Statement a payment to aredit card company for that statement 8, Has proof of purchase methodology been included? Please sae Form d of Reporting Forms or Purchasing Basis Attachment If further clarity is needed Bole Source (approved by FDEM for purchases exceeding $25,000) w State Contract (page showing contract #, price list) Competitive bid results (e.g. Quotewlre, bid tabulation page) 1. Has documentation been provided on the purpose/objectives of the exercise? Situation Manual Exercise Plan 2. if exercise has been conducted are the following Included After cation report Sign•in sheets Agenda Resters S. If billing for overtone and backfli, has a spre +sheet been provided that Oars attendee names, department, # of hours eperrt at oxeraise, hourly rate and total paid to each attendee? Have documentation from entity's financial system been provided to prove attendees were paid? For backfll, has a clear delineation/oross reference been provided showing who was backfilling who? 4. Have the names an the sign -In sheets been cross-referenced with the names of the Individuals for whom exercise reimbursement costs are being _sought? 5. Have any expenditures occurred on supplies (e.g., copying paper, gloves, tape, etc) in support of the exercise? if so, recelpts and proof of payment must be Inoluded, Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Card ,Statement & payment to credit card company for that statement 8. Have any expenditures occurred an rental of apace/locations for exerot ee planning and conduct, exercise signs, badges, eto.? g so, receipts and proof of payment must be Included. Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & paymentto credit card company forthat statement 7. Has proof of purchase methodology been included? Please see Form b of Reporting Penns or Purchasing Basics Attachment If further clarity is needed. Sole Source (apprroved by FDEM for purchases exceeding $25,000) „ W State Contract (page showing contract#, price Het) Competitive bid results (e.g. Quotewire, bid tabulation page) 1. Has the zero dollar Invoice and etgned from the consultant/contractor been include? E 2, Has an AEL # been Identified for each purchase? 76 0 D C� 0 3, If service/warranty expenses are listed, are they only for the performance period of the grant? 4. Has proof of payment been included? Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Canttrmatfon credit Card Statement & payment to credit oard company for that slatement 6. IfEHP form needed, has a copy of the approval DHS been included? 6. Has proof of purchase methodology been Included? Please sea Form 6 of Reporting Forms or Purohasrng Basics Alteohnient f1' further clarity la needed. Sole Source (approved by FDEM for purchases exceeding $26,000) State Contract (pege showing contract #, price Ilet) Competitive bid results (e.g. Quotewlre, bid tabulation page) 1. Have all receipts been fumed in, itemized and do the deter on the reooetpts match travel dafos? Airplane receipts Proof of mileage (Gaogte or Yahoo map printout or mileage log) ToU and/or Parking reoelpts Hotel receipts (Is there a zero balance?) Car rental receipts Registration fee rocelpta .. , .. M Note: Make sure that meats pall for by conference are not Inoludad in per diem amount El 2. $. If travel Is a conference has the conference agenda been indud f? Has proof of payment to traveler been tnciuded? Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement Copy of paycheck if reimbursed through payroll 4Af.AAy'Ammo 1. Has a signed tlmesheet by employee and supervisor been Included? Timesheet must certify the hours and Information presented as true and comet, 2. Has proof for tune worked by the employee been Included? Is time period summary included? Statement of Earnings Copy of Payroll Check Payroll Register For fusion center analysts, have the certification documents been provided to the SAA to demonstrate compliance with training and experience standards? pRGAMszAATION 0 1, If billing for overtime and baakfiti, has a spreadsheet bean provided that lists attendee names, department, # of hours spent at exercise, hourly rate and total pald to each attendee? Have documentation from entlty'a financial system been provided to prove attendees were paid? For bacidill, has a clear delineation/cry reference been provided showing who was backfilling who? 77 0 0 0 0 0 0 El 1. Have all relevant forms been completed and included with each request for reimbureement (including Daily Activity Reports for °PSG)? 2. Have the costs Incurred been charged to the appropriate POEM category? 3. Dose the total on all Forms submitted match? 4. Do all quotes and Invoices from the seleoted vendor provide a legible signature from vendor? 5, Do all paid invoices show a $0.00 balance? 6. Has Relmbtevement Form been signed by the Grant Manager and Financial Meer? 7, Haa the reimbursement package been entered into Sub -Recipients records/spreadsheet? 0. Have the quantity and unit cost been notated on Reimbursement Budget Breakdown? 9. If this purohase was made via Sole Source, have you included the approved Bole Source documentation and justification? 10.. Do an of your vendors have a current W4) (Taxpayer Identification) on fie? 11. Has the Attachment G (found within Agreement with FDEM) or proof of $AM.gov registration been provided for the contradors/consultants with the reimbursement package. Please not*: FDEM memos the right to update this checklist throughout the ale of the grant to ensure compliance with applicable federal and state rules and regulations. 78 FY 2022 Budget -Miami -Ft. Lauderdale UASt •ydl': .: i., '.,w '$r � Gpli... ...kwiP ,. .. �H 9s. �.„l.i�v r=h .. UUI!t: d:.s C,rh..:'��.) .N! :�n} .;,r a _.... � a_•, Weed .3a, �..e ,. _..r� ?,.., , e,. ..:,. F .si .. .. , do „ _.,. ,,,,.,�...,.a 'xNu �^�.�•�'fmiv..:...P��SA� n( "t, 2 ,.N:. ...">, n, ,s, ,,<:; ..... . „k,... } .:, ^.fi.. . ,:. .r�....I ,. H... u. ,.n1$ ... am„ ,. .,,,,Cat _,. . ,�,'Q� �'_. x14.F,' b.., ,. y „ : S, fr r. ... .sb xf 5>r. .. :5,'✓t`..yy :N. � f.. ... N 5. �... �.r k a. fi"�.0 �S I r A i x-.t.�. LAr�Y ..,,,.,c.:. .iN. ...,.... 4. .0 .,,r. 3r n S a..l � ,... ,+i:?�r 'J ,r ... .�4. ..4 M1 ., � 1 kdw.lnea•� q f,. 5�. 1,r "a .:.: .N .h4.,h. ..al C 3 v e„ 4'Y r c. F k}. h1 �-. ,� �+„�4�.. 0,. .. �n v .kr},r4��.�*.'�..rQ :i 1 ,a ...:.. .,d -0d+ .; 5.. `S e„„„,,.�aaz, i :i' ,Cr6 N'.:,fi :. 1 .�. 4 F,$: :....,... ., wo-r. °,�.� )v„. .,., une. rM, ,,.x...M tl?em•: �. .. ... , ,1 t(.. ..'�,. �ip�. � . , � r I. 1 :. i $,. •?, .(, �,.. _r.. I.J .A, .�. �t�Ai:l? F��i 'S.4. u: ,., irnY tau r�,., •,v .� �4� }' d .. , �r, e�.,... p,. v. ..M [�u 'iW l o .,, „ i+i Aea yGb�.i. ,::...»ark.1. ]� GM..,J' ... .. .:f{ : ,^'7-eA'",�, r. tf, L r.. t J:. P i .<r F .r .i �SSC�:�.,.;. �s'F. 4 a^`J .., ..>�`*N�.ou r.Detalledlekm.fl n:., v�.. 1 '.. .. A ',.:...... 4 S vq. +. b'.: � ?r. 47.,. .: ,.1 }: I., f. f k�. , I,..,,: � "�. a:: i I ,I. d r_ I ,J 1 1 -t. H k r.tl,{:,�' �2et1. tl e�+e;it +. .1. r rv;�,. r.ni i 'u7i<�..��/f SIiYi� �,n�i:�L: '«�, t did�y kx P .. .A #• ., ie.. N •rv'Y.Brc , , ,. a ,. rr .. .'? vr. rt 4... .,..,�+,..,. .t.. 'q x.�.. :,ua.,3.. Y. s.. .u}'1x.+1,.�.'Mr.t�+rt• "'a�% by � x i �'..;'} �. � G%� . ; a"A,:..in: BEMA Planning Emergency Management 2022-06A Emergency Management Planner and Logistics Capability Assessment Tool No 1 $164,325.00 $164,325.00 BEMA Planning Ali Disciplines 2022-05A Y Cybersecurity Assessment of Public Safety Infrastructure to include 911 system and radios No 1 $200,000.00 $200,000.00 BSO Training Emergency Management 2022-06B BSO PTE - CEMP/COOP/COG - National Homeland Security Conference No 1 $50,325.00 $54325.00 BSO Equipment Emergency Management 2022-07A Sheriffs EOCSustainment and Enhancements 031I11-OI-INHW 2IGN-00-OCEQ -0,JAP-05-CDSS 131T- 00-.ALRT 04.1P--0I-CADS 044M19D-02-PROJ 06CC-0I-CELL. 2IGN-00-CNST 2IGN-- GY 1JM44 06CC-03-SAT13 21GN-00-SIUP 2IGN-06-L•VST 04MD-03-DISP O6CP-05-YCON 14S1Y-01-PACS I4CI-00-COOP 07,5E-03-ENYS O6CC-02-DSAD Yes 1 $60,000.00 $60,000.00 BSO Planning Emergency Management 2022-078 Emergency Management Technical Support Specialist No 1 $100000.00 $100,000.00 BSO Training All Disciplines 2022-058 Y Cybersecurity Awareness Training for 850 Personnel No Z $60-000.00 $60,000.00 B50 Equipment Law Enforcement 2022-03A BSO SWAT SUAS 030E-07-SUAS No 4 $i5,000.00 $60,000.00 850 Equipment Law Enforcement 2022-038 Y EOD 2nd Line Tool Kit (Hand Toots) 02EX-00-TtRO No 1 $9,000,00 $9,000.00 B50 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 2012-06C EM Planner Position No 1 $100,000.00 $200,000.00 ,. v,. r., ..r ,s .. ,.w,,,fl "�., .. r . , ,,: . .hr°" ?z' ..... .r. u �'m >' .. , .. xi*.r.. d.. :e . <v . .- . • .... , ,• d3:: :, ..r. WM1 ...:!, .,-?:3 .. r .. , 1�, { i b , .. .- :lk a a G ' ' .ai,_. . '4, ? wi:Yk ,'A, '..., - �,�, �.,. �5, r..?.,,�r, � "ti"�tii ,.. 4'i N A ,,,m fY. ,.,,, . > ra , . C > P,.. ., „ y� p brie&� �� e. R . '�4r �... i .m r rrw.: #:. '. rt�; ,'. 5' M fv. '}"'.,. .. , ,r .. ,r:._ i ..,... irts. 1s ay�,.. !��" �.. n ., i,:,,:if!,.. yvi Yd y 'r Lin 1Le r. ..,ri'M1 ,.. ,))4 ., d. �. .. �. �`�lr � ,r..uuvz~`.a,�`i'a P,Y^ �. .nt r.r„ w^at'. ale � �) . ; ;. to ..� .,., xs,,. _�u.: Y. L kv., , 1 �x.aL- fn,, :.• 1 rw-e: w '4 ' ,.$,lC� � y � �? Y, t.SJ.YS, N ,h i..:pp});Vr^'S'R'•,.�-i f * YfCrar r5Y! $ 3 a, 1 tt, aKn' LIoA r ,IOeia . , p m ....,. , � �. PAJih'�1, 3. )"' ,, .a. .r' ,u1r s I i"Yl ,Y. ,y . F .. .. . r.. �. ,v ..i Pi. al�rr�.., a fu,,'� ?r x. � ! r _,..,...,r dr 4��umc�.N..zt l'.., S .... ,. .: '. "t t+.. -.. G . }; • Q 1 rl . IS 4 ...,� .� g 6, �y r il.: stir • dk. P f2`"# ::,✓. ..� 4v. , „�..r. ww... S^'.. .'. ( s. f. ,.i C ... �"t:, r.., 4,� >7 � vrf.,..,m k �n+. ,„.;91' :ua4vr 1 '' SIP b"�.'+. � . ..n. ,F ruf�., , 1v :�r� lft ... � ry a. e � � • +nr's ,r5 ,F., { "�5 . „ sr "� '`� h x.a , i �� w� dt. ,v.✓i.-r P .. $rr 9M, , ,,s. G,, 'tW t ! «� . I /.�� � n L,, ,+' :.y. 5': ,`^� F!.?h r N .4^" ,:ts is r^ > ,. .. ..a ' rt' �.��k� � e. 1;: �c� �a4 .. ,Sm r u .. uw ;v'?z .. r4 A v`+'. #, f, . r,?: '`A5, '` l � 1. G... 4.rw `S19t ,-N.. e'Ftn a tm , „.>Yil7 ).. , �r� Skf, x ^.»,"4fi ,r ti.G ..s Carat Gables Equipment Fire Rescue 2022-O8A Maintenance/Sustainment/ Repair/Replacement for HSSGP Purchased Equipment 21GN-00-MAIN 1 $48,755.00 $48,755.00 Coral Gables Training Fire Rescue 2022-060 Training and Exercise 1 $25,000.00 $25000,00 Carat Springs Equipment All Disciplines 2022-13A Hazmat'Emergency Traffic Signals 0802-01-TDCS 2 $35,000.00 $70,000.00 Coral Springs Equipment Law Enforcement 2022-02A Y Real Time Crime Center - Edge Recorders with Licenses O4SN-01: XMJT No 4 $7 500.00 $30,0000.00 Coral Springs Equipment All Disciplines 2022-12A Multi Discipline Training Prop (Technical Rescue Teams) 21GN-00-CNST No 3 $120,000.00 $120,000.00 Coral Springs Equipment Law Enforcement 2022-030 Y Fixed Wing Drone 030E-07-S(IaS No 1 $100,00000 $100,000.00 Fort Lauderdale Equipment Emergency Management 2022-07C Ft Lauderdale WC-Sustainment and Resiliency 21GN-00-OCELL O6CP-05-VCON, 21GN-O0-INST, 04HW-01-INHW 04AP-05-CD55, 21GN-00-MAIN No 1 $67,881.00 $67,881.00 Fort Lauderdale Equipment Law Enforcement 2022-03E Y Fixed License Plate Readers 030E 01 ALPR No 5 $20,000.00 $100,000.00 Fort Lauderdale Equipment Fire Rescue 2022-03F Y Hazmat monitors 07C5-01-KAVC, 07CD-01-DPMG, 216N-00-MAIN No 1 $71,650.00 $71,650.00 Fort Lauderdale Equipment Fire Rescue 2022-12B TRTStructural,Vehicle and Trench Equipment 035R02-TRIG O35R- 01-SHQR, 035R-02- TPHY No 1 $69,985.00 $69,985-00 Fort Lauderdale Equipment Emergency Management 2022-01A Y EQC Facility Security Enhancements (CCTV) 14SW-01-VIDA, 21GN-00-INSTand 21GN-00-CNST Yes 3 $45,000.00 $45,000.00 Hialeah Equipment Law Enforcement 2022-018 Y Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Hialeah Police Department the opportunity to install CCTV equipment in the area of soft targets and enhance our ability to deter and investigate terrorist activity.) 14SW-01-VIDA 04HW-01-INHW 04MD-03-DISP 21GN-00-MAiN, 21GN-00-1NST Yes 21 $19,000.00 $399,000.00 2 uils� Hialeah 'Training All Disciplines 2022-06E PT&E: HazNlatcourses, Homeland Security Conference No 1 $411,000.00 $41,000.00 Hialeah Planning Law Enforcement 2022-03G Y LPRAnalyst Sustainment No 1 $62,000.00 $62,000.00 Hialeah Planning Emergency 2022-06F Management Emergency Management Planner No $110,000.00 $110,.000.00 Hialeah Equipment Law Enforcement 2022-03H Y License Plate Reader System (LPRJ Fixed on poles 030E-02 ALPR, 21GN-00-INST, 21GN-00-CNST es 18 $23,035.90 $414,630.00 Hialeah Equipment Emergency Management 2022-07D EOC Enhancements to include monitor, software, servers, smart boards and installation of equipment. 216N-00-0CEQ,. 21 GN-00-1NST, 04HW-01-INHW, 04MD-03-DISP, 21GN-00-MAIN No 1 $191,000130 $191,000.00 Hollywood Equipment All Disciplines 2022-05C Y Cybersecurity Equipment Hardware/Software 05NP-05-SIEM No 1 $243,497.00 $243,497.00 Hollywood Equipment Law Enforcement 2022.031 Portable License Plate Reader. System (LPR) 030E-01-ALPR, 21 GN-00-1NST No 2 $45,000.00 $90, 000.00' Key Biscayne Equipment Emergency Management 2022-10A Emergency Management Vehicle - Sprinter 121E-00-SPEC 1 $44,840.00 $44,840.00 M&A Management and Administration All Disciplines 2022-17 MB:A M&A No 1 $560,500.00 $560,500.00 Miami Miami Equipment Equipment Ad Disciplines Emergency Management 2022-088 2022-07E Maintenance/Sustainment/ Repair/Replacement for HSGP Purchased Equipment EM $138,000 EOC Enhancements/Maintenance/ Sustainment 21GN-00-MAIN 21GN-00-0CEQ 14C1-00-COOP 075E-03-ENVS 06CC-05-PRTY 06CC-02--DSAD 21GN-00-1NSTr 04MD-03-DISP; 04HW-01-1NHW No Yes 1 $129,734.00 $195,000.00 $129,734.00 $195,000.00 Miami Equipment All Disciplines 2022- This project will continue services for a Metro -Ethernet line that provides fast network connectivity between the City. snetwork and the E911 backup center. 14C1-01-COOP No $25,000.00 $25,000.00 3 f3 &� 3 el , z.1 ? ,.. n 1 ,y, • 'ih;;± , 3-t^t Rt }w ; �: j. it �t,. 1: .1 „!�`. 1 77 k ,. .. I„E�E FP4. hk: - ,.p.. j t US. .fs 1 , `. , `; t{ r .r�. I. 9 It ill •��.i •°a•:• ,E ', ,.,t�. 11= a at, u ; , n ,, d.- , P, t 4 ,Si`.a kt .k . , t 2 tt,t : ?: E cY } {..�.1f ii` , d.r ` :.f.,3.:•, t. r lu' 3, All Disdplines 1 ,1 '•,2F t•4 ,�, . }} ,.R2{'. E :>:, 2021-ISA �.. y 2F. - 44 f„ 1-)?.,.,,F;,{ci n� El h,•i' • twt t s #j,}a. wa n • b1 s" 3 ,�r: ., 'T•k 2 3.ij)' lf13i �.”1 7, , 1 - € i k . .� `{`- Satellite Citywide will tl1„ Departments responders primary are t ;P t, . C{, ry sustain t are e stations down. '1. ; { !. i 1, T 3 Li i 12 { t� 1} j3'ilSr.312 i, ;y{ k3 ,I ,',S ij tt.:•.h, .:�1� f i c.i�.f: A{c: ,:e.. i This phones throughout police allow all services Key Biscayne f , , .", . 1= 4; project City and first when + { , {.3„ , � 4 }.Pfia `�F ,` I f lE.,, r� 1 . k ff d sj ,tY (jr:. { }. �L -h!Pt t1i t 2 ' ' �•{ v 05CC-03-SAT =1i# 3 �C( }; .!t. 2z _3:ti 3,� rti'i'rr t rt;c S.E „w f t'e1F2• i t, a , " „ '(<"• �. t•, S a , A+:f •kik �':1°r•fit, .e1A i. e .� d� F t;RJ r`.. _,.h. 7 ..,T a ,., . k tl-j� nti� t, i?a....S�i`.k:`31h:.1: 1•ii + .`2?i {rani 3 .�.; �Y,, C{,+ t'-.! i d° '.t , tt ,t. C tig15., f �i: {,f s; Fi`�`#kk'i 1 i s,.. r; s t i {}{ ,, „,i 1 d a:, e. t i- r-, P,1, ;f•, *ik:i'�o Miami Equipment PhoneSustalnment (12 months). the satellite installed lnduding which to communicate communication Includes 3 No 1 $30,000.00 $00,000.00 Miami Planning Alt Disdplines 2022-06G P,T& E. This project wfl support multi -disciplinary prajectsfor the City of Miami under the leadership of MEM. Projectscope will involve afull scale exercise, revision of planning documents such as the CEMPYCOOP/COG and finings that benefit terrorism- retested emergency management trainings Trainingsw171indude 1C9, Flazmat 160 and any other specialized courses needed due to staff attrition. Fire$41,628, EM $78,266, Poiice$71,258 No 3 $131,152.00 $191,2$2.00 Planning EmerMiami aggeunent NkmMiami 2022-i#A i' Training and RTj equipment N 1 $145,000.00 $145,000 00 Organization Fire Rescue 2022-01C Y Operational OTforSpecial Events approved byFEMA; Fire Agog 1 $5,000.00 $6,000.00 Miami Equipment Law Enforcement 2022-028 Y Installation of Real Time Crime Center Dashboard with a 5 year maintenance plan 216N-00-MST 21GN-00•MAIN and 131T-o0-tNTL Yes 1 $500,000.00 $500,000.00 Miami Equipment Law Enforcement 2022-031 y License Plate Reader System (LPR) Fixed on poles 030 ~01 ALPR, 216N-00-INST 26 $15,apaaa $390,000.00 Miami Planning Emergency Management 202206H 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 $33g00f10D $130,000 D0 4 ! qp , , i1 3f3 r . s 1i�: - icy { a1yr F . a i li, fi 4t n ' ' apt i ;� � i ii!.r , i tl {�5 � .'�{i G l' :,' } Rri .1i1i Z • f' ref( ��' k' 1 ir: . } if °��:1 i �Sli" ! 11;' t 7 ' R t �i 'l11 ur •5, f r'',• R } i fi1i• '' y f ?1 ` 1; 11 ! o� �' I t ,�j i '� ; ! I V 1 Ii {j (.i4 [_}II l ir.. e'. ^9t i `� 4. .., ... 1 R ,`N «Nr It Miami Planning Emergency Mon agement 2022-061 Emergency Management Planner (12 months). This position will assist with general planning responsibilities related to the implementation of the UASI grant program. No 3 $95,000.00 $95,000.00 Miami Pianni Emergency Management 2022-06J Equipment inventory Planner (12 monthsj. This position will be �ponsibleforresource management tracking and planning portion of the EHP process NO 1 $70,DII0.00 $70,000.00 Miami Equipment Fire Rescue 2022-14A MCIBusU Upgrades pB QgME03-DEMP 09ME-01-6AGM No 1 $426,000.00 $426,000.00 Miami Beach Equipment Law ncem�t Enf035R-03-KMON, 2022-12C Y TRTSearch and Rescue Bulidout 035R-03 ASAG, 035R-02-TPEL, 20GE 00-GENR, 08D2-01- .UTE,1955-00-SHEN, 435R-03 $tAM, 035R-03-WHY, 030E-07-SUAS, 030E-07-UPMD, 12TR-00-MOVR, 12VE-00-MISS Yes 1 $255,0oo 00 $265,000.00 Miami Gardens Equipment taw Enforcement 2022-109 N Mobile Command Vehicle 12VE-00-CMDV No 1 $327,82,4.00 $327,884.00 Miami - Dade Equipment Rrescue/EM RMiami- 2022-10C Mobile Command Vehicle 12VE 00-CMDV Na 1 $1,603,030,fl0 $'1,603,030.00 Dade Equipment Law Enforcement 2022-03/c Y Marine Patrol NVG 030E-02-T1iA Yes 4 $16750.00 $67,000.00 Dade Miami- Equipment Law Enforcement2022--03L Y Containment Vessel O2EX-0Yes 1 30-TCVV $5,575.00 .$25,575.00 Miami- d DaSUAs Equipment _ L Enforcement Y Surveillance Platform and Intelligence Gathering System for 030E-07-SUAD, 04MD-03-D15P 030E-07-ROVL 1 $110,000.00 $110,000.00 Dade Mialli- Planning LOWPlanning, orcement EnfConference 2022-06K Training and Exercises: UASI Homeland Security N/A Na 4 $3,000.00 $12100.00 Miami- Dade Training Law Enforcement 2022-O6L Y Total Containment Training 1 $7,150.00 $7,150.00 Miami Dade Exercise law Enforcement 2012-06M Y Priority Response Team Counter terrorism Exercise 1 $260,00aoo $26O.0O0.0O 5 A 1. . -:o. i ,Y. .> -Y....v. . f; ,, u ,.�3. u.. !':m4v •:,. IuNsdiW .... ,. 1U -. 1. r , ..}. ,. ,m.r. Y^ ,,. .. 5 v.{€>tr J„ � ,.EM, 6 I^+� Y.C. , i! ... r .:. _ }°V .. i2. e'k ....n d A.. ; 11� '�, ,, ., ; v ��3 „ . ,:J .. 4}} ni. xi ;'.1,�"..:. F: .r. ; MR, C"`t. ,.A;,.G��,+'�A1�W,e7�x.. Y `_ i, .1, r...;r x.-„ . 5 l+F i> �M1n.. .:.e, , „a, . , ^ . tea ��,t .... �] dt .... � , .3 '@.c x : ,�9a*,ifr„ - !"S� :a N. ,: 4.,, ..i.. ,. %' k �., ,. . _ w .: ,;. 1 y ,:,� A!'Sc1 d ...., a. . .. e h ^ �.h � ^r � �a a "f .�,,�+a�a T' "AI t I-,:' :.. v6... , e ...,Y'# y+� t� � ,ti,. ►J� ie+n J ,. y, ., ,.. ,, . .. 7 ,. ., 4� �1 i :s . 1,� �. I >�. ,.. ...' M.:. 'S" � i�>�r: ..uu.>.Ai .,....ar.�.,. . ��ry�� 4' ��1 ,..n"G ,.... .,. � �r.,TM: ,. : r '. Tb d .. d. Y7 � 0 4. . .. .e �., ,.. Po,,.. u��.,,,.. -:, i.. fY �, :', � . f" ` ,,;,.i4., Y : �' ... 3, .. gyp{, 4r as, ; e •D sa't ,y.�, � beta 4>i;ttem: a �. � 3 f^ ,.,:. : #�- d 1 . ...: .. v,. . t...m as ), .N � .',,,.; i :... ,. k tY Y. .h ..➢ ?� h d. � w fi t F Y, �.,:u,,, ., ?.,�..,, x_..�ua .,, P� /:.".,_ b '...M ":. vh ...P# FyJ ° s'lw 9,...':.s:4^'^P:.. - 'S ... .e s., � P^ �^: ! r$ ,.. »3µ 9" i . i AE i„°;L'u �"' �' „,, >r� !R .tt� Y ... k ... �;. FY _ .. .. +t ... > ..' , YY ..« ,: 4<..JC, t ..... A i ! 1 �I h r v >.,>, .fr.e� ;r u. V1" ... ay. � .... .... ., .:� �� � >�,rikiP :. ! . ., .. .. ..� 1?: + i.1 . r,, � �Fm .n�np�4a"`"r.., •.• ?i. a, 1� N ,M. Y M... a . , �r : r ,.... >w .�.. . ,,, r'Y du <" 3 '.,..:.�' .. �: a v< �'S1�'� rv:'�! Y,;. � 'f F � .. $¢; ' ' Q-.. S ..'" i , d ter, x ... `?'}"' eajrf' ^. i? Cost�sc r � ....�"31 , :,;Y .. 4.,.....53 n :. ,' � M .: w. ,�'. '"'� 9 ..N, 9 .♦ � xj 3. . � �t�,fl.w,,.� Pn`: �f. /i - tJ #:.: ,- , ,s� }�./ EF! f {.-.r k c �' 5 a�: & f.a'�: tii'" ';�aa .�Gfa1'Bud etJlfld ..+,. :.,. l: ,r:A 7. '�.t+Y ,...:,.r. r✓t ..�M� P• l6.:,. Miami- Dade Equipment Law Enforcement 2022-10D SRT Surface Boat - inflatable with trader 17YVC-00-BOAT Z $40,001.00 $80,002.00 Miami Dade Exercise Low 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 Shelter127R_00-MOYR, for Mobile Command Center Operations 1955-00 SHEL No 1 $299,00D.00 $299,000.00 Miramar Equipment Fire Rescue 2022-07F WebE0C Fleet Eyes Software 04AP-05-COBS, 04AP-02 AVLS No 1 $30,000.00 $30,000.00 Monroe Equipment Alf Disciplines 2022-11A 2Forklifts for 3VfonraeAirport 19MH-00-BULK 2 $45,000.00 $90,000.00 Monroe Planning Alf Disciplines 2022-05D Y Cybersecurity Assessment and Training No 1 $30,000.00 $30,000.00 Monroe Training Emergency Management 2022-060 Position Specific fCSTraining 1 $12 418.00 $12,418.00 Monroe Equipment Law Enforcement 2022-15B 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 and a COOP TiX and various tcs trainings (Ops Chief, Mass Fatalities, EOC/ICS Interface, intermediate EOC, Multi Hazards for Schools) No 1 $171,726.00 $171,726.00 Palm Beach County Equipment Emergency Management 2022-110 LogisticsfDeployable equipment Portable ID System (30k), Box Truck (70k), Dual Axle Trailer(2/36k) and Trailer Mounted Message Board (2/4014 145VY 01 SIDP 12VE-00-SPEC 12TR-00-TEQP 030E-03-SIGN No 1 $194,000.00 $194,000.00 P850 Equipment Law Enforcement 2022-03M Chemical/Explosive Gemini Analyzer with Warranty 07ED-01-L4SR, 21GN-00-MAIN No 1 $36,000.00 $36,000.00 PBSO Equipment Law Enforcement 2022-13B N Explosive Magazine Project 02EX 00-EXMP No 1 $34,726.00 $34,726 00 6 . .w,.,. .. .a.t N.,.?M,, Y 1u 1 S rkd pt%n .... ,- 1- 6, r+ ,.,. q ,....ix+,. sv 7 r. . .N- h �. , „ r �i.:;:�,n F k ., � d4c ,ry H. � i�l ., : , � '�, a�; '� .' �' �X ... �<.. .,. � 0 Fes` hp.. rar;�:"na.,..3;a rh-n, , ,... '.r: ,.,.. NNyy. , .< .. m� ,+'*� .. :., *r,+ a^ h' .n .... rz �i �Jl � �. G ,. ,,, c at$go � � b ,. ,..r r. S r .: w'3� .ul,,... „6 i r z�r...4 1 .., �W .d.� ��...... 5.: . .a r/ x£. .. ..,. t „ a.L,,an�iLr1w•�<:,. . 4^" ,.+.�,. , ::. L Pm. .i, .. i.:) .. ... ,i, .Tit .. ia>:. .0 A , a ... r 3 e ...# N ,,,• 8t^ .ak e, ,Q!. A rt v rx..ti.. ,v. { r. ^m S, n. �k.. % .. ,ei'7 k'd ,r m1,..a,w(,n.'�,`, F.. , 5} . � .h ., ,%: ,1 � "�.,, �k�,.N.T 1.., Irr. r. b<. 4.n'1•. 4* r'. p f'' k �'d 3, � _elt li ,. !, .�. f.. :;,C .� uln . ..^ �,.. .�� ✓ ,.. .: ,Miaf ,. MA' hf..:. �rx,. � � µry :_*;,.."] , : 3a r .L F,?.t. .. a. c w � , . a..a S*i: u. s n ,� . x �'. 1� w. _...3' i?•". . .. M 1 4._� r,ilC 5,, "''„I.'¢F '., , ., :,?., b.. 9',4 -.,5.„ Pa ,., F 1 ..,.. W � qg s� �,. '7"^ �aJ 1[ l .�"J?S . ♦"rr,. :. V .. ' ....,. Rein Peaiie;Item;OesGH tioncs Irr � P �r � ... x.. .: �:M'i." ..r: : ,: �i <. t u �- ' - "v.., Y Y h c..&: (.. c.tc .. 7 MTi. . 4. ,.». , ,1; ,., .,N. ,..� .,+F i. 1 ,in': , vt ""f91.. z• -..�. N+,s :�. r:✓::, ^N Y:[ ). ..e Z .: ,..:E n .k., 2., e] .. ,A i1,-T.1,,FIiPr 1 a » Po :.f. il , �M^ J ,...9 w. v: kF. ,. k?, 4� k ..: 1?:e1,. ,.:. »4 :, _>. 5,.. '��.. n.:.'„- �' yf•. _ . e .w.a �, '�UU�in xy .�.:x. 1.-N.. . , <Sn :i4 Y � ?a A.f :. a. .d .. ' Sri � x. '?�W^ J; ;•, . <w:r � ,. ..+ .. ,.., .iK ; �, 1 � tYc yytt .F. , m ' aJ ,i V'°m .,.. i. `Yw.. f'4t ('� }d r,?'s n ., jl�c:y'T4t... .. Ki : ,r � ..., � nitCo3G ,s�: . . :...., �uf�.... <'. ,. 9d. t,,, :. Yl x. :,, r .'�. .'i �.k ..�;Yb ., .. .r ""r T Q S ` ) : Ji r S'1 . � ' :.q 8 h�� ,t ,. �: w7 udB@ ook�f ....'- ...�. Y', `d .S.yY r1 ; + d i n.,•� ,, °S : vr4. �r , � .C. )�1144 '� -.n, ab;r;'f PESO Equipment Law Enforcement 2022-02D Y RTCC Portable Surveillance Trailers 030E-07-ROVL Pio 6 $38,500.00 $231,000.00 PBS° Equipment Law Enforcement 2022-15C N SWAT Communication Headsets 06CP-03-PRAC No 64 $1,000.00 $64,000.00 Pembroke Pines Equipment Law Enforcement 2022--240 N Automated External Defibrillators 09ME:03-DEAF No 18 $2,000,00 $36,000.00 Pembroke Pines Equipment law Enforcement 2022-10F N Mobile Command Vehicle 12VE-00-CMDV 1 $178,950.00 $178,950.00 Pembroke Pines Equipment Fire Rescue 2022-15D N Portable Radios 06CP-01-MOBL 16 $7,233.00 $115,728.00 Sunrise Equipment Low 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 2022-1OG Emergency Services/Quick Response Vehicle 12VE-00-MISS No 1 $200,030.00 $200,030.00 Sunrise Equipment Law Enforcement 2022-15E Portable Radios APX 8000 06CP-01-PORT 19 $6,849.00 $130,131.00 Regional Miami Planning Emergency Management 2022-06Q Regional Program Manager. This position assists the Miami and Ft. Lauderdale with regional planning needs (e.g. drafting of investment justifications, coordination of UAWG meetings, development of annual budgets, etc.). Planning No 1 $120,000.00 $120,000.00 Regional Miami Planning Emergency Management 2022-06R Regional Planning, Training and Exercises Coordinator- this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. Planning No 1 $100,000.00 $100,000.00 Regional PESO Fusion Organization Law Enforcement 2022-02E Y Fusion Center Analysts Organization No 5 $54000.00 $270,000.00 Regional Miami Planning Emergency Management 2022-065 Regional Planning, Training & Exercise to include attendance at grant related meetings 21GN-00-TRNG Na 1 $100,000.00 $100,000.00 Regional MO Organization Law Enforcement 2022-05E Y Regional Cybersecurity Analysts Project No 2 $250,000.00 $300,000.00 Regional P850 Fusion Planning Law Enforcement 2022-02F Y Metodata Planner No 1 $43,000.00 $43,000.00 7 IIIt�{��'''5.,: tj. ill 1tt .I Y ,y tl`< a Iir '-4S'Crh 'il • ii r. k .�C-, 7 P. :;5. j ,N jji 'i ..fr . e ' k j Y4 `T('r,, [# ft F —lYtir 4 } E i �� 1 :'S IiS a �i (f .x li r� 11 { ii f`' : if.. '�Y;F{, :l ljk !1'r ill L;. :}! i L ) x j �!'iE �j{t �• r t ffi E� 3� St4. cf 4F_ :i. c;i .` a�..Fi j' I �.'i 7 .1 { -i— ci . 1 ({. r. '�f "1 It 'tu e' Yi' '1. No #II(Y ¢IJ �EEE_ 1 i i 4Lan RT. {F .' t{ l cj� 1�ffJ.r,: s:ir 1 �, 1 i �; 2 t I� o }�' iH' .{4r 4s. j! Regional PESO Fusion Equipment Low Enforcement 2022-02G Y Fusion Center Operations to include computer hardware and peripherals, software mointenance.DNS sponsored Training, alert system ondTLO program supportand office supplies/equipment 04HW-01-WNW 331T-00-WNTL 131T-of —ALRT $240 0.00 $240,0011 DD Regional 1Viiorni Equipment Emergency Management 2022-EI7G incident command software system needed forregional info sharing during emergency operations as well as non emergency situations to provide a plaifarm fordoy-to-dayregional info sharing and updates. (WebE0Cl 04Af-05 Cp55 04AP-O�GISS 04511V-04 NETW No 3 $150,000.00 $150,000.00 Regional Ft. Lauderdale Training Al! Disciplines 2022-04B Regional Citizen Corps/CERT Planning, Training Exercise and Equipment 19GN-00-BGPI( 06CP-01-PORT 22GN-00-CCEQ No 3 $100,000.00 $300,000.00 Regional PBC/AHIMT Equipment All Disciplines 202210H AHlMlTProject to indude25ft Box Truck and a 15 Person Passenger Von for deployments 1211E-00SPEC, R OO 1kloVR 1 $145 000.00 $145,000.00 Regional PB50 Training testy Enforcement 2022-05F Y Cyber Response Training 75 $4,000.00 $300,000.00 Regional MDEM/8al Harbour Equipment Emergency Management 2022-0711 Bat Harbour EOC Enhancement project to include displays, video conferencing, mobile radio and accessories, laptops, server and rack, backup power and installation 10PE-00-LIPS„ 05CP-01-MOBL, 46CP-03-PRAC, 04HW-01-INH1N 216N-00-OCEQ 21GN-0O4NST 04M0-03-DISP 06CP-05-VCON 1 $100,000.00 $100,000.00 Regional Miami Equipment Fire Rescue 2022-03N NazTox Project to include: defr3rilliaters, medical kits, hector specraltytranspartvehrde,dass2 PPE Ensemble., CBRN PAPR, Devon System andifazTax Medic Training for 50 members 09ME-03-DEMP, 09ME-01-BAGM, 12VE-00MISS, O1C8-02-ENSM, O1AR-03-PAPA, 0802-03-TVEW 1 $300,00000 $300,000.00 Regional Miami Exercise Emergency Management 7072-0� Operation Heat Shield 5 to include 1 Region -wide Pull Scale Exercise and 4 Tixs with WMD scenario in coordination with the STC Program. Will be funded by both sources 1 _. $467,670.00 $467 670.00 Total $14,012,500.00 s Additional Projects ii. Jr fl r• ej{ 's $14,13I2,5mAto $D.00 fliif {� $0.00 $2,212,50O.00 $2212,500.170 9 MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2022 ;`Jirisglctlon" Agreement Number: R0588 FAIN Number: EMW-2022-S$-00029-S01 CFDA #: 97.067 This Agreement is entered into this day of , 2023, by and between the City of Miami, a municipal corporation of the State of Florida, (the "Sponsoring Agency") and , (the "Participating Agency"). RECITALS WHEREAS, the U.S. Department of Homeland Security (USDHS) is providing financial assistance to the Miami urban area in the amount $14,012,600 dollars through the Urban Area Security Initiative (UASI) Grant Program 2022; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2022; and WHEREAS, as the USDHS requires that the urban areas selected for funding take a regional metropolitan area approach to the development and implementation of the UASI Grant Program 2022 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2022 Urban Area has been defined Miami and Ft. Lauderdale collectively and anticipates sub -granting a portion of the UASI funds in accordance with the grant requirements; and WHEREAS, the City Commission, by Resolution No.. , adopted on 2023. has authorized the City Manager to enter into this Agreement with each participating agency on behalf of the City of Miami; and WHEREAS, the Sponsoring Agency wishes to work with the participating agencies through the Urban Area Working Group process to enhance Miami and its surrounding jurisdictions ability to respond to a terrorist threat or act. NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follow: 1 I. PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2022 which was made available by the U.S. Department of Homeland Security and the State of Florida Division of Emergency Management (FDEM). B. This Agreement serves as the Scope of Work between the Participating Agency and the Sponsoring Agency. II. SCOPE A, The provisions of this Agreement apply to UASI Grant Program 2022 activities to be performed at the request of the federal government, provided at the option of the Sponsoring Agency, and in conjunction with, preparation for, or in anticipation of, a major disaster or emergency related to terrorism and or weapons of mass destruction. B. No provision in this Agreement limits the activities of the Urban Area Working Group or its Sponsoring Agency in performing local and state functions. III. DEFINITIONS A. Critical Infrastructure: Any system or asset that if attacked would result in catastrophic loss of life and/or catastrophic economic loss management of resources (including systems for classifying types of resources); qualifications and certification; and the collection, tracking, and reporting of incident information and incident resources. B. Core County: The County within which the core city is geographically located. The core city is the City of Miami. C. UASI Grant Program 2022: The UASI Grant Program 2022 reflects the intent of Congress and the Administration to enhance and quantify the preparedness of the nation to combat terrorism and continues to address the unique equipment, training, planning, organization and exercise needs of large high threat urban areas, and program activities must involve coordination by the identified core city, core county/counties, and the respective State Administrative Agency. Funding for the UASI Grant Program 2022 was appropriated by U.S. Congress and is authorized by Public Law 108-11, the Emergency Wartime Supplemental Appropriations Act, 2003. The funding will aid in building an enhanced and sustainable capacity to plan, prevent, protect, mitigate, respond to, and recover from threats or acts of terrorism for the selected urban areas. D. National Incident Management System (NIMS): This system will provide a consistent nationwide approach for federal, state, and local governments to work effectively and efficiently together to prepare for, respond to, and recover from domestic incidents, regardless of cause, size, or complexity. To 2 provide for interoperability and compatibility among Federal, State, and local capabilities, the NIMS will include a core set of concepts, principles, terminology, and technologies covering the incident command system; multi -agency coordination systems; unified command and training. E. Urban Area Working Group (UAWG): The State Administrating Agency Point of Contact (SAA POC) must work through the Mayor/CEOs from all other jurisdictions within the defined urban area to identify POCs from these jurisdictions to serve on the Urban Area Working Group, The Urban Area Working Group will be responsible for coordinating development and implementation of all program elements, including the urban area assessment, strategy development, and any direct services that are delivered by the grant. F. Urban Area: An urban area is limited to inclusion of jurisdictions contiguous to the core city and county/counties, or with which the core city or county/counties have established formal mutual aid agreements. IV. SPONSORING AGENCY SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with the FDEM and USDHS. C. Conducting a comprehensive Urban Area Assessment, which will in turn guide the development of an Urban Area Stakeholder Preparedness Review. D. Ensuring the participation of the following critical players in the assessment and strategy development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. E, Developing a comprehensive Urban Area Stakeholder Preparedness Review and submit to the SAA POC. F. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". G. Ensuring satisfactory progress toward the goals or objectives stipulated in "Exhibit #1", H. Following grant agreement requirements and/or special conditions as stipulated in "Exhibit #1". 3 I. Submitting required reports. V, THE PARTICIPATING AGENCIES SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the main liaison and partner with the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Participating Agencies and any sub -grantees must abide by the grant requirements including budget authorizations, required accounting and reporting expenditures, proper use of funds, and tracking of assets as stipulated in "Exhibit #1". C. Submitting quarterly reports to the City of Miami detailing the progress of projects to include direct purchases of equipment or services as stipulated in "Exhibit #1".. D. Complying with all UASI Grant Program 2022 requirements as stipulated in "Exhibit #1". E. Participating as a member of the Urban Area Working Group to include coordinating with and assisting the City of Miami in conducting a comprehensive Urban Area Assessment, which in tum will guide development of an Urban Area Stakeholder Preparedness Review. F. Ensuring the participation of the following critical players in the assessment and Stakeholder Preparedness Review development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. G. Assisting the sponsoring agency in development of a comprehensive Urban Area assessment and Stakeholder Preparedness Review. H. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". I. Ensuring satisfactory progress toward the goals or objectives as stipulated in "Exhibit #1". J. Submitting required reports as prescribed by the Sponsoring Agency as stipulated in "Exhibit #1". K. Maintaining an equipment inventory of UASI purchased items. L. Ensure that equipment obtained from the UASI Grant Program 2022, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies, special 4 events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by DHS, FDEM, and the Sponsoring Agency. If the Participating Agency is incapable of staffing the equipment, such equipment shall be made available to another Participating Agency for use during any actual emergencies, special events or exercises. Failure to ensure equipment availability may result in Toss 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 US. General Accounting Office Government Auditing Standards and 2 CFR 200, 5 B. The Secretary of Homeland Security and the Comptroller General of the United States shall have access to any books, documents, and records of recipients of UASI Grant Program 2022 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these documents are related to the receipt or use of such assistance. The grantee will also give the sponsoring agency or the Comptroller General, through any authorized representative, access to and the right to examine all records, books, papers or documents related to the grant. C. Financial Status Reports are due within 14 days after the end of each calendar quarter. A report must be submitted for every quarter that the award is active, including partial calendar quarters, as well as for periods where no grant activity occurs as stipulated in "Exhibit 1". D. Submit progress reports to describe progress to date in implementing the grant and its impact on homeland security in the state. E. Ail financial commitments herein are made subject to the availability of funds and the continued mutual agreements of the parties as identified in "Exhibit 2". VIII. CONDITIONS, AMENDMENTS, AND TERMINATION A. The Participating Agency will not illegally discriminate against any employee or applicant for employment on the grounds of race, color, religion, sex, age, or national origin in fulfilling any and all obligations under this Agreement. B. Any provision of this Agreement later found to be in conflict with Federal law or regulation, or invalidated by a court of competent jurisdiction, shall be considered inoperable and/or superseded by that law or regulation. Any provision found inoperable is severable from this Agreement, and the remainder of the Agreement shall remain in full force and effect. C. This Agreement may be terminated by either party on thirty (30) days written notice to the other party at the address furnished by the parties to one another to receive notices under this agreement or if no address is specified, to the address of the parties' signatory executing this contract. D. This Agreement shall be considered the full and complete agreement between the undersigned parties and shall supersede any prior Memorandum of Agreement among the parties, written or oral, except for any executory obligations that have not been fulfilled. 6 E. This Agreement will end on June 30, 2024, unless otherwise extended, by a written amendment duly approved and executed prior to June 30, 2024, unless otherwise extended, at which time the parties may agree to renew the association. Renewal will be based on evaluation of the Sponsoring Agency's ability to conform to procedures, training and equipment standards as prescribed by the grant. IX. MISCELLANEOUS OVERALL Counterparts: Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by faosimile, 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 Clty Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: BY: BY: Victoria Mendez Ann -Marie Sharpe, Director City Attorney Department of Risk Management 7 ATTEST: Name: Title: PARTICIPATING AGENCY "(sub -recipient)" BY: NAME: TITLE: FID #: DUNS: APPROVED AS TO FORM AND CORRECTNESS: Participating Agency Attorney 8 Olivera, Rosemary From: McGann, Tyrone Sent: Friday, December 15, 2023 7:12 AM To: Olivera, Rosemary; Hannon, Todd; Lee, Denise Cc: Garcia, Aida; Perez, Juan- Police; Martinez, Maria; Guerra, Jose Subject: Matter ID 23-3169 - UASI FY 2022 MOA - Bal Harbour Village Attachments: Matter_ID_23-3169_-_UASI_FY_2022_-_MOA_-_Bal_Harbour_Village.pdf Good Morning, Please find attached a fully executed agreement that is to be retained as an original for the City. Regards, 2y JyfCGann Assistant Fire Chief Technical Services Division City of Miami Fire -Rescue 444 SW 2" Avenue — 10th Floor Miami, FL 33130 Office: 305-416-1024 tmcgann@miamigov.com "Ecellence through Service!"