Loading...
HomeMy Public PortalAbout2020-02 Authorizing the purchase of security equipment from Convergint Technologies LLCRESOLUTION NO. 2O2O.O2 A CAPITAL PROJECT AUTHORIZING RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, AUTHORIZING THE PURCHASE OF SECURITY EQUIPMENT FROM CONVERGINT TECHNOLOGIES, LLC; APPROVING A MEMORANDUM OF AGREEMENT FOR JOINT COMPLETION OF AN URBAN AREAS SECURITY INITIATIVE PROGRAM WITH THE CITY OF MIAMI FOR THE PURPOSE OF CARRYING OUT URBAN AREAS SECURITY INITIATIVE PROGRAM OBJECTIVES; PROVIDING FOR AUTHORIZATION; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Village of Key Biscayne (the "Village") has identified equipment and sustainment needs that have been included in the local Urban Area Security Initiative Program (the "UASI") spending plan, which offers funds for the payment of such equipment and sustainment needs accessible through the Florida Division of Emergency Management; and WHEREAS, the Memorandum of Agreement for Joint Completion of the UASI between the City of Miami (the "City") and the Village attached hereto as Exhibit'oA" (the "Agreement") provides for carrying out the UASI objectives as part of a Homeland Security initiative; and WHEREAS, the Village sought proposals from four vendors for security equipment that would be compatible with the Village's existing systems and with the UASI spending plan; and WHEREAS, Convergint Technologies, LLC (the "Vendor") was the only vendor who submitted a proposal for eligible and compatible security equipment, which proposal is attached hereto as Exhibit "B" (the "Proposal"); and WHEREAS, after review and evaluation of the Proposal, the Village Manager recommends that the Village purchase the security equipment from the Vendor; and WHEREAS, the Village Council seeks to authorize the Village Manager to execute the Agreement with the City and purchase the security equipment from the Vendor consistent with the Proposal in an amount not to exceed $18,000.00; and WHEREAS, the Village Council finds that this Resolution is in the best interest and welfare of the residents of the Village. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, AS FOLLOWS: Section 1. Recitals. That each of the above-stated recitals are hereby adopted, confirmed, and incorporated herein. Section 2. Approval of Agreement. That the Agreement, in substantially the form attached hereto as Exhibit "A", is hereby approved, subject to approval by the Village Attorney as to form and legal sufficiency, and the Village Manager is hereby authorized to execute the Agreement, on behalf of the Village. Section 3.Authorizins Purchase of Eo and Source of Funds. That pursuant to the Agreement, the purchase of equipment to strengthen and protect the community against chemical, biological, radiological, and nuclear threats, in an amount not to exceed $18,000.00 is hereby approved. The purchase shall be made from the Vendor consistent with its Proposal attached hereto as Exhibit '0B." The source of funds for the purchase shall be UASI grant funds on a reimbursement basis in the amount of $15,427.00, as described in the Agreement, and any cost in excess shall be funded from the Village's General Fund. Any changes in the description of the purchased equipment shall be authorized by the Village Manager and shall be in accordance with the terms of the Agreement and UASI grant terms. Section 4. Implementation. That the Village Council hereby authorizes the Village Manager to execute any purchase order or required documentation for the purchases described in 2 this Resolution, subject to approval by the Village Attorney as to form and legality, and to take any action which is reasonably necessary to implement the purpose of this Resolution. Section 5. Effective Date. That this Resolution shall be effective immediately upon adoption. PASSED and ADOPTED this 28th day of January, 2020. I ) W. DAVEY ATTEST: CLERK APPROVED AS TO FORM AND LEGAL SUFFICIENCY WEISS SEROTA HELFMAN COLE & BIERMAN, P.L. VILLAGE ATTORNEY IN 3 Exhibit A MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2018 "Villaqe of Kev Biscavne" Agreement Number: 1g-DS- -11-23-02- FAIN Number: EMW-201 8-55-00064 CFDA #: 97.067 LoTAna{by and between the City of Miami, a municipal corporation of the State of Florida, (the "Sponsoring Agency") and the Village of Key Biscayne, (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 $5,700,000 dollars through the Urban Area Security lnitiative (UASI) Grant Program 2018; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2018; 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 2018 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2018 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-19-0025 , adopted on Januarv 10, 2019, 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: This Agreement is entered into this di"rot 7*r.ru*t..t Exhibit A I. PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2018 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. il. scoPE A. The provisions of this Agreement apply to UASI Grant Program 2018 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 lnfrastructure: 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 2018: The UASI Grant Program 2018 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 2018 was appropriated by U.S. Congress and is authorized by Public Law 108-11, the Emergency Wartime Supplemental Appropriations Act, 2003. The funding will provide assistance to build an enhanced and sustainable capacity to plan, prevent, protect, mitigate, respond to, and recover from threats or acts of terrorism for the selected urban areas. National lncident 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 D Exhibit A 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" -t Exhibit A l. 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 2018 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" l. 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 2018, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies or 4 Exhibit A exercises. Also, ensure that such equipment is readily available for onsite monitoring by DHS, DEM, and the Sponsoring Agency. lf 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 or exercises. Failure to ensure equipment availability may result in loss of funding and/or equipment to the Participating Agency. M. All equipment obtained from the UASI Grant Program 2018, 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 lnitiative 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 $300,000 or more of Federal funds during their fiscal year are required to submit an organization-wide financial and compliance audit report. The audit must be performed in accordance with the U.S. General Accounting Office Government Auditing Standards and 2 CFR 200. 5 Exhibit A 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 2018 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 fullforce 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 Exhibit A E. This Agreement will end on June 30, 2020, unless otherwise extended, by a written amendment duly approved and executed prior to June 30, 2020, 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. SPONSORING AGENCY THE CITY OF MlAMl, a municipal Corporation of the State of Florida ATTEST BY BY: Todd B. Hannon City Clerk APPROVED AS TO FORM AND CORRECTNESS: BY: Victoria M6ndez City Attorney Emilio Gonzalez, Ph.D City Manager APPROVED AS TO INSURANCE REQUIREMENTS: BY: Ann-Marie Sharpe, Director Department of Risk Management 7 Exhibit A PARTICIPATING AGENCY tt@tt ATTEST: N e r r\].'rABY: Mloi *'t-.-"fsrPl A €, .-"*,,tu lAf<si"jz^f h rile: Jilbffcl-rk NAME: TITLE: FID #: DUNS APPROVED AS TO FORM AND CORRECTNESS: r Participating Agency Attorney 8 Exhibit A Contract Number: 19-DS- "11-?3-02. FEDERALLY.FUNDED SUBAWARD AND GRANI AGREEMENT 2 C.F.R. $200.92 states that a "subaward may be providecl through any lorm of legal agreerflent, Including an agre€ment that the pass-through entig considers a contract.'' As defined by 2 C,F.R. $200,74, "pass-lhrough entity" means "a non-Federal entity that provides a subaward to a Sub-Recipient to carry out part of a Federal program." As defined by 2 C.F.R, 5200.93. "Sub-Recipient' means "a non-Fodpral entlty that receives a subaward from a pass-through erttity to carry out part of a Federal prograrn." As defined by 2 C.F,R. $200.38, "Federal award' means "Federal financial a$sistance that e non-Federdl entity receives clirectly from a Fedoral awarding agency or indirectly from a pas*-through entity,', As defined by 2 C.F.R, $200.92, "subaward" means'an award provided by a passthrough entity to a Sub. Recipient for the Sub-Recipient to catry out paft of a Federal award received by the passthrouoh entity," The following information is provlded pursuant to ? C.F,R, 9200.331(a)('l): Sub-Recipiert's name; Sub-Rocipient's unique entity identifier: Foder€l AwarC ldenUfication Number (FAIN); Federal Award Date: Subaward Period of Performance Start and End Date: Arnount of Federal Funds Obligated by this Agreement: Total Amount of Federal Funds Obligated to the Sub-Reclpient by the pass-through entity to include this Agreement: Total Amount of ths Federal Award committed to the Sub-Reclpient by the passthrough erttityr Federal award project description (see FFATA): Name of Federai awarding agency: Narrre of pass{hrough entity: Contact information for the pass-through entity: Catalog of Federal Domestic Aosistance (CFDA) Number and Name: $/hother the award is R&D: lndirect cost rate for the Federal award: Cibr oltvljeplFire Roscug - .__ _ EMW-20:l8-53-0AA64 _ Seotember01,2018 Date.pl Etacu.tiqn :_1 2i3 1 12020 $5.700,000.00 _ ___,_ tu $5,700,000.00 $€e Articiq 1, Aoreement,Artictes: Ftulw.-_?o 1 B-s s:q0.9$4.s 0 1. Deot..of H_qltqland S eguritv FL Div, of Emerqency &lanagemer[ ?55q sh umafd Oak esulerc{d Tallaha$sea Flori{a 3231 I 97.067 HoFeland Sequlity Prooram NOJN/A/) 28.33% Exhibit 1 Exhibit A THls AGREEIVIENT is entered into by the state of Florida, Division of Emergency lvlanagement, withheadquarters in Tallahassee, Florida (heroinafter referred to as the "Divlsion,,), and the citlr.of lvliami Firg Rescue.(hereinafter referred to as the',Sub-Recipient,,). For the purposes of thls Agroement, the Divioion serves as the pass.through entity for a Federai award, andthe Sub-Recipient serves as the recipient of a subaward. THIS AGRFENIENT IS ENTFRED INTO BASED ON THE FOLLOWING REPRESENTATIONS:A' The sub-Recipient represents that it is fully qualified and eligible to receive these grant funds lo providethe services identified herein; B ' The state of Florida received these grant funds from the Federal governmen t, and the oivisi'n has theduthority to subgrant these funds to the sub'Rocipient upon the terms and conditions outljned below; and,c' The Division has statutory authority to disburse the firnds under this Agreement, THEREFORE, the Division and the sub"Recipiont agree to the forowing: (1) 2 c'F'R' 5200'302 provides: "Each state must expend and account for the Federal award inaccordance with state laws and procedures for e.rpending and accounting for tho state,s own funds.,, Therofore,section 215'971' Florida statutes, enlitled "Agreements funced wrth federal or state assistance,,, applies to thisAgreement, {r) a' The sub-Recipient's performance under this Agreement is subject to 2 c.F.R. part 200,entitled 'uniform Administrativ€ Requirements, cost Principles, ancl Audit Rsguiremenis for Federal Awards,"b' As required by Seclion 215.971(1) Florida statutes, lhis Agreoment includes;i' A provision specifuing a scope of work that clearly establishes the tasks that theSublReclpient is required to perlorm. ii A provision dividing tlre agreement into quantiflabJe units of deliverables tha( rnust bereceived and accepted in writinS; by the Division before payment. Each deliverable must be directly related to thescope of wor'< and speciiT tho required minirnum level of service to be performed and the criteria for evaluating thesuccessful compleilon of each deliverable, lli' A provlsion specifuing the financial consequences that apply if the $ub-Recipient l.ailsto per"orm the minirnum lerrel oi seryice required by the agreement, lv' A provision specifuing that tho sub-Recipient may expend funds only for eflowablec05te resulting frorn obrigations incurred rluring the specified agreernenr period, v' A provision specifying that any balance of unobrigated funds which has be enqdvanced or paid must bo refunded to the Division. vi' A provislon specifying that any funds paici in excess of the arnounl to which the sub-Recipient is entitled under the terms and conditions of lhe agreement must be refunded to the Division.c' ln addltian t0 the loregoing, the sub-Recipient and the Division ehall be governed by gll applicable slale and Feclerai laws, rules ancl regulations, including those identifled in Attachrnent D. Any expressreference in this Agreem€nt to a particular statute, rule, 0r regulation in no way implies that no othor statute, rule, orregulation applies. (3) CONTACT 2 Exhibit 1 Exhibit A a' ln accordance with section 215,s71(2), Florida statutes, the Division's Grani fvlanager shall be responsible for enforcing performance of this Agreernent's tenns and condltions and shall serve as the Division,s liaison with the Sub-Recipient. As part of his/her duties, the Grant tutanager for the Division shall:i. lvlonitor and document Sub-Recipient performance; and. ii Review and document all deliverables for which the Sub.Recipient requests payment.b. The Division,s Grani [/anager for thjs Agreement isr ivJichpet J. Dav 2855 ShUmard Oqk.Boulevard Tqltah asFee. Florida 323.99-2 1g-Q Telephone; (gS0) B1 S_4Q49 Email: tutichael, Day@em,mvlloridg,com c' The name and adCress of the Representative of the Sub-Recipient responsible for the administration of this Agreement is: ChieiP.elp Gonfez 444 $4/ 2rd Ave.nue. lQtt' Floo.r lVliami. EL 33130 Telephone: QQF.41 6-5402 Fax: i05-5Q9.40/0 Ema i l: Qgonrez@miamiqov..co{n d' ln the event that different represenlatirres or acldresses are clesignated by elther party after execufion of this Agreement, notice of the name, title and address of the new representatlve wili be provided to the other party. (4) TER|VIS ANp CQNptTlOt[i This Agreement contains all the terms and concJitions agreed upon by the parties. (5) E-XEC{JTtON This Agreement may bo execuled in any nurnber of counterpart$. any one of which may be takon as an original, (6) lvloDiFrCA'ngN Either parly may request modificalion of the provisions oi this Agreement. Changes which are agreecl upon shall be valid only when ln wrlting, signed by each of the parties, and attached to the original of this Agreement. (7) S.QOPE OF WORK, The $ub-Recipient shall perform the wotk in accordance with the Budget and Scope of Work, Attachment A and B of this Agreement. (B) PERtop Of.AcREEMHflT, This Agreement shat begin upon execution by both pafties and shalr end on 0ge!&cla]-z_Q?0, unless terminated eariier in accordance with the provisions of Paragraph ( l /) ol this Agreernent. Consistent with the definition of "period of performance" contained in 2 C,F.R. 5200,77, the term "period of agreement'' refers to the time during which the $utsRecipient "may incur new obligations to carry out the work authorized undef' this Agreernent, ln accordance wlth 2 c,F'R. 9200'309, the sub'Recipisnt may recelve reimbursement under this Agrsement only for "allowable costs incurred during the period of performance," ln accordance with section 215.g71(1xd), Florida J Exhibit 1 Exhibit A Statutes, the Sub-Recipient may expend funds authorized by this ,Agreemenl "only for aliowable costs resulting from obligations incurred during" the period of agreement. (e) FUNptN0 a" This is a cost-reimbursement Agreernent. subject to the availability of iunds. b' The State of Florida's perforrnance and ohligation to pay under this Agreement ls contingsnt upon an annual appropriation by the Legisiature, and subject to any rhociification in accordance with either chaoter 216, Florida Statutes, or the Fjorida Constitution. c' The Division will reimburse the Sub-Recipient only for allowable costs incurred by lhe Sub- Reciplent ln the successful completion of each defiverable. Ihe maximum reimbursement amount lor each deliverable ls outlined ln Anachment A and B of this Agreement ("Budgel and scope of Work',). The maximum reimbursement amount for the entirety of this Agreernent is $s.200,000 00, d' As requirecl by 2 C'F.R, $200.415(a), any request for payment under this Agreement must include a cortllication, t,nn* ot-un otl'.,u, *no ,* ur,,hor'r"o tq'agal'u o,noJnr tro-Rrrio,un,, which reads as follows: "tsy signing this report, I certif,T to the best 0f rny knowtedge and bellei that the report is true, complete, and accurate' and the expenditures, disbursemenis and cash recelpts are for the purposes and objeclves set fgrth in the termsandcortditionsof theFederat award. lama'trarethatanyfalse,fictitious,orfraudulenlnformation,orthe omission of any material fact, may sLibject rne to crhninal, civil or adminlstrative penalties for fraud, false statements, false claims or otherwise, (U,s. code Title 'lB, $ection 1001 and Title 31, sections 372g4rcaand 3801-3g12).,,e' The Division will review any request lor reimbursenrent by comparing the documentatipn provlded by the Sub-Recipient against a performance rnedsur€, ouflined jn Attachment A and B, that clearly delineates: i' The required minirnum acceptable lever r:f service to be porformed; and,ii, The criteria for evaluating the successful completion of each delirrerable.f' The perfornlance measure required by seciion 215,971(1)(b), Florida statutes, remains consistent with the requirernent for a "porformance goaln, which is defined in 2 c.F,R. $200.76 as ,,a target level of performance expressed as a tangibl€, measurable objoctive, against which actual achievement can be compared.,, lt also remains consistent with the requlrement, contained in 2 c.F,R. 9200.J0i, that the Division and the sub. Recipient"relate financial data to perforrnance accompllshments of the Federal award.,' S' lf authorized by the Federal Awetrding Agency, then the Division will reimburse the Sub- Recipient for overli,"ne expenses in accordance with 2 c.F.R, $200,4g0 ("Compensation-personal services',) ancl 2 c'F'R 5200 431 ("compensalion-fringe benefits"). lf the sub-Recipient seeks reimbursement for overtime expenses for periods when no work is performed due to vacation, holiday, illness, failure of the enrployer to provide sufficient work, or other similar catrse (see 2s U,S.c. $207(e)(2)), lhen tho Division will treat the expense as a fringo benefit' 2 c F'R' $200,a31(a) defines fringe benefits as "ailowances end services provided by employers to their employees as cornpensation in addition to regular salaries and wages," Fringe benefits aro allowab{e under this Agreement as long as the benefits are reasonable and are required by law, sub-Reciplent-employee agreement, or an established policy of the sub'Recipient. 2 c.F.R. 9200.431{b) provides thatthe cost of fringe benofits in the form of regular compensation paid to employees during periods of auihorized absences from the job, such as for annual leave' family'related leave, sick leave, holidays, court leave, military leave, administrative leave, and other similar benefits, are allowable il ali of the following criteria are met: i. They are provided under established written teave policies; 4 Exhibit 1 Exhibit A ii. The costs are equitably allocated to all relatecJ activities, including Fetjeral awarrls; and, iii. The accounting basis (cash or accrual) selected for costing each type of leave is consistently followed by the non-Foderal entity or specified grouping of employees, h. lf authorized by the Federal Awarding Agency, then the Division will reimburse the Sub- Recipient for travel exponses in accordance with 2 c,F,R. $200.474. As required by the Reference Guide for state Expendiiures, reimbursement for havel must be in accordance with section 112.061, Florida statutes, which includes submission of the claim on the approved slate tra'/el voucher. lf tho Sub-Recipient seeks reimbursement for travel costs that exceed ihe amounts stated ln section 1 12.061(6Xb), Florida Statutes ($6 for breakfast, $1i for lunch, and $19 fordinner), then the sub-Recipient must provide documentation that: i. The costs are reasonable and c,o not exceed charges normally allowed by the sub- Recipient in its regular operations as a result of the Sub-Recipient's wrltten travel policyi and, ii. Particlpation of the indiviclual in the travel is necessary to the Federal award. i' The Oivi$ion's grant manager, as required by section 215.971(2[c), Florida Statutes, shail reconcile and verify ail funds received against all fund$ expqnded during the grant agroement period and produce a final reconciliation report. The final repod must identjty any funds paid in excess of the expenditures incrlrred by the Sub-Recipient. i' As derined by 2 C'F,R. $200,53, the term "improper payment" means or includes: i, Any paymeni that should not harze besn made or that was made in an incorect amouni (includlng o'/erpayments and underpayments) under statutory, contraclual, administrative, or other legally applicable requirernents; and, ii' Any payrnent to an ineligible party, any payment for an ineligibie good or service, any duplicate payment, any payment for a good or service not received (excopt for such payments where authorleed by law)' sny payment that does not account for credit for applicable discounts, and any payment where lnsuflicient or lack of documentauon prevents a reviewer fr0m discerning whether a payment was proper. (1 0) RECORpS a' As required by 2 c.F.R, S200.336, the Federal awarding agency, lnspectors General, the Comptroller General of the United States, and the Division, or any of their authorizeci representatives, shall enjoy the right of access to any documents, papers, or other records of the Sub-Recipient which are pertlnent to the Federal award' in older to rnal(e audits, examinations, excerpts, and transcripts, The right of access also includes timely and reasonabie access to the sub"Reclpient's personnel for the purpose of interview and discussion related to such docurnents. Finally' the right of access is not llmited to the required retention period but lasts as long as the records are retained, b. As required by 2 c'F.R. $200.331(aXS), the Division, the Chief lnspector Generaj of the State of Florlda, the Florida Auditor General, or any of their authorized representatives, shall enjoy the right of access to any documents, financial statements, papers, or other recordg of the $ub-Recipient which are pertinent to thj$ Agreerflent, ln order to rnake aucllts, exarninatlons, excerpts, and transcripts, The right of access also includes timely and reasonable access to the Sub-Recipient's personnel for the purpose of interview and djscussion reiated to such documents, c' As required by Florida Department of State's recorrJ retention requirements (Chapter 119, Florida Statutes) and by 2 C.F.R. $200,333, ihe $ub-Recipient shall retain sufficient records to show its compliance 5 Exhibit 1 Exhibit A with the terms of lhis Agreement, as weil as the compliance of all subcontractors orconsultants paicl fronr funcls under this Agreernent, for a period of fiVq (5) years from the date of submission of the final expenditure report. The following are the only exceptions to the five (S) year requirement; i ' lf any litigation, claim, or audit is started before the expiration of the 6-year period, then lhe records must be retainocl until all litigation, claims, or audit findings involving the records haye been resolvecl and final action taken. ii. t//hen the Division or lho Sub-Recipient is notified in writing by the Federal awarcJing agency, cognizant agency for audit,.oversight agency for audit, cognizant agency for indirect costs, or pass-through entity to extend the retention period. lii. Records for real properly and equipment acquired with Federal funds must be retained for 5 years after final disposition. iv. when records are transferred to or rnainta ined by lhe Federel awarding agency or pass'tlrrough entity. the 5-year retention requirement is notapplicable to the Sub-Recipient. v. Records for prograrn income transactions after ths period of performance. ln some cases recipients must report program income after the period of performance. Where there is such a requirement, the retention period for the records pertaining to the earning of the prograrn income starts from the end of the non^ Federal entityrs fis661 year in which the program income is earnod. vi. lndirect cost rate proposals and cost ailocations plans. This paragraph applies to the following types of documents and their supporting record$: indirect cost rat€ computations or proposals, cost allocation plans, and any similar accoun(ing compulations of the rate at which a particular group of costs is chargeable (such as computer usage chargeback rates or composite fringe benefit rates). d, ln accordance with 2 C.F.R. $200.334 the Federal awarding agency must request transfer of certain records to its custody from the Otvision or the Sub-Recipient when it determines that th6 records possgss long-term retent'on value. e. ln accordance with 2 C,F,R, $200,335, the Division must always provide or accepi paper verslons of Agreement lnformation to and from the Sub-Recipient upon request. lf paper copies are submitted, then the Division must not requlre more than an original ancl t',vo copies, \iVhen original recorcls are eleclronic and cannot be altered, thers is nc n€ed to create and retain paper copies, V/hen orlginal records are papor, eleclronic versions may be subslituted through the use of cluplication orother forms oF electronic media provided that they are subject to periodlc quality control revie'ivs, provide reasonable safeguarcls against aiteration, and remain teadable, f' As requirod by 2 C,F.R. $200,303, the Sub-Recfpient shall take reasonabts msasures to safeguard pro[ected personally idenlifiable information ancl other information the Federal awarding agency or the Division designate$ as sensitive orthe $ub-Recipient considers sensitive consistent with applicable Federal, $tate, local. and tritral laws regarding privacy and obligations of conftdentiality. S. Florida's Government in lhe Sunshine Law (Secticln 280.01 1, Florida Statutes) provides the citizens of Florida with a right of access to governmental proceeclings and rnandates three, basic requirements: (.1) meetings of public boards or commissions must be open to fre public; (Z) reasonable notice of such meetings must begiven; and,(3) rninutesofthemeetingsmustbotakenandpromptlyrecordecl, Themerereceiptofpubliciunclsby a private entity, standing alone, is insufficient to bring that entiiy within the ambit of the open government requirenrents' HowQVer, the Government in the Sunshine Law applies to private entities that provirle services to governmenlal agencies and that act on behalf of those agencies in the agencies' pe,.formance of their pubiic duties. lf a public agency delegates the performance of its pulrlic purpose to a private entity, then, to the extent that private 6 Exhibit 1 Exhibit A entity is performing that public pLlrpose, the Government in the Sunshine Law appiies. For example, if a votunteer fire department provides firefighting servlces to a governmental entity and uses facilities and equipment purchased with public funds, then the Government in the Sunshine Law applies to board of director$ For that volunteer flre department. Thus, to lhe extent that the Government in the Sunshine Law applies to the Sub-Reciplent based upon the fund$ provlded under this Agreement, the meetings of the Sub-Reclpient's governing board or the rneotings of any subcommittee rnat(lng recommendatlons to the governing board rnay be subject to open governmont requirernents. These meetings shall be publicly noticed, open to the public, and the minute$ of all the meetings shall be public records, a'iailable to lhe public in accordance with Chapte. 'l 19, Florida Statutes. h, Flotida's Public Rocords Law provides a right of access to the records of the state and local governments as well as to privato ontities acting on their behalf. Unless specifically exempted from disclosure by the Legislature, all rnaterials made or received by a governmental agency (or a private entity acting on behelf oi such an agency) in conjunction with official business which are used to perpetuate, communicate, or formaliee knowledge qualiFT as public records subject to public inspection, The mere receipt of public firnds by a private entity, standing alone, is insuf{icientto bring that entitywithin the ambit of thc public record requirements. Howevor, when a public entity delegates a public function to a private entity, the records generarod by the private entity's performance of that duty become public records. Thus, the nature and scope of the senzices proviCed by a private entity determine whether thal entity is acting on behalf of a public agency anc is therefore subject to the requlrements of Florida's Public Records Law, i, The Sub"Recipient shall ntaintain all records for the Sub-Recipient and for all subcontractors or consultante to be paid frorn funds provided unCer this Agreernent, including documentation of all program costs, in a form sufficient to Cetermine compliance with the requirernents and objectives of the Budget and Scope of Work . y',ttachrnent A and B - and all other applicable laws and regulations. IF THE CONTRACTOR HAS QUESTIONS REG.ARDING THE APPLICATION OF CH,APTER 1''9, FLORIDA STATUTES. TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (850) 81F.4156, Records@em,myflorida.com, or 2555 Shumard Oak Boulevard, Tallahassee, FL 32399, (11)AUDTTS a. The Sub-Recipient shall comply with the audit requirements contained in 2 C.F,R. Part 200, Subpart F, b. ln accoltnting for the receipt and expenditure of funds r.rnder this Agreement, the Sub-Recipient shall follow Generally,Accepted Accounting Principles (-GAAP"). As defined by 2 C,F.R. $200.49, GAAP "has the meaning specilied in accounting standards issued by the Government Accounting Standards Board (GASB) and the Financial Accounting Standards Board (FASB),'' c. When conducting an audit of the Sub-Recipient's performance under this Agreement, the Division shall use Generally Accepted Government Auditing Standards ( 'GAGAS"). As defined by 2 C.F.R. $200.50, G,AGAS, "also known as the Yellow Book, means generally accepted governmant auditing standards issued by the Comptroller General of the United States, which are applicable lo frnancial audits.'' d. lf an audil shotvs that all or any portion of the funds disbursed were noi spent in accordance with the conditions of this Agreement, the Sub-Recipient shall be held liable for reimbursament to the Division of all funcls not spent in accordance with these applicable regulations and Agreement provisions wilhin thirty days after the Division has notified lhe Sub-Recipient of such non-compliance, 'l Exhibit 1 Exhibit A e. The $ub'Recipient shalJ have all audits completed by an independent auditor, i,,ihich is cjeflned in section 215,97(2)(h). Florida Statutes, a$ nan independent certified public accountant licensed under chapter 4/3." The independent auditor shall state lhat the audit complied with lhe applicable provisions noted above. The audit must be received by the Division no later than nine months from the end of the Sub.Recipient's liscal year, f. The Sub'Recipient shall send copies of repofting packages for audits conducted in accordance with 2 C.F.R. Parl 200, by oron behalf of the Sub-Recipient, to the Division at thefoltowing address: DElllS in gle_Audit@em.myfl orida.corn qR Offtce of the lnsp€ctor General 2555 Shumard Oak Boulevard Tallahassee, Florlda 32399-2 100 S The Sub-Recipient shall send the Single Audit reporting package anci Form SF-SAC to the Federal Audit Clearinghouse by submission onlins at; h ttp ;//ha rvester,census, gov/faclcollect/ddeinclex,htm I h. The $ub-Recipient shall send any managemeni letter issued by the auditor to the Division at the following addressr DEtutSingte_Audit@em.myfl orida,com OR Offico of lhe lnspector General 2555 Shumard Oalt Boule'rard Tallahassee, Florida 32390-? 1 00 (1 2) REPORTS a. consistent with 2 c.F.R, s200,328, the sub-Recipient shall provide the Divlsion with quarterly reports and a close-out report. These reports sholl include the current statu$ and progress by the Sub-Recipient and all subcontractors in completing the work described in the Scope of Work and the expenditure of funds under this Agreoment, in addition to any other information reqLrested by the Division, b. Quarterly reporls are due to the Division no la{er than 30 days after the end of each quarter of the program year and shall be sent each quarieruntil submission of the aclministrative close-out report. fhe ending daiesforeach quartorof the program yeat are lVtarch 31, June 30, Septembor30and December3l. c, The close-out report is due 60 days after termination of this Agreement or 60 days after completion of the activities contained in this Agreemenl, whichever first occurs. d. lf all required repor'ts and copies are not sent to the Division or are not completecl jn a manner acceptable to the 0ivision, then the Division may withhold further payments Lrntil they are completed or may take other action as stated in Paragraph (16) REtulEDlES. "Acceptable to the Division" means that the work product was completed in accordsnce with the Budget and Scope of Work. e. The Sub.Rocipient 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. ( I 3) rllQNlToRlNG. a. The Sub-Recipient shall moniior its performance under this Agreement, as well as that 0f its subcontractors and/or consultants who are pald from funds provicled under this Agreement, to ensure that time schedules are being met. the Schedule of Deliverables and Scope of Work are being accomplished within the I Exhibit 1 Exhibit A specified time periods, and other perforrnance goais are being achieved. A review shail be done lor each function or activity in Atlachment A to this Agreement, and reported in the quarterly report. b. ln addition to reviews of audits, monitoring procedures may include, but not be limited lo, on- site visits by Division staff, lirnited scope audits, andlor other procedures. The Sub-Recipient agrees to comply and cooperate with any monitoring procedures/processes deerned appropriale by the Division. ln the event that the Division determines that a limited scope audit of the SLrb-Recipient is appropriate, the SutrRecipient agrees to comply with any additionai instructions provided by the Division to ihe Sub-Recipient regarding such audit, The Sub- Recipient further agrees to comply and cooperate with any inspections. reviews, investigations or audils deemed necessary by the Florida Chief Financial OfJiceror Auditor General, ln addition, the Dlvlsion wlll monjtor the performance and financial management by ths 5ub-Reciplent throughout the contract term lo ensure timely comptetion of all tasks, (14) LIABILITY a. Unless Sub-Recipient is a State agency or subdivisiorr, as deflned in section 76&,28(2]r, Florida Statutes, the Sub-Recipient is so{ely responsible to parties it deals wlth in carrying ou[ the terms of this Agreemont; as authorized by section 768.2e(19), Florida Statutes, $ub-Recipient shall hold the Dlvision harmless against all claims of whatever nature by third partieo adsing fronr the work performance under this Agreenrent. For purposeo of this Agreement, $ub-.Recipient agrees that it is not an employee or agent of the Division, but is an independent 6ontractor. b. As required by section 768.28(15), Florida Statutes, any $ub-Rocipient which is a state agency or subdivision, as deflned in section 768,28(2), Florida Statutes, agre€$ to be iully responsible for Jts negligent or tortious acts or omissions which result in claims or suits against the Division, and agrees to be liable for any damages proxin'ratelycausedbytheactsoromissionstotheextentsetforthinSectionT6S,2S,FloridaStatutes. Nothing herein is intended to serve as a waiver of oovereign immunity by any Sub-Recipient to which sovereign irnmunity applies. Itlothing herein shall be construed as consent by a state agency or subdivision of the State of Florlda to be sued by third parties in any matter atising out of any contract, (1 5) pEFAULT. It any of the follo'aiing €vents occur ("Events oi Defaull'1, all obligations on lhe part of the Division to make further pa/mBnt of funds ehall terminate and tlre Division has lhe option to exercise any of its remedies set forth in Paragraph (16): however, the Division may make payments or partial payments after any Events of Defautt witlrout waiving the right to exercisa such remedies, and without becoming liable to make any further payment if: a. Any warranty or represenlation made by the Sub-Recipient in this Agreemenl or any previous agreernent with the Divlsion is or becomes false or misleading in any respect. or if the Sub-Recipient fails to keep or perform any of the obligations, terms or co'renants in this Agreernent or any previous agreement with the Division and has not cured them in tjmely fashion, or is unable or unr,villing to meet it.s obligations under this Agreement: b. tulaterial adverse changes occur in the financial condition of the Sub-Recipi€nt at any time during the term of this Agreement, and the Sub-Recipient fails to cure this adverse change within thirty days from the date written notice is sent by the Divisjon; c. ,Any reports required by this Agreement have not been submitted to the Division or have been submifled with incorrect. incomplete or insufficient information; or, d. The Sub-Recipient has failed to perform and cornplete on time any of its obligations under this Agreernent, (16) REfuIEDIES. I Exhibit 1 Exhibit A f f an Event of Default occurs, then the Division shall, after thirty calendar days written notice to the SLib'Recipient and upon the $ub-Recipient's faiJure to cure within those thirty days, exercise any one or more of the following remedies, either concurrenily orconsecutively: a, Terminate this Agreernent, provlded that the Sub-Recipient is given at l€ast thirty days prior writlen notice of the termination. The notice shall be effective whan placed in U]e Unitecl State$, fi|St class mail, postage prepaid, by registered or certified mail-return receipl requested, to the address jn paragraph (3) herein; b. Begln an approprlate legal or equitable action to enforce performance of this Agreement; c. Withhold 0r suspend payrnent of all or any part of a reguest for payment: d' Requiro that the Sub'Recipient refund to the Divislon any rnonies used for lnollgible purposes under the laws, rules and regulations governing the use of these lunds. e. Exercise any correc{ive or remedial actions, to include but not be limited to: i. Request additional information from the Sub-Recipient to cjetnrmine the rea$ons for or the extent of non-compliance or lack of performance, ii. lssue a writisn warning to advise that more serious rneasures may be taken if the situation is nol corrected, 'ii Advise the Sub-Recipient to susp6nd, diecontinue or refrain from incurring costs for any activities in quostion or iv. Require the Sub-Recipient to reirnburse the Division for the amount. of costs incurred for any items determined to be ineligible: f. Exarcise any other rights or rernedies which may be availablo under law. Fursuing any of lhe above remedies will not stop the Division from pursuing any other remedies in thie Agreement or provided at iaw or ln equity. lf the Division waives any right or remedy in this Agreement or fails to insist on strict performance by tlre Sub-Recipient, it will not affect, extend or waive any other right or remedy of the Division, or affect the later exercise of the same right or remedy by tho Division for any other default by the Sub- Recipient, ( 17)rqBtulltAloN. a. The Division rnay terminate this Agreement for cause after thirty days wriiten notice. Cause can incluCe misuee of funds, fraud, lack of compliance with appiicable rules, laws and regulalions, failure to perform on time, and refusal by the Sub"Recipienl to permit public acces$ to any docrlment, paper, letter, or olher material subject to disclosure under Chapter 119, Florida Statrites, as amended, b. The Division may terminale this Agreement for convenience or when lt determines, in its sole discretion. that continuing the Agrsentent wor;ld not produce beneficial results in line with the furthor expenditure of furtds, by providing the sub-Recipient with lhirty calendar days prior written notice. c. The parlies may agree to terminate this Agreement for their mutual convenience through a written amendment of this Agreement. The amendment will state the effective clate of the termination and the procedures for proper closeout of the Agreement. d. ln the event that this Agreement is terminated, the Sub-Recipient will not incur new obligations for the terminated portion of the Agreement after the Sub"Recipient has received the notification of termlnation. The Sub-Recipient will cancel as many outstanding obligations as possible, Costs incurred after receipt of the termioation notice will be disallowed. The Sub-Recipient shall not be relievecl of liability to the Division because of any breach of Agreement by the Sub-Recipient. The Division may, to the exlent authorized by law, withhold payments to the Sub. l0 Exhibit 1 Exhibit A Recipient for the purpose of set-off until the exact amount of damages due the Division from the Sub-Recipient is determined, (18) PROCU"I?EfuJENT a, The SuFRecipient shall ensure that any procurement involving funds authorized by the Agreernent cornplies with all applicable federal and state laws and regulations, to include 2 C.F,R. SS200'318 thfOugh 200.326 as well as Appendix ll to 2 C.F.R. Part 200 (entitled "Contract Provisions for Non-Federal Entity Contracts Undor Federal Awards"). b. As requirerl by 2 C.F,R. $200.318(b), the Sub-Recipient shall "maintain records sufficient to detail the history of procurernent, fhese records will include, but are not necessarlly limiled to lhe following: rationale for the method 0f procurernent, selection of contract lype, contractor selection or rejection, and the basis for the contract Price." c. As required by 2 C,F.R. 5200,31 B(i), the Sub-Recipient shall "maintain oversight to ensure that conlractors per{orm in accordance with the terms, conditions, and specilications of their contract$ or purchase orders." ln order to domonstrate compliance with this requlrement, the Sub-Recipient shall document, in its quartorly report to the Division, the progress of any and all subconttactors performing work under thia Agreement. d. Except for procurements by micro-purchase$ pursuant to 2 C,F,R, $200.320{a) or procurements by small purchase procedures pursuant to 2 C.F.R, $200.320(b), if the Sub'Recipiont chooses to subcon(ract any of the wort reqllired under this Agreement, then the Sub-Recipient shall forward to the Division a copy of any s6licitatlon (whether competitive or non-conrpelitlrre) at least fifteen (15) days prior to the publication or cornrnunication of the solicitation, The Division shall revlew the solicitation and pro'rido comments, if any, to the Sub' Recipient within thr6e (3) business c1ays. Consistent with 2 C,F.R. S200,321, the Division will review the solicitation for compliance with lhe procurement stantlards outlined in 2 C.F.R. SS200.318 through 200,326 as weil as Appendix ll toZC.F.R.pan200. Consistenl with2C,F.R.5200.31B(k),theDivisionwill not substituloitsJudgmentforthatof the Sub.Reciplent, rl/hile the $ub-Recipient does not need the approval of the Division in order to publish a competilive solicitation, this review may allow the Division to identifrT deficiencies in the venCor requirements or in lhe commodity or servlce specifications. The Division's revjew and commsnte shall not constitttte an approval of the solicitation. Regardless of the Division's review, the $ub-Reeipient remains bound by all applicable latvs, regulations, and agreement terfils, lf during its raview the Division iclentifies any deficiencies, then *re Division shall communicate those deficiencies to the Sub-Recipient as quickly as possible within the three (3) business day winCow outlined above, lf the Sub-Recipient publishes a competitive solicitation after receiving cornments from the Division that the so{lcitation is cleficlent, then the Di'rision may: i. Terminate this Agreement in accordance with the provisions oUtlined in paragraph (1 7) above; anC, ii. Refuso to reirnburse the Sub-Recipient for any costs associated with that solicitation. e, Except for procurements by micro-purchases pursuant to 2 C.F.R. $200,320(a) or procurements by smati purchase procedures pur$uant to 2 C.F.R. $200.320(b), if the Sub-Recipient chooses to subcontract any of the work required under this Agreement, then the Sub-Recipient shall forward to the Division a copy of any contemplated contract prior to contract execution. The Division shall review the unexecuted contract and provide comments, if any, to the $ub-Recipient within three (3) business days. Consistenlwith 2 C.F.R' 5200.324' the Division will review the unexecuted contract for compliance with the procurement standardS outlined in 2 C'F,R, $$200.31g through 200.326 as wellas Appendix ll to 2 C.F.R. Part 200. Consistentwith 2 C.F.R. $200.318(k), the Division wlll not substitute its judgment for that of the $ub-Recipient. While the $ub'Recipient does noi neecl the 11 Exhibit 1 Exhibit A approval of the Division in ord6r to execule a subcontract. this review may allow lhe Division to identity deficiencies in the terms and conclitions of lhe subcontract as well as deficiencies in the procurement process that led to the subcontract, Ihe Division's review and comments shall not constitute an approval of the $ubcontract. Regardless of the Division's review, the Sub-Recipient remains bound by all applicable laws, regulations, and agreernent terms. lf cJuring its review the Division ldentifies any deficiencies, then the Division shall communicate those deficiencies to the Sub-Recipient as qLrickly as possible within the three (3) business day window outlined above. if the Sub-Recipient executes a subcontract after receiving a communication from the Division lhat the subcontract is non-complianl, then the Division maY; i. Temrinate this Agreement in accordance with the provisions outllned in paragraph (17) above; and, ii. Refuse to reimburse the SLrb-Recipi€nt for Any costs associated with that subcontract, f. The Sub"Recipient agrees to inclucle in the subcOntract that (l) the subcontractor is bound by the terms of this Agreement, (ii) the subcontraclor is bound by all applicable state and federai laws and regulations, and (iii) the subcontractor shall hold the Division and Sub^Recipient harmless against all claints of whatever nature arising out of the subcontractor's pefforrnance 0f work under this Agreement, to the extsnt allowed and required by law, g. As required by 2 C.F.R, $200.318(cX 1), the $ub-Recipient shall 'meintain written standards of concJuct covering conflicts of lntelest ancl governing the actions of lts employees engaged in the selection, award and administration of contracts," h. As required by 2 C.F.R, 9200.319(a), the Sub-Recipient shall conduct any procurement under this agreement "in a manner providing tull and open competition," Accordingly, the Sub-Recipient shall not: i. Place unreasonable requirements on firms in order for them to qualify to do business; ii. Require unnecessary experience or excessive bondirg; iii Use nonccmpetitive pricing practices bet'iiaen firms or bet',veen affiliated companies; '; ::iliil1il:::n:T" *,,;;ffll':il:1::ffi;T ""r c'n'[rac'fs: vi, Specify only a brand name product without allowing vendors to offer an equivalent; vii. Specify a brand name product instead of describing the performance, specifications, or other relevant requirernents lhat pertain to the cornrnodity or service solicited by lho ptocuremeni; viii, Engage in any arbitrary actlon during the procurement process; or, ix, Allow a vendor to bicl on a contract if that bidder was involved with developing or drafting the specltication$, requirements, statement of work, lnvitaiion to bid, or request for proposals. i. "lElxc€pt in those cases where applicable Federal statutes expressly mandate or encourago" otherwise, the Sub-Recipient, as required by 2 C.F,R. $200,319(b), shall not use a geographic preference when procuring cornmodities or services under this Agreernent, j. The Sub-Recipient shall conduct any procuremeni involving invitations to bid (i.e. sealed bids) in accordance with 2 c.F.R. $200.320(c) as well as section 287,057(1 Xa), Florida statutes, k. The Sub-Recipient shall conduct any procurement involving requests for proposals (i.e, competitive proposals) in accordance with 2 C.F,R. $200.320(d) as well as section 287.057(1 Xb), Florida Statutes. l. For each subcontract, the Sub-Recipient shall provide a written statement to the Division as lo whether lhat subcontractor is a minority business enterprise, as defined in Section 288.703, Florida Statutes, l2 Exhibit 1 Exhibit A Additionally, the Sub-Recipient shall comply with the requirements of 2 C,F,R. $200.321 {"Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms"). (1e) ATTACHMFN{IS a. All atlachment$ to this Agreemenl are incorporated as if set out fully. b. ln the event of any inconsistencies or cortflict between the language of this Agreement and the atlachments, tha languago of the attachrnents shall control, but only to the extent of the conflict or inconsistency. c, This Agreement has the following attachrnents: i. Exhibit 1 - Funding Sources ii. Attachment A - Program Budget iii. Attachment B - Scope oiWork iv. Attachrr]ent C - Delivorable$ and Performance v. Attachment D - Program Statutes and Regulations vi. Altechment E * Justlfication of Advance Payment vii, Aftachment F - V/arranties and Representations vili. Attachment G - Certilication Regarding Debarrnent ix. Altachment H - $tatement of Assurances x. Attachrnent | - lvlandatory Contract Provisions xi. Attachment J - tufonitoring Guidelines xii. Attachment K - EHP Guidelines xiii, Attachment L - Reimbursernent Checklist (20) PAYtulENTS a, Any advance payment under this Agreemont is subject to 2 C,F.R. $200.305 and, as applicable, section.216.18'1{16), Florida Statutes. All advances are required to be held in an intereslbearirtg account, If an advance payment is requested, the budget data on which the request is based and a juslification statement shall be included in this Agreement as Attachment E. Attachment E will speci! the amount of advance payrnent neoded and provide an explanalion of the necessity for and proposed use of lhese funds. No advance shall be acceptod for processing if a reimbursement has been paid prior to the submittal of a request for advanced payment. After the initial advance, if any, payment shall be made on a reimbursement basis as needed. b. ln,roices shall be submittsd at least quarterly and shall include the supporting documentation for all cost$ of the project or seruices, The final invoice shall be sulrmitted within sixty (60) days after the expiration daieof theagreernent. Anexplanationofanycircumstancesprohibitingthesubmittal ofquarterlyinvoicesshall be submitted lo the Division grant manager as part of the Sub-Recipient's quarterly reporting as referenced in Paragraph {12) of this Agreement. c. lf the nocessary funds are not available to fund lhis Agreement as a result of action by the United States Congress, the federal Office of iVlanagement and Budgoting, the State Chief Financial Offlcer or under subparagraph (9)b, of this Agreernent, all obli6ations on the part of the Division to make any further payment of funds shall terminate, and the Sub-Recipient shall submit its closeout report within thirty days of receiving notice from the Division, (21)REPAYfuIENTS a, All refunds or repayments due to the Divisiort under this Agreement are to be made payabie to the order of "Divisrbn of Emergency l\,lanagement", and rnailed directly to the following acldress: Division of Emergency l\lanagement IJ Exhibit 1 Exhibit A Cashier 2555 Shumard Oak Boulevard Tallahassee FL 32399-2 100 b. ln accordance with Section 215.34{'2lr, Florida Staturtes, if a check or other draft is returned to the Division for collection, Sub-Recipient shall pay the Division a $orvice fee of $15.00 or 5% of the face amount of the retumed check or draft, lvhichever io greater, (22 ) lllANpArEp qoNDlllpNS a. The vaiidity ot this Agreemeni is subject to the truth and accufacy of all the information' representation$, and naterials submitted or provided by the Sub-Recipient in this Agreement, in any later submission or respanse to a Division request, ot in any submission 0r response to fulfill the requirements of this Agreement. All olsaid lnforrnation, representations, and materials are incorporated by reference. The inaccuracy of the submissions or any rnaterial chonges shall, at the option of the Division and with thirty days written notice to the Sub-Recipiont' cause the terminaiion of this Agreement and the release of the Divislon from all its obligations to the Sub-Recipient, b. This Agreement sha{t 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, lf any provision of this Agreement is in conflict with any applicable statute or rule, or is uneniorceable, then the provision shall be null and void to the extent of the conflict. anct shall be severable, but Shall not invallclate any ather provision of this Agreement' c. Any power of approval or disapproval gfanted to the Dlvision under tho terms of this Agreement shall sun'rive the term of this Agreement, d. The Sub-Recipieni agrees to comply with the Americanc With Disabilities Act (Public Law 101- 336, 42 U,S.C. Section '12101 eJSecL), which prohiblts dl$crimination by public and private entities on the basis of disability in employrnent, publiC accorrrmodatlons, transpOrtation, State and local government eervices, and telecomrnunicalions. e, Those who have been placed on the convicted vendor list following a conviction for a pltblic entity crime or on tho diqgdminatonl vendor llst 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 contraot with a public entity for the construction or repair of a public building or public work. rnay not submit bids on lsases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract wlth a public entity, and may not transact business with any public entlty in excess of $25,000,00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. f. Any Sub-Recipient which is not a local governrnent or state agency, and which receives funds under this Agreernent from the federal government, certifies, to the best of its knowleclge and belief, that it and its principals: L Are not presently debarred, suspendecl, proposed for debarment, declared ineligible, or voluntarily eXcluclecJ irom covered transaclions by a federa{ department or agr3ncyl ii. Have not, within a five-year period preceding this proposal been convicted of or had a civil judgment rendered against them for fraud or a criminal offenso in connection with obtaining, attempting t0 obtain, or performlng a public (fecleral, state or local) transaction or contract under pr-rblic lransactionl violation of federal or state anlltrust statutes or cornmission of embezzlement, theft, forgery, bribery, falsification or destruction of records, rnaking false statements, or recoiving stolen proporty; l4 Exhibit 1 Exhibit A iii. Are not prosontly indicted or othenaise crinrinally or civilly charged by a governmental €ntity (federal, state or local) with commission of any offenses enumerated in paragraph (22) L ii of this certiflcatlon: and, iv. Have not within a five-year period preceding this ,Agreement had one or more public transactions {federal, stale or locat} terminated for cause or default. S, lf the Sub-Recipieni is unable to certifrT to any of the statements in this cedificati0n, then the 5ub-Recipient shall attach an explanation to lhis Agreement- h, ln edditlon, the Sub"Reciplent shall send to the Divlslon (by email or by facsimlle transmisslon) the cornpleted "Certificaiion Regardlng Debarmenl, Suspenslon, lnellgibility And Voluntary Exclusion" (Attachrnent G) for each intended $ubcontractor whlch $utrRecipient plans to fund under thls Agreement. The form musi be received by the Division before the Sub,Recipient enters lnto a contract wiih any subcontractor, i. The Division reserves the right to unilaterally cancei this Agreement if the $ub-Recipient refuses to allow public access to all documents, papers, letters or other material subJe ct to the provisions of Chaptor 1 19, Floricla Stalutes, which the Sub-Recipieni created or received under this Agreemenl. j, lf the Sub-RecipiBnt is allowed to lemporarlly invest any advance$ of funds under this Agreement, any interest income shalleitlrer be returnecl to the Dl'/lsion or be applied against ihe Division's obligation to pay the contract arnount. k. The Stale af Floricla will not intentionally award publicly-funded contracts lo any contractor who knolvingly employs unauthorized alien workars, constituting a violation of the ernployment provisions contained in 8 U.S,C. Section 1324a(e)lsection 2T4A,e]of the lmmigration and NatlonalltyAct("lNA")1. The Division shall consider the employment by any contractor of unauthorized aliens a viclation of Section 274A(e) of the lNA. Such violation by the Sub"Recipient oF the ernployment provlsions contained in $ection 274A(el of the INA shall be grounds for unilateral cancellation of this Agreement by the Division, l. Section 287.05S05 Florida Statutes, requires that any state funds provided for tlre purchase of or improvernents to real property are continsent upon the contractor or political subdivision granting to the siate a security interest in the property at least to the amount of state funds provided for at loast 5 years from the dato of purchase or the completion of the lmprovements or as further required by law, (23) LOBBYING PROHI_e.l Iff a. 2 C,F,R. $200,450 prolribits roimbursement for costs associated with certain lobbying activities, b. $ection 216,3.17, Florida Statutes, prohibits "any disbursement of grants and aids appropriations pursuant to a contract or grant to any p6rson or organieation unless the terms of the grant or contract pfo.hihit the expenditure of tunds for the purpose of lobbying the Legislature, the judicial branch, or a state agency"" c. No funds or other resources recoived from the Dvision under this Agr€ement may be used directly or hdirecily to influence legislalion or any other official action by the Florida Legisiature or any state agency. d. Tho Sub-Recipient certifies, by its signalure to this Agreement, thai to the best of his or her knowledge and beliei; i. No Federal approprlated funds have been paid or witl be paid, by or on behalf of the Sub-Recipient, to any person for influencing or attempting to influence an otficer or employee of any agency' a plember of Congress, an officer or ernployee of Congress, or an employee of a fulember of Congress in connection With the awarciing of any Federal contract, the making of any Federal grant, the making of any Federal loan. the t5 Exhibit 1 Exhibit A entering into of any cooperative agreement, and the extension, contintration, rene',rial' amendrnent or modification of any Federal contract, grant, loan orcooporative agreement' ii, lf any funds other than Federal appropriated funds have been paid or will be paid to any person for inflLrencing or atternpting to influence an officer or employoe of any agency, a fulember o[ Congross' an ofiicer or employee of Congress, or an employee of a fulember of Congress in connection with this Federal contraci, grant, loan or cooperative agreement, the Sub-Recipient shall compleie and subrnit Slandard Form-LLL' "Disclosure of Lobbying Activities.' Iii, The Sub"Recipient shall require that this cerlification be included in the award documents for all subawards (including subcontracts, subgrants, and contracts under grants, loans, and cooperati'ro agreements) and that all Sub-Recipienls shail ceriifu and disclose' iv, This certification is a material representation of fact upon which reliance was placed when this transaction was rnade or entered into. Submission of this certificatlon is a prerequisite for making or entering into this transactjon imposed by section 1352, Title 31, U.S. Code. Anyperson 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, (24) COPYRLG HT. PATFNT.AN D TRAP.E fuIARK EXCEPI AS PROVIDED BELOW, ANY ANO ALL PATENT RIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORfulANCE OF THIS AGREEMENT ARE HEREBY RESERVED TO THE STATE OF FLORIDA; AND. ANY AND ALL COPYRIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE pERFORuANCE OF THIS AGREEI\rlENT ARE HEREBY IRANSFERRED BY THE SUB'RECIPIENT TO THE STATE OF FLORIDA. a. lf the Sub-Recipient has a pre"existing patent or copyright, lhe Sub-Rocipient shall retain all rights and entitlernents to that pre'exlstlng pat€nt or copyright unless the Agreernont providos otheryvise' b. lf any discovery or invention is developed in the course of or as a result of work or seryices performed under this Agreement, ol in any wAy connected with it, the Sub-RecipienI shall refer the discOvery 0r invention to the Division for a determination whether the State of Florida will seek patent protection ln its name' Any patent rights accruing under or ln connection with the performance of this Agreernant are reserved to the State of Florida, lf any books, manuals, fllms, orothercopyrightablo rnaterial are producecl, the SLrb-Reclpient shall notifu the Division. Any copyrights accruing under or in connection with the performance undor this Agreernent are transfened by the Sub-Recipient to the State of Florida' c. Wlthin thirty days of execution of this ,Agreement, the Sub-Recipient shall disclose all intellectual properties relaung to the performance of this Agreement which he or she kno\,vs or should know could give rise to a patent or copyright. The Sub.Recipient shall retain all rights and entitlements t0 any pre-existing intellectual prope.ty which is disctosed, Failure to disclose will indicate that no such property exists. The Division shall then, uncler Paragraph (24) b., have the right to all patents and copyrights which accrue during pelformance of the Agreement, d. lf the Sub-Recipient qualifies as a slate universily under Florida law, then, pursuant to section 1004,23, Florida Statutes, any invention conceived exclusively by the emp{oyees ol the Sub'Recipient shall become the sole property of the Sub.Reclpient. ln the caso of joint inventions, that is inventions made iointly by one or more employees of both parties hereto, each party shall have an equal, undivided lnterest in and to such Joint invsntlons' The Division shall retain a perpetual. irrevocable, fully-paid, nonexclusivo license, for its use and the use of its l6 Exhibit 1 contraclors of any resulting paten(ed. copyrightecl or trademarked wofk products, developed solely by the Sub- Recipient, under this Agreement, for Florida governrnent purposes' (25) LEqAL AUrHpRlzATloN The Sub-Recipient sertifies that it has the legal authority to receive the funds r-rnder this Agreement and that its governing body has authorizod the execution and acceplance of this Agreem€nt. The Sub'Reclpient also certjfies that the underslgned person has the authority to legally execute and bind Sub'Recipient to the terms of this Agreement. (26) EOUAL.-0PPORTUNITY ElllPLOYl'l ENI a. ln accordance with 41 C.F,R. S60-1.4(b), the Sub-Recipient hereby agreesthat it will incorporate or cause fo be incorporated into any contract for construction work, or moclificatjon thereof, aS deflned ln the regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds obtainecl I'rcrn the Federal Government or borrowed on the creCit of the Federal Government pursuant to a grant, contract, loan insuranco, or guarantee, or undertaksn pursuant to any Federal program involving such grant' contract, loarr, insurance, or guarantoe, the following equal opportunity clause: During the performance of this contract, lhe contractor agrees as follows: i. The contractor will not discrlminate against any employee or applicant for ernployment because of tace, color, religion, sex, or national orlgin' The. contractoi wiJl take afflrmative action to ensure that applicants are employed, and that employees are treated durlng employment without regard to their race, color, religion, sex, or national origin, Such action shall include , but not be limited tcr the-following: employment, upgrading. demotion, or transferi recruitment or recruitment advertising; layolf or termination; rates of pay or other forms of cornpensation: and selection for training, includlng apprenticeshlp. The contiactor agrees to post in conspicuous places, available to ernployees and applicants fo*r employmant, notices to be provided setting forth the provlsions of this nondiscrimination clause. ii. The contractor will, in all solioitations or advertisements for employees placed by 0r on behalf of the contractor, state that all qualified applicants will receive considerations for ernployment without regard to race, color, religion, sex, or national origin. iii, The contractor will send to each iabor union or repres€ntative of w0rkers with whioh he has a cotlective bargaining agreement or other contract or understanding, a notice to be provided advlsing the said labor union or workers' represenlatives of the contractor's cornmitments under this section, and shall post c0ples of the notice in conspicuous places available to employees and applicarrts for ernPloYmen t. iv. The contractor will comply with all provisions of Executjve Order 11246 of September 24, 1965 and of the rules, regulations, and relevant orders of the Secretary of Labor: v. The contractor will furnish all inlormation and reports required by ' Executive Orcier 1 1246 of September 24, '1965, and by rules, regulations, and orclers of the Secretary of Labor, or pursuant thereto, and wilJ parmit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance wlth such rules, regulations, and orders' vi. ln the event of the contracto/s noncompliance wlth the nondiscrimination clausos of this contract or with any of the said rules, regulations, or orciers, this contract may be canceled, terminated, or susponded in whole or in part and the contractor rnay be declared ineligible for further II Exhibit A Exhibit 1 Exhibit A Governm€nt conttacts or federally assisted consiruction contracts in accordance with procedures aulhorized in Executive order 1 1246 of september 24, 1965. and such other sanctions may he imposed and remeclies invoked as provided in. Executive Order 1 1246 of September 24, 1965, or by rule, regrrlation, or order of the Secretary of Labor' or as otherwise provided by law' vii. The contractor will include the portion of the sentence imrnediately precedingparagraph(1)andtheprovisionsofparagraphs(1)lhrough(7)in overy su6contract or purchase order unless exempted by rules, regrilation$' or orders of the $ecretary of Labor issued pursuant to section 204 of Executive Order 1 1246 of September 24, I965, so that such provisions will be binding upon oach subcontractoi or vendor. The contractor will lake such action with respect to any subcontract or purchase order as the adrninistering agency may direct as a means of enforcing such provisions, including sancticn$ for noncompliance: provided, however, inat in ttre event a contractor becomes involved in, or is thlsotened with, litigation wiih a subcontractor or vendor as a result of such direcilon by the adn*rirrislering agency the contractor may request the United Siates to enter into such litigatio; to protect lhe inierests of the United $tates. b, The Sub^Recipiont furiher agrees that it wlll be bound by the above equal oppo(unity clause wlth respoct to lts own employment practices whon it participates in federally assisted construction work: provided, that lf the applicanl so par-ticipating is a State or local Oovernrnent, the above equal opportunity clause is not appllcable to any agency, instrumentality or subdivislon of such governmenl which does not participals ln work on or under the contract. c. The Sub.Recipieilt agr€es that it will assist and cooperate actively with the adrninlstering agency ancl the Secretary of Labor in obl"aining the compliance of contractors and subcontract0rs with the equal 0pporlunity clause ancl the rules, regulations, and relevant orders of the Secretary of Labor, that lt will furnislr the admlnistering agency and the socretary of Labor such information as they may require for the supervision of such compllance, and that it will otherwlse assist the administering agency in the discharge of the agency's prirnary responsibility for secutring compliance' d. Ihe Sub-Recipient further agrees that lt will refrain from enterlng into any contract or contract modification subject to Executive order 1 1 246 of soptember 24, 1 965, with a contlactor debarred from, or who has not demonslrated eligibility for, Government coniracts and federally assisted constructi0n contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to part ll, Subpart D of the Executive order. ln addition, the Sub-Recipient agrees that iF it falls or relusos to comply witlt these undertal(ings, the administering agency may take any or all of the followlng aciionsl cancel, termlnate, or suspend in wholo orin part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the Sub-Recipient uncler the program witlr respecl to which the failure or refund occurred until sati$factory assurance of future compliance has been received irom such Sub"Recipient; and refer the case to the Departmont of Justice for appropriate iegal proceedings' (2 7) qoPELAND. ANi:r.L"KlcKBACK Apr The Sub-Recipient hereby agrees that, unless exempt under Federal law, it will incorporate or .ause to be incorporated into any contracl for construction work, or modification thereof, the following clause: i. Contractor' The contractor shall comply with 'lB U'S C' g 874' 40 U.S'C,s3l45,andtherequirementsof2gc'F,R.pt.3asmaybeapplicable' which are incorporated by reference into this contract' ii, Subcontracts, The contracior or subcontractor shall insert in any subcontracts the clause above and such other clausee as the FEMA may by l8 Exhibit 1 Exhibit A appropriate instructions require, and also a clause roquiring the subcontractors to include these clauses in any lower tier subcontracts. The prinre contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses, iii. Breach, A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subconlractor as Provided in 29 C'F.R. $ 5'12. (28) CONTRACT IdORX HOUB9 AND SAEETY-STANDAFDS lf the Sub-Recipiont, with the funds authorized by this Agreement, enters into a contract that exceeds $ 100,000 and involves tho employment of mechanics or laborers, then any such conlract must include a provision for conrpliance wlth 40 U.S.C. 3?02 and 3704, as supplemented by Departmenl of Labor regulatlons (29 CFRpartS). Undor40U,s,C.3T02oftheAct,eachcontractormustberequiredtocomputelhewages0fevery mechanic and laborer on thc basis of a standard work week of 40 houts, Work ln exsess of the standard work week is pemrissible provided that the worker is compensated at a rate of not less than one and a half times the basic rato ofpayforall hoursvrorkedinexcessof40hoursintheworkweek. Therequirementsoi40U.S,C.3T04are applicable to constructlon work and provide that no laborer or rnechanic mUSt be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles orciinarily available on the open marl(et, or contract$ for transportation. (29) CLEAI.I AI.F ACTANQTHE FEDERAL. WATER POLLUTION CONIROL AQT li the $ub-Recipient, with the firnds authorized by this Agreement, enl€rs into a contract that exceeds $ 150 000, then any such contract must include the following provlsion; Contractor agrees to comply with all applicable $landards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C, 7401"7671 q) and the Federal Vr/ater pollution Control Act as anlencled (33 U,S.C. 1251-1387), and viill roport viotations to FEfuIA and the Regional Ofiice 0f the Environrnental Protection Agency (EPA)' (30) susPENslgN ANp"DEBARIIIf NT lf ihe Sub-Recipient, with the funds authorlzed by this Agreernent, enters into a conkact, then any such contract nrrrst include the following provisions: i.ThisccntractisacovQr€dtransactionforpurposesof2C'F'F'pt.180 and 2 C.F.R, pi. 3000, ,,As such the contractor is reqr-rired to verify that none of the contractor, its principals idetined at 2 c,F.R. $ 180.995), or its affiliates (cfefinecl at 2 C,F,R. $ 1S0,905) are excluded (<lefinetl at2 c,F,R. $ 180'940) or disqualifled (defined at 2 C.F.R' $ 180'S35)' 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 lower tier covered transaction it enters into, iii. This certificalion is a mat€rial representation of fact relied upon by the Division. If it is later determined that the contractor did not comply with 2 C'F.R' pt.l80,subpaftCand2C.F'R'pt.3000,subpartC,inadditiontoremedies available to the Division, the Federal Governmont may pursue available refiedies, including but not limitsd to suspension ancUor debarment, iv. The blclder or prop6ser agrees to comply with the requirements of 2 c,F,R. pt. 180, subpart c and 2 c,F,R, pt, 3000, subpart c while this offer is valid and throughout the period of any contract that may arise ftorn this offer. The bidder or [roposer further agrees to include a provision requiring such compliance in its lower tier covered transactions' t9 Exhibit 1 Exhibit A (3i ) BY.BD ANTI.LQBBYIN.G AfulENDfulENT lf the Sub-Recipient, with the funcls authorizecl by this Agreement, enters into a contract' then any such contract must include the following clause: Byrd Anti.Lobbying Amendment, 31 U,S.C. $ 1352 (as 11e(ed). Contractors wiro appty or UiO f6r an award of $100,000 or more shall fite the required ce,tiniati6n. Each tier certilies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attemptini'to influence an officer-or employee of arty agency, a member of Congiess, officer or employee of CongreSs, of an employee of a rnember of Congress in connection wiih obtaining any Fedoral.conhacl, grant, or any other award covered by 31 U,S,C. S 1352, -Each tier shall also disclose any lobbying with non-Federal'funds that tdkes place ln connection wilh obtaining any Federal award. Such disclosures are forwarded from tier to tier up to th€ recipient. (32) CONIRACJINc.Vt/lTH SIIIALLAND I'vllNORlTY BUSINESSES, VvOtulEN'S BUSINFSS ENTERPE.IqES, ANQ LABOR SURPLUS AREA FIRMS a. lf the sub-Recipient, wlth the funds authorized by this Agreern€nt, seeks to procure goods 0r services, then, in accordance with 2 C.F.R. $200.32'l , the SLrb-Recipient shall take the following affirmativs steps t0 assure that minority businesses, women's business enterprises, and labor surplus area flrms are used when€vel oossible: i. placing qualified small and minority businesses anC'vomen's business enterprise$ on solicitation lists; ii, AssuriFg that snrall and minorily businesses, and women's buSiness enterprises are solicited whenevsr they are potential sourcesi iii. Dividing total requirements, when ecqnomjg3ll)/ feasible, into smaller tasks or quantities to permit maxlmum participation by srnall and minorlty businesses, and women's business enterprisesl iv, Establishing delivery achedules, where the.regpilenlent oermits, which encourage participation by small and minority businosses, and women's business enterprises; v. Using the services ancl assistance, a.s aoorqor:ialq, of such organizations as the Srnall Business Administration ancl the Nlinority Business Dovelopment Agency of the Department of Comrnerce; and vi, Requiring the primo contractor; if subcontracts are to be tet, to tat(e the affirmative steps listed in paragraphs i' tlrrough v' of this subparagraph' b, The requirement outlined in subparagraph a. above, sometimes refeffed to as "socloecononric contracling,,' does not impose an obllgation to set aside either the solicitation or award of a contract to these type$ 0f firms. Rather, the requirernent only imposes an obligation to carry out all.d-dgeumglt the six affirmative steps identified above. c. The ,,socioeconomic contracting" requiremenl outlines the afJirmative steps that the Sub' Recipien1 rnust take; the requlrements do noi preclude the Sub-Recipient from undertaking aclditional sleps to involve small ancl minority busineoses and women's business enterprises' d. The requirement to divide total requirements, when economically feasible, into sma{ler tasks or quantitieB to permit maximum participation by small ancl minority businesses, and women's business enterprises, does not authorize the sub"Recipient to break a $ingle project down into smaller components in order to circurnvent the rnjcro"purchase orsmall purchase ihresholds so as to utilize streamlined acquisition procedures (e g. "proiect splltting"), (33}AgSLIffANCES' 20 Exhibit 1 Exhibit A The Sub-Recipient shall comply with any Staternent of Assurances incorporated as Attachrnent H lN WITNESS V/HEREOF, ihe parties hereto have executed this Agreement, CITY OF MIAMI RESCUE Name tiile Dale FID#59-6000375 lnclr.rde a copy of lhe designation of authority fol the signatory, if applicable. STATE OF FLORIDA DIVISION OF EIVIERGENCY MANAGEMENT By Narne and ritte; I_l.igh;r,..I lierrnett. Pqputl- Direg:l9r.lb-y,urlthqi.t.r'.of DiYiqion Dirqqtot) Date: 2l Exhibit 1 ATTEST: Todd B. City Clerk APPROVED AS TO FORM AND CORRECTNESS: CITY OF MIAMI FLORIDA, A rnunicipal corporation, Exhibit A ez, Ph.D, City APPROVED AS TO INST]RANCE REQUIREMENTS: Ann- Department of Ri lo t Vi City Exhibit 1 2. 3. Exhibit A EXHIBIT - 1 THE FOLLOWING FEDERAL RESOURCES ARE AU/ARDED TO THE SUB'RECIPIENT UNDER THIS AGREEfuIENT: Federal Program Fecleral agencyt U,S, Department of Homeland Securily, Foderal Emergency lvlan€gement Catalog of Federai Domestic Assistance title and number: 97,067 Award amount; $5ff0.0Q!,0Q THE FOLLO\ /tNG COi,tPLlAl.iCE REQUIREIvIENTS APPLY IO THE FEDERAL RE$OURCES AWARDED UNDER IHIS AGREEIIIENT: Federal Prograrn Sub,Recipient is io use funcling to perforrn ellgible activlties as identified FY 2018 Dopartment of Homeland Security Notice of Funding Opportunity' Sub-Recipient is subject to all adminisirative and financial requirements as set forth in this Agraement or will not be in compliance with the terms of the Agreernent, Sub-Recipient musi comply wlth specific laws, rules, or regulaiions ihat pertain to how the awarded resources must be used or how ellglbillty determinations are to be mado' NOIe Z C.F,R, part200, and Sectlon 215,97(5Xa), Flortda $tatutes, require that theinformation aboutFederal Programs and State Proiects included ln Exhibit 1 be pro'rided to the Sub-Recipient' 1? Exhibit 1 Below is a general budget which outlines eligible categories and their allocaiion under this award. Thd sub-recipi|nt is to uiilize the "Pioposed Program Budget" as a guide for cornpleting the "Budget Detail Worksheet" below. The Equipment category will require Authorized Equipment List (AEL) reference number' The A;th;;t;d Equipmeit fist (nrl) is a list of approved equipmentlypes allowed under FEMA's preparedness'giant programs. The intenoed audience of this tool is emergency managers, first ;;;p;r;;;, aict other h*omeland security professionals. The tist consists of 21 equipment ;;;;g;ri;.;iviOeo into sub-categories, tertiary categories, and then individual equipment items' in. if f can be found at http:/lbeta.f9ma,qgv/aVthorized-eguipmenj:liqt. At the discretion of the Sub-recipient, funds allocated to Management and Administration costs i* Or-.iiu"Jin 1..'e "proposed Frograrn Budget")may be put towards Programmatic costs instead. However, no more than 5% of eachlSub-recipient's total award may be expended on Illanagement a nd Administration costs. The fransfe r of funds between the categories listed in the "Proposed Program.Budget" is p,*iiin"a However, the lranEfer of funds between lssues is strictly prohlbited' Exhibit A ATTACHMENT A PROPOSED PROGRAM BUDGET !,J . i:',lmount Alloiated ri.:.::_l:Categoryllssue :5ub-recipient Agencycrant $6,000,000.00Award Allocation - lssue 41 $300,000.00State tvlanagement & Administration withheld 5olc $5,700,000.00Expendable Award Allocation after 5% reduction $1,500,000.00 LETP-Type Activities {25% of award allocation) This amaunt is not in addition to the remaining award amount but instead slgnifies the amount needed to meet lhe 25% 6nt, $285,000.00 tuliami/Fort La uderdale UAS I FY 2018 - State Homeland Security Grant Program - Urban Area Socurlty lnitlative lssue 41 tulanagement and Administration (tho dollar amount which conesponds to 5% of the total local agencY allocation is shown in the column on Exhibit 1 Exhibit A BUDGET DETAIL WORKSHEEET The $ub-Recipient is required to provide a conrpleted budget detail worksheet, to ttre Division, which accounts for the total award as described in the "Proposed Program Budget", lf any changes need to be macje to the "Buclget Detail Worksheet", aftef the execulion of this agreement, contacl the Grant lvlanager listed in this agreement via ernail or letter. DeveloPing haeard/threat-specifi c annexes that incorporate the range of Preve ntion, protection, response, and recovery activities Cornmon- Planning - (Eill Planners and Consultants) Line item 201 8,01 Prevention - lntelligence and lnformation Sharing (LPR Analyst), Line item 20{8"03 lssuance of WHTI-compliant Tribal identiltcation cards 21 Quantity ndhomela secund rity programseupportevelDimplementingoplng DH alnation tlvsinitia Jandongoingadopting c eventand otherDeveloping related Det/eloplng and enhancing plans and protocols 41$320,504.001$ 320,504,00ning * (Plann , Training and 1 mmon - item staff or contractors/consultants to assist for the purpose of hiring public safetyactivlties personnel or parl-timoHiring of with planning tradi 41$599,724.001$5ee,724.00 41$55,905,00$ 5 5,905.00 $33,38S.00 41$ 3 3,389,00 I 1Prevention - lntelligence and lnformation Sharing (Metadata Planner), Llne itern 2018'03 Materials required to conduct planning activities $40,000,00 41$10,000.001 ng,Preven Ac Activities rmation an Llne item 201 Travel/per diern related to planning activities costs (in accordance with operational CostOvertime and Activities to achieve planning inclusivs of people with disabilltles others with access and functional needsancl TS nd and brNS$structure qance pr0ces$plagovernUpdate nstiocommunica Activities to achieve Planning of people with limited 1 Total Coet lssue #Quantity Unit CostAllowable Trainin g Costs Overtirne and backflll for emergency personnel attending 0 HS/FEMA-spo prepaledness and resPonse nsored and approved training classes Exhibit 1 Exhibit A Activitles to achieve ng incluoive of pooplo with limited Engl Exercise r /orkshop -may be used to plan and conduct an rcise Planning Workshop to lnclude costs TOTAL TRAINTNG EXPENDITURES TOTAL ORGANIZATIONAL EXPENDITURES - Full or part- related to planning, meeting space and other meeting costs, facilitation cosls, materials and supplies, travel and oxercise plan d Fu or Part"Time Staff or time staFf may be hired to support exercise'relatod activitles' Payment of salaries and fringe benefits must be in accordance with tho policies of the state or local unit(s) of govemrnent and have the approval of the state or the awarding agency, whichever ls appltcable, The services of contractors/consultants may also be procured to suppoft the design, dovelopment' condrlct and evaluation of CBRNE exercises. The applicant's formal written procurement policy or ihe Federal Acquisition Regulations (FAR) 25 Overtime and backfill expensos for part-time and volunteer erneroencv res00nse personnel participating in DHS/FEMA training Training Workshops and Conferences Activlties to achieve training inclusive of people with disabilities and others with acces$ and functional noeds Full or Part-Time StafF 0r Contractors/Consultants Comrnon * Planning (Training Classes), Line item 2018'01 Certifi cation/Recertifi cation of lnstructors 1 $ 176,595.00 $ 1 7 6,595,00 41 Travel Supplies are items thal are expended or consunted during the eourge of the planning and conduct of the exercise project(s) (e.9.' copylng paper, g{oves, tape, non-sterile masks, and disposable Drotective eQuipment). lnstructor certifioa tion/re-ccrtlfi cation Coordination wilh Citizen Corps Councils in conducting training lnteroperable comrnunlcations training $176,595.00 41 Allowable Organizatlonal Acttvltles (HSGP and LETP)Quantity Unlt Cost Tolel Cosl lssue # Reirnbursement for select operational expenses associated with increased security meatures at critical infrashucture sites incurred (up to 50 percent of the allocation) $60,816,00Prevention - lnterdictlon and Disluption (O Overtime approved by FEMA), Llne ltem 20 perational 18-04 I $66,8 1 6.00 41 O'rerti me for i nforrnation, investi gative, and intel ligence sharing actlvities {up to 50 percent ol lhe allocation) Hiring of new statf positionsicontractors/consultants for pa e analysis and sharing groups or t of the allocation) Preventlon - lntelligence and lnformation Sharing (Fusion Analysts), Line item ?018"03 1 $ 2 52,799,00 $252,799.00 4t ,Auqn-ti!y.. $319,615.00 tls6ue # .j Design, Develop, Conduct and Evaluate an Exercise owed Exhibit 1 Eligible Equipment Acquisition Costs tne table below highlights the allowable equlpment categories for this award, A conrprehonsive listing of these allowable equipment categories, and speciflc equipment eligible undereach category, are listed on the web-based version of the Authorized Equlpment Liet (AFL) at http://u4{',v.fe.ma'qov/authorized"equioment-list. Common - Planning (Exercises), Line item 2018'01 tion of HSEEP CBRNE ope rational $earch and re$cue equiprrent ge-seSsmen #0JOE"07.SUAS; Line item 20 '18-144 se-ommunications - (Commu n icatlon and lntelli gence #03oE.0 1.CTAC; 1 31E40-SURV; Exhibit A );AEL mmu on ment for SRT); AEL em2018-15 26 Equip Line it 1 Overtime and backfill costs -Ovefiim6 and backfill costs, inclitding expon ses for part-time and volunteer emergency response oersonnel participating in FEI\IA exerclses Activities to achieve exercises inclusive of people wilh disabilities and others with access and functional needs I I ! _T costs (i.e,, airfare,per , hotel, etc.) are allowable as expeflses by employees who are on travel status for official business related to the planning and conduct of the ies are items that are expended 0r con$umed d uflng the c0ur8e of th e plan ning and conduct of the exerclse Projec (s )e s paper glove tape,non-steri ma sks, and ln teroperable cornmunications EXercises Actirrities to achieve planning inclusive of people with limited English ProficiencY EXERCISE EXPE N DITURE$ Quantity Unit Cost 1':?-E-Tra:EE!:l:i: $132'879.00 j,'i1) Total Cost i:'t!t:41 t!!"'' -.-]$li:!:it lssue # Pereonal Protectivo equiPment Explosive devlce mitigation snd remediation equipment n-n ng, Search, an ctlon ay Systems), AEL f 02EX'01,XRAP, Line item 201$-06 1 $83,100,00 $83,1 oo,o0 4t Prote on c Measures (tsomb Suits); #02PE-0 1 -B Line I 8.09 1 $38,500,00 $38,500,00 41 Pre on'rdiction and Dis n (Surveillance Platforms), AEL #030E'07'ROVL, 1zTR'00"TEQF 1 9300,481 .00 $ 300,481.00 41 Preve Came - Screening,arch and Detection L #035R'03-5CA item 201 8-06 1 $'15,201.00 $15,201.00 41 po n s€M as s sht Vls lo );AEL #0308.0 ?TI LA;Line Ite m ,.1 I .'l 2 1 $32,416.00 $32,416,00 41 1 s49,690.00 $49,690,00 41 1 $46,600.00 $46,600,00 4l Exhibit 1 Exhibit A lnformallon technologY lnteroperable communicatlons ment Response-Cornm unications -pe mmu ons (lnteroperable P25 Project); AEL ffO6CP-0 1-PORT; 04t'1W.01 " tNHW; 10BC-00-BA TT; 06CP-01.lVtOBL); Line item 2018.'15 Response - Commun icatlons - Operatlonal Communications (Mobile Message Boards); AEL #0308'03'3lGN; Lino itern 2018-1s I $34,000.00 $ 34,000.00 41 Common - Operational Goordinalion (lncident Cornmand Software $ystern), AgL # 04AP'05'CDSS' 04AP'03'GlS5, 04sw.04.NETW, 04HW-01 -tNHW, 04AP.0'1 "CADS, 21 G N-00- CNST; Line item 2018-02 I $306,245,00 $306,245.00 41 Tievention - lnterdiction and Distuptlon (Fusion Speclal Events Platform Upgrades), AEL #04HW.01.lNHW, 04MD'03' DlSF, Line item 2018"04 4 $ 10,000.00 $10,000,00 41 rsecurity enhancement equiPment on* #O4HW.O1 JNHW, O5HS.OO.FRNS, O5HS.OO.MALW, OSNP.OO- IM Llne item 8-08 I $1 40,000.00 $ 1 40,000.00 41 -Response"Communications - Operatlonal Communications (Sat Phone Sustainment); .AEL #06CC'03'SATB; Line ltem 2018.1 5 1 $23,545.00 $23,545,00 41 1 $150,747.00 $ 1 50,747.00 41 p onse Operati on a Com mu n icati ons (F irstNet M obile/tn tero perab ility);AEL #06 c c.0 1 .cE LL,06cc- 0 .DSAD,U 6 c c,03 SA T fvl 06c c-0 3 .SATP,06 c c-04 E a 9D' 06CC.O4-SADS; 06CP-02-BRDG, and 06CP.03-IOWR); Line itom 201 8-1 5 1 $ 20,002.00 $20,002.00 41 Res po nse ornmu n ication s pe (Brldgin item 201 U Proj ects AE L #0 6CP.0 2.8 RDG 2'l GN.OO "tNs T;Li ne 1 $241,404,00 fi241,404,00 41 Detecfon EquiPrnent Prevention - lnterdi on an on #07ED-02-DOGS, Line ltem 2018'04 1 $95,000,00 '$95iooo,o0 41 Search and n H az mat Chernical Detection); AEL Line item 2018-10 #0 4CD.0 I .0 1 -FT IR 1 $70,000,00 $70,000,00 41 Prote or'l -ing, Searc an on Radiation Detoctlonlldentifi catlon); AEL #07RD-04-SGND; Llne Ite 2U8.14 1 $283,564.00 $283,564,00 41 Decontamination EquiPment Medical supplies Power equiPmen t (generalclrs, batteries, power cells) 27 Exhibit 1 Exhibit A CBRNE lncident RosPonse Vehicles Terrorism lncident Prevention Equipment Physical Security Enhancement Equlprnent lnspoction and Screen Syslems €clu Comrnon -c on AEL # 04HW-0'l.lNHW, 21GN"00-OCEQ, 04AP-0s-CDSS,13lr- OO.ALRT, O4AP.O1-CADS, O4MD.O2,PROJ, O4MD,O3,DISP, 04HW.01-HHCD, 04MD-01"VCAM, 21GN-00-CNST, 21GN-00- lNsr, 21 GN-oo"MAIN, 06CP-0s.VCOM, 05PM"00-PTCH, 06CC- 28 als TesponseTommunications - Operational Communlcations (Emergency Alert System); AEL #13|T.O0"ALRT; Line item 2018-15 1 $47,698,00 $47,6SB,00 41 n-ldentlty Ve rlflcation (Access -PACS, 21 GN"00-lNSTI LineControl Systerns); AEL #14SW.01 Item 2018-07 1 $55,039,0 0 $55,03S,00 41 Prote on-Ph ve sur95 tems AEL #145|llv-01-vtDA, 14sw-0,|-PAc$, ?1GN-00-lNsT, 04HW- 01.lNHW, 21GN-00-CNST and 041!lD'03'Dl$P; Llne item 2018- 09 1 $ 57 6,8 25,00 $ 576,825.00 41 overy -cture un I NI AFL #201 8-1 6 $ 1 0,360,0 0 $10,360,00 41 Animat and Plants CBRNE Prevention and Response watercraft CBRNE Aviation EquiPment CBRNE Logistical Support Equipment !ponse c stics and v c h n Ma 00- nagem ont (Fu e I Tank T ralle r)'AEL #1 9GN .00.Fu EL,,|2TR. Llne item 01 8-1 3 1 $29,535,00 $29,535.00 41 lntervention Equipment- costs {include any 0r on cosls oategory; Writtan approval use of funds Common -erational Coord on # 21 GN-00-CCEQ, 06CP"01 -PORT, 09M 00-BGPK; Line item 2018'02 -BAGM, and 19GN- 1 $167,713.00 $1 67,71 3.00 n1 1 $2e4,846.00 $294,846.00 41 O3,SATP Line item 2018-02 Exhibit 1 ble Overtirno costs - and Adminlstratlon Costs Exhibit A expenses are d AS 29 the result of personnel who worked over and above their normal scheduled dally or weekly worked tirne in the performance of FEtulA - approved activities. Backflll Costs also called "Overlime as Backfill" are defined as expenses frorn the result of personnel who are {,vorking overtime ln ordor to perform the duties of other personnel who are ternporarily assigned to FEfulA - approved activities oi-rlsicle iheir core responsibiiities' Neither ove(ime nor backfill expeases are the result of an increase of Full - Time Equivalent (FTEs) employees. These cosls are allowed only to the extent the payment for such gervices is in accordance with the policies of the stale or unii(s)of local government and has tho approval of the state or the a'/varding agency, whlchever ls applicable, ln no csse is dual compensation allowable. That is, an omployee of a unit of governrnent may not receive componsation from thelr unit or agency of government AND frorn an award for a single per:iod of time (e,9., 1;00 pm to 5:00 pm), even though such wofu may benefit both acti'rities. Fringe benefits on overiime hours are limited to Federal lnsurance Conlributlons Act (FICA)' Workers' sation TOTAL M&A EXPENDITURES and n Ce n ter o pera tions),A EL fl21 GN.O 0.oc EQ,04HW-01 ,I NHW 1 1 3t LI ne item 2A 1 8"0 3 1 $'162,173.00 $ 1 62, 173,00 41 MI ti a a g-Te rm e rg Redu ction (Mai ntenance, s U s tai nmen t,R pal r an d Replace HSGP E qulpm e n r)AEL #21G O.MA Llne I 1 $451,705,00 $451 ,70 5,00 41 TOTAL EQUIFMENT EXPENDITURES $3,736,389.00 41 Quantity Unlt Cost Total Cost lsgue # Hiring of full-time or part-time staff or contractors/consultanis: to assist with the managernent oF the respective grant program; pp lication requiremonts,an d cornpl iance wl th reporting nd data collection req uirem ents 4 pe rsonnel) I $270,000,00 $270,000.00 +t Developm snt of opera ting plans for information colle ction and ing necessary to respond to DHSiFE MA data calls Tra'rei expenses llleeting-related expenses eq includlng computors, comPuters, Printers, L software which rnaY b projectors, and other equipment or e requited to suppoft the implementation of 1 $1 0,000,00 $ 10,000.00 41 The following are allowable only within the agreement period; Recurring fees/charges associated wih certain equiprnent, such as cell phon-es, faxes, Leasing and/or reniing of space for newly hired personnel to adrninlster programs within the grant program' 1 $s,000.00 $ 5,000.00 41 $285,000.00 41 TOTAL EXPENOITURES $ 5,700,000,00 41 Exhibit 1 Exhibit A ATTACHMENT B SCOPE OF WORK Sub-Recipients must comply with all the requirements in 2 C,F,R. Part 200 (Uniforrn Acjminlstrative Requirements, Cost Principles, and Audit Requirements for Federal Awards). Funding is providecl to perform eligible aclivities as identified in the Domestic Florneland Security -Federal Ernerg6ncy fulanagement Agency National Preparednes$ Directorate Fiscal Year 2018 Homeland Security Grant progrEm (nSCp), conststenl with the D€partment of Homeland Security Slate Skategy. Eligible activities are outlinecl in the Scope of Work for each category below: l. lssue and Project DescriPtion - lssue 41 - Urban Area Securlty lnitiative (UASI): rhe UASIProgram assists high-threat, high-density Urban Areas in efforts to build, sustain, and deliver the capabilities necessary to prevent, protect against, mitigate, respond to, and reCOVet from acts of lerrorism. ll. Categories and Ellglble Activlties Fy 2018 altowable costs are tlivided into the following categories for this agreement: Planning, Organizational, Exerclse, Training, €qulpment and fulanagement and Administration' Each category's allowable costs have been lisled ln lhe "Budgot Detail V/orksheet'' above. A, Ailowable Planning Related Costs SHSp funds may be usecj for a range ol ernergency proparsclness and managernent planning activities and such as those associated with the clevelopment of the THIRA, SPR, contlnuity of operations plans and other planning activities that support the Goal and placing an emphasis on updating and maintaining a eurrent Eop that conforms t0 the guidelines outlined in CPG l0l v 2'0,- ' Deveioping hazardithreat-specific annexes lhat incorporate the range of provention, proieciion' fe$ponse, and recovery actlvlties.. Developing and irnplementing homeiand sacuriiy support prograrns and adoptlng DHS/FElVlA national initiatives.r Developing relatad tenorism and other catastrophlc event prevenlion activities. r Devsloping and enhancing plans and protocols. r Developing or condueling assessments, r Hiring of full-or part.time staff or contracVconsultants to assist with planning activities (not for the purpose 0f hiring public safety personnel fulfilling traditional public safety duties). . fulaterials required to conduct planning activities. r Travel/per diem related to plannlng activities. . Overtirns ancl backfill costs (in accordancs with operational Cost Guidance)' r lssuance of U/HTl-compliant Tribal identlfication card. r Activities to achiev€ planning inclusive of people with Cisabilities. r Coordination wilh Citizen Corps Gouncils for public infornration/ecJucation and development of volunleer pf09rams, . Update governance structures ancl processes and plans for emergoncy communications. r Activities to achieve planning inclusive of people with limited English proficiency B, Allowable Organization Related Costs (SHSP and UASI Only) Organizational activities include I Program rnanagement; Development of whole Community parlnerships, through groups such as Citizen Corps Councils; Struclures and mechanisms for information sharing between the public and private sector: 30 I t I Exhibit 1 . lmplementing models, programs, and workfoice enhancement initjatives to adclress ideologically-inspired radicalization to violence ln the homeland; . Tools, resources and activities that facilitate shared situational awareness between the pLrtrlic and Private soctors: r Operational SuPPort; r Utilizalion of standardized resource management concepts such as lyping, inventorying, organizing. and tracldng tolacilitate the dispatch, clepioyment, and r'ecovery of resourc€s before, during' and after an incident; r Respondlng to an increase in the threat level under the National Terrorism Advisory Systern (NIAS), or-needs in resulting from a National Special Security Event; and r paylng salaries and beneflts for personnel to serue as qualified intelligence analysts, States and Urban Areas must justify proposed expenditures of SHSP _or UASI funds to suppor! organiealion u.["iti"n *itNn it"r"i, JJ submissibn. Att sRns are attowed to utilize up to 50 percent (50%) of their sHSP funding and all Urban Areas are riio**i up to 50 percent (5rl%) of their UASI funding for personnel .c-o_sts....At.th.e requesl oi a Sro-n..ipient ol a gi;nr, the FENTA Administritor may grant a waiver of the 50 percent (50%) limitation noted "L""" -n"qJtJt fo, wa'iu*r, to the personnel cap must 'b6 submitted by the SAA to GPo in writing on offlcial letterhead, with the following inforrnaUon: r Documentation e,xplaining why th€ cap should be waived; r Conclitions under which the request is being subrnittedl and r A buclget and method of calculation of personnel costs botlt ln percentages cf the grant a'riard and in totat dollar nrornt, io auoid supplanting issues, the reque$t must also inclucle a three year staffing history for the requesting ontity. Organizational activitles under SHSP and UASI include: . lntelllgence Analysts, Per the Person nel Relmbursement for Intelligence. .C_oaoneryli9.n^and ennanceiiit iFAicEf of Hanetancl Security Acf (Public Law 1 10-412), SHSP and UASI funds may ne used d hire ne'ru staff arrdior contraitor positions to serye as intelligence analysts to enable iniormation/intelligence sharing capabilities, as well as support existing inte,lligertce analysts previously coveied by SHSP or UASI funding, ln order to be hired as an intellrgence "'i ii ###ffi*'l*#ffii,il#ffi#'*',;*,*,**,: i;:'']* ., Federal intelligence agency, [he military, or State'and/or local law enforcement inielligonce unit. As identified in the jvL?furad on ancl Enhancornenf of Sfaie and lvlajor lJrban Area Fusion Qenters priority' all fuslon l*^t"i rnuf yti. personnel rnust dernon$trate qualifications that meel or exceed comp,etencies identified in the ;;;r;;T;;;;i;rti"s for Srale f- ocat, and' Tribal lnteiligence Analysfs,.which outlines the rninirnum categories of ;rinrng nuudd1 for intellig;n;; analysts, Rcertificate of c6rnpletion o? slch training must be on file with the SAA ,"J ,nust be made availaile to the grantee's respective Headquarters Program Analyst upon request, .ln addition to tf,"u* tgining ,"quirer*ntr. tusio"n centers should also continue to mature their analytic capabilities by .,iJr"iiirg gap"s in analyic capability ldentifled during the fusion center's annual assessment' . Overtime Costs. Ove rtirne costs are allowable for personnel to participate in information, investigative, and intelligence sharing activities specifically related to homeland security and speciniaf fy iequested bji a fecleral aden.y. Allowable costs. are limited to overtime associated with fJOeratfy ilquristed participatlon in eTigiO6 aclivities, lnclucllng arlti-terrorism task forces, Joint Terrorism fask Forces 1-ffffsl, Area'i\,laritime Security Committees (as r,equired by the tularitime Transportation Securlty Act of 1OOZ), DH$ Border Enforoement Security Task Forces, and tntegrateJ Border Enforcement Teams. Grant funding can only be used in proportion to the federal man+ouiesiirite, and only after funding for these activities from other federal sourcss (i.e.' FBI ,f nn payrenrs to state anci local agenciZs) has been sxhausted. Under no circumstances should nHSif ett,+ granituncting be used ti pay for costs already supported by funding from another federal source. Exhibit A 3l Exhibit 1 Exhibit A . Operational Overlime Costs. ln support of efforls to enhance capabilities for detecting, delerring, disrupting. and preventing acts of terrorism, operational overtime costs are allowable for increased security measures at critical infrastruchlro sltes. SHSP or UASI funds for org"lnizational costs may be used to support select operational expenses associated with increased securiiy measures at critical inrrastriffi:l?iff.ll}:J;H{l1t,l.,lH#,i,'r'.1?l3%T'ffi",. Urban Area rusion centersi ; Ffli S ;ffii I'f i':ff ::l' ['IJ; HiJ'fl J?'i3ijlxl'[l1,11i"j r - RA p ) a ctivi ti e s; : Public safetY overtime; Title 32 or State Active Duly National Guarcj deployments to protect critical infrastructure sites, including all resources that are part of the stancjard National Guard deployment package (Note: Qonsurnable costs, such as fuel expenses, are not allowed except as parl of the standard National Guard deployment package); and'r lncreased border security actlvities in coonllnation with CBP. SHSp or UASI func1s may only be spent for operational oyertime cost$ upon prior approval provided in writing hy the FENIA Aclministrator per the lnstructions in lB 379' Law Enforcement Terrorisrn Preventlon (LETP) Activities Allowable Costs (SHSP and UASI) LETP Activities eligible for use of IETPA focused funds include but are not limited to: . lllaturation and enhancement of designated state and major Urban Area fuslon centers, including lnformation sharing and analysis, thr€at recognition, tetrorist interdiction, and training/ hiring cf lntolligence analYsts;. Coordination beblrreen fusion centers and other analytical and investigative effor'ts including, bui not lirnited to Joint Terrorisrn Task Forces (JTfFs) Field lntelligence Groups (FIGs). High lntensity Drug Trafficking Areas (HlDTAs), Regional lnforrnation $haring $ystems (Rl$S) Centors, criminal intelligence units, and realtime crime analysis centers;. lmplernentation and maintenence of the Nationwide SAR lnitiative, inclut.ling training for front line personnel on identiiying and reporting suspicious activlties; and . implernentation of tho 'tlf You See Something, Say Something" campaign to raise public awareness of indicators of terrorism and lerrorism-related crime ancl associaied efforts to increase the sharing of jnfonnation with public anrl prlvate sector pafiners, including nonprofit organizations. C. Allowable Exerclse Reiated Costs Exercises conductecl with grant funding should be managed and conducted consistent with HSEEP' HSEEP guiclance for exerclse design, developmont, conduct, evaluation, and irnprovement planning is located at h tt p s:/iwww.fe n a, gov/e xerci se. n Design, Develop, Conduct, and Evaluate an Exeroise ' Exercise Planning WorkshoP r Full- or part{ime staff or contractofs/consultants r Overtime and backfill costs, including expenses for part-time and volunteer emergency Response personnel padicipating in DHS/FEfulA exercise o Implementation of HSEEP r Acti'rities to achieve exercises inciuslve of people with disabilities o Travel r Supplies associated wlth allowable approved exercises . lnteroperablecommunicationsexercises Addltional Exercise lnformation Sub-Recipients that decide to use HSGP funds to conduct an exercise(s) are encouraged to complete a progressive exercise s6ries. Exercises conclucted by states and Urban Areas may be used to fulfill similar exercise requirements required by other grant programs. Sub-Recipients are encouraged to invlte representatives/planners involvod wlth other Federally-mandatecl or private exsrcise aclivities. States and Urban Areas are encouraged to share, at a minimum, thehulti-year training and exercise schedule with those deparlments, agencies, and organizations included in the Plan. 32 Exhibit 1 a Exhibit A Exercise Scenarlos. The scenarios used in HSGP-funded exercises must be based on the state/Urban Area's THIRA ancJ SPR, The scenarios used in HSGP-funcjed exercises rnust focus on validating capabilities, rnust be large enough in scope and size to exorcise multipie activlties and warrant involvement frorn multipie jurisdictions and disciplines and non-governmental organizations, and take into account the n6eds and requlrements for individuals with disabilities, individuals with limited English proficiency and olhers with access and functional needs, and is essential to the development of an effectiye and cornprohensive sxorcise prograrn. Exercises are designed to be progressive - increasing in scope and complexlty and drawing upon results and ouicomes from prior exercises and real'world incidents - to challenge participaiing communllies. Consistent with Horneland Security Exercise and Evaluation Frogram guidance and tools, the National Exercise Program (NEP) serves as the principal exercise mechanism for examining natjonal preparedness and measuring readiness, Exercise scenarios should align with priorities and capabilities identified in lhe tvlulti-year TEP. Specla/ Event Planntng. lf a state or Urban Area wlll be hosting a special event (e,9., Super Bowl, G-B Summit), the special event pianning should be considered as a training 0r exercise actlvity fr:r the purpose of the rnulti-year TEP, States must include all confirmed or planned special events in the lvlulti- year TEP. The state or Urban Area may plan to use SHS P or UAS I funding to finance training and exarcise activities in preparation for those events, States and Urban Areas should aloo consider exercises at maior venues (e,g,, arenas, convention centers) that focu$ on gvacualions, communications, and comnland and conlrol. RegionalFxercises, States should also anticipate participating in at least one Regional Exercise annually. States must incluCe all conflrmed or planned $pecial events ln the tulultl.year TEP' a t r Ro/e of Non-Governmental Enllties in Exercises. Non-governmental participation in ail levels of exeroises is strongly encouragecl. Leaders from non-governrnental entities Ehould be inciuded in the pianning, design, and evaluation oi an exercise. State, local, Tribal, and territoriai jurisdictions are encouraged to develop exercjses that test the integration and use of non-governmental resollrces providecl by non-governrnental entitios, defined as the private sector and private non-prolit, faith-based, bommunity, partiCipation ln €xercises should be coordinated with the local Citizen Corps Council(s) or their equivalent and other paftner agencies. FDEfuI State Tralning Offlce conditions for Exercises: For the purposes of this Agreement, any exercise which is compliant with HSEEP standards and contained in the State of Florida (and County or Regional) MYTEP qualifies as an authorized exercise, The $ub-Recipient can successfully cornplete an authorized exercise either by att€nding or conducting that exercise. . ln order to recei're payment for successfully attending an authorized exercise, the Suh'Recipient must provide th€ Division with a certificate of completlon or sirnilar correspondence signed by the individual in charge of the exercise; additionally, the Sub.Recipient rnu$t provide the Division wlth all receipts that document the costs incurred by the Sub-Recipient in order to attend the exercise. r ln orcler the receive payment forsuccessfirlly conducting an authorized exercise, the Sub-Recipient must provide the Division with an ExPLAN, AAR/P, lPCltvlPC/FPC lvleeling lvlinutes and Sign-in Sheet for exerclse attendees; additionally, the Sub-Recipient must provide the Division witlr all receipts that document the costs incurred by the Sub-Recipient in order to condr-tct the exercise, Ihe Sub-Rec/plenf must inctude wilh the rsinbursement package a separale copy of the page(s) lram the Exarcise Plan which ictentifies the pafticipant agencies Anct a prinled page(s) from the Sfate (and County or Regional) l,lWEP reflecling the exercise, " lf you require foodiwater for this event, request rnust come to the Divlsion within 25 days prior to llre event, in the following fonnal; Exercise Title; Location: Exercise Date: Exercise Schedule: Estimated Number of Pariicipants that will be fed: Estirnated Gost for fooclftvater: Description of the Exercise: 33 Exhibit 1 Exhibit A Unauthorlzed Exercise Costs o Reimbursement for the maintenance and,orwear and teat costs of general use vehicles (e.9.. construclion vehicles), medical supplies, and emergency response apparatus (e.9., fire trucks, ambulances). r Equipment that is purchased for permanent installation andior use, beyond the scope of the conclusion of the exercise (e.9., electronic messaging signs). D. Allowable Trainlng Related Costs (SHSP and UASI) Allowable training-relalecl costs under HSGP include ths establishment, support, conduct, and aftendance of training spocifically identified under tlre SHSP and UASI programs andior in conjunction with emergency preparedness training by other Federal agencies (e.9., HHS and DOT). Training conductod using. HSGP funds shoutd address a perforfrance gap identified through an AAR/IP or olher assessments (e,g., National Emergency Commrrnications irlan NECP Gbal Assessrnents) and contrlbute to bulldlng a capabllity that will be evaluated through a formal exercise, Any trainlng or training gaps, including those for chlldren, older adults, pregnant women, and indivlduals with cjisabilities and dthers who aiso have access or functional needs, should be identified in the AAR/IP and addressed in the state or Urban Afea tralning cycle. $ub-Recipients are encouraged to use exlsting training rather than de.reloping new courses, When developing new courses, Sub-Recipients are encouraged-to apply the Analysis, Design, Developrnent, lrnplemontation and Evaluatjon rnodel of instructional design using the Cour:se Developrnent Tool. r Overtime and backflll for emergency preparedness and response personnel attenCing DHSIFEI\,IA" sponsored and approved training classes r Overtime and backfill expenses for part time and volunteer emerg€ncy respon$e personnel padicipating in DHSIFEIvIA training o Training workshops and conferences r Activitles to achieve training inclusive of peopte with disabilities ' Full" or part-tifie stalf or contractors/consultants o Travel r Supplies associaierJ with allowable approvecl training that are expended or consumed during the course of the planning and conduct of the exercise project(s) r lnstruciorcertification/re-certification r Coordination with Citizen Corps Councils in conducting training exercises . lnteroperable communications training Additionat Training lnformatlon per DHS/FEtuIA Grant Programs Directorate Policy FP 2A7-008-A64"1 , Review ancl Appraval Regulrements for Training Courses Funded Through Preparedness Grants, issued on September g, 201 3, states, ierritories, Tribal entities and urban areas are no longer required to request approval from FEfuIA for personnel to attend non-DHS FEI\IA haining as long as lhe training is coordinated with and approved by the state, lerritory, Tribal or Urban Area Training Point of Contact (TPOC) and falls within the FEMA mission scope and th'e lurlsctiction's Emergency Operations Plan (EOP), The oniy exception to this policy is for Cointering Violent Extrernism courses. DHS/FElilA will conduct periodic reviews of all state, territory, and Urban Area training funded by DHS/FElVlA. These reviews may include requests forail course matsrials and physical observation of, ar participation in, the funded training. lf these re'rier,vs determine that courses are buisicle the scopo of this guidance, Sub-Recipients will be asked to repay grant funds expended in support of those offorts. For further information on de'reloping coursos using the instructional design methodology and tools that can facilitate tho process, SAAs and TPOCs are encouraged to review the NIEO Responder Tlaining Developme nt Center (RTDC) website. DHSIFEMA Providecl Tralnlng, Thesa trainings include programs or courses developed for and delivered by institutions and organizations funded by DHS/FEtulA, This includes the Center for Dornestic Pieparedness (CDP), the Emergency lvlanagernent lnstltute (Elvll), and the Nalional Training and Educaliqn Divieion's (NTED) training partnerprograms including, the Coniinuing Trajning Grants, the Nati0ngl Domestic Preparedness Consortium (NDPC) and the Rural Oomestic Prepaledness Consortium (RDpC). Approved Stafe and Federalsponsored Course Catalogue. This cataloguo lists state and Federal sponsored courses that fall within the DHS/FElvlA mission scopo, and have been approved through the 31 Exhibit 1 Exhibit A FEfuIA course re'riew ancl approval process, An updated version of this catalog can be accessecl at; w',rn r/. fi rs tres o o ncl.e-f trp in i n cJ, qov, Tralning Not provlded by DHS/FEMA. These trainings include courses-that are either slate sponsored or flJuiafiponsored (non-OHS/FEl\,lA), coorcJinated anJ approved,by the SAA or their designated TPOC. and t"ff *im;n tt'* OHS/FEn/A nission scbpe to prepare state, local, Ttihal, and territorial personnel to prevent' piote"t ag"inst, mitigate, rospond to, and recover from acts of terrorjsm or catastrophic events. . State Sponsored Courses, These courses ars developed for anclior delivered by institutions or organizatioos othe. than Federal entities or FEIVIA and are sponsored by the SAA or their designatad TPOC.. Joint Training and Exefcises wltlr the Public and Prlvate Sectors. These courses are sponsored ani coordinated by private sector entities to enhance public'private p-alltl:llp:, fo|- tr'aining personnel lo prevenl, protect against, mitigate, respond to, and. recover from acts 0t lerroriim or catastroptric evenls, Overtjme pay foi first responders and etnergency managers who participate in public-private training ancl exerciies is allowable, ln addition, States, tenitories, iribes, and Uiban Aieas are encouraged to incorporate the private sector in governrnent- sponsored training and exercises, Adcjitional information on both DFIS/FElVtA provided training and other federal and state kaining can be found at: wnryv.flrstrpsoolCertfainl0g.gov' Tralnlng lnforrnation Reporting Systom (''Web-Forms"). Web-Forms i$ an electronic forrnldata ,nnug*;*nt systern builito assist in" SAA antl its designited State, territory ancl Tribal rriinilo P-oint of C;;t.,fii1p6ai. Xeporting treining activities through Vr/6b-Forms ls not required under FY 2018 HSGP' n**u*r, the system 1.e*dnu available and can bJaccessed through the FFIVIA TOolkit located at htd,t/I4ryjlglI"rocnclef.rajnln(i.qov/adrnin in order to support grantoes in their own tracking of lraining' FDEM State Tralnlng Office conditions; For the purposes of this Agreament, any training course listed on th6 DHS approved course calalog qualifles as an authorized course, The Sulr-Recipient can successfully complete an authorlzed course either by attending or conducting ihat course. r ln order to receive payment for successfutly atlending an authorized training course' the Sutr'Recipient must provide the Diviiion with a oerlificate ol course completion: additionally' the Sub-Recipient must ;;d. in. bVirion with all recelpt$ that document the costs incurred by the Sub-Recipient in order to attend tho course, . ln order the receive payment for successfully conrJucting an authorlzod course, the Sub-Recipient must oroyide the Division wiih th. .ourr" materials and a roster sign-in sheel additionally, the $ub-Recipient ;;;;ift;t; if''" pinirion with att rec€ipts that document the iosts incurred by the Srlb-Redpienl ln order to conduct the course " Forcourses that are non-DHS training through the use of the granted for conduct, apprcved training, Sub'R.ecipienl must request approval to conduct Nbn'TED Form ind provide a copy, along with ernail, showing approval a r For the $onduct of training workshops. Sub-Racipieni must provide a copy of the course materials and sign-in sheets. r The number of partlcipants must be a rninimum of 15 in order to justiFl the cost gf hot{t9. I course' For questions r*g;rding adequate number of participants please coniact the FDEtul State Training Oflicer for course rp".in* "guidr;ce. Unless the bub-R'ecipient receives.advance wrltten approval from the State Training Ofic-ei fot tf'rr number of participants, then the Division will reduce the amount authorlzed for reimburseirent on a pro-rala basis for any tralning with less than 15 participants' r The Sub-Recipient must inclutle with the reimbursernent package a separate copy of the page(s) from the State (and County or Regional) fvtYTEP reflecting the training' E, Allowable Equipment Related Costs (SHSP and UASI) The 21 allowable prevention, protection, mitigation, response, and recovery-equipment categories and equipment .irnJutJ*lJjfiscp ar* listed on the web-baied version of the Authorized Equipment List (AEL) on 35 Exhibit 1 Exhibit A Unless othe^,,/ise statod, equipmen t must rneet all mandatory regulatory andior S-adoptecl stanclards to be eligible lor purchase using these funds.ln adclition, agencies will be responsiblc for obtaining and maintaining all necessarY certifications and licenses for the requested equiPment' 36 Grant funcls may be used for the procurement of ntedical countermeasures, Procurement of medical ;;;;i";";-ries rnust be condulted in collaboration with State/city/local health departments who adrninister Federal funOiitor HHS for rhis purposa, Procurement must have a soundihreat basecl justiflcation with an alm to reduce the .Jni"qren"rs of rnas$ casiralty lncidents during the first crucial hours of a response. Prior to procuring ottai.niceuticats, granteeJ;urt haue in place a-n inventory management plan to avoid large periodic variations in !;;ti;;;;; t" coinciding purchase and expiration date:, Grantees are encouraged to enter into rotational piSJrrlm"nt agreementi;ith vendors and distributors. Purchases of pharmaceuticals must include a buclget for the liroosat of exp'irecl drugs wilhin each fiscal year's period of porformance for H$GP. The cost of disposal cannot be carried over to another FEIvIA grant or grant period. The equipment, goods, and supplies ("the eligble equipment") purchased$rith funcls provicled under this aoreernent aro for Lhe purposes'$pecifl€d in'Florldats bomesii6 Security Strategy". Equipment purchased wiih tnir-* ir"oi ritt Ue utitrzeci in the event of ernergencies, lncluding, but not limited to, tenorism'related hazards. The Sub-Recipient inaf f place the eqilipment ttrrougho'ut the State of Florida in such a manner thai, in the event of an emergen.y. it'u "quipment can bb deployed o*n the scene of the emergency or be aveilable for ure rt u flxed loeatioi within brc (Z) nours of a request for sald deployment, The Florida Division of Emeryency fvfunig.n1enitFDEltl) musi appiou6 any purchases of equiprnent not'itemized in a project's approved budget in advance of the Purchase The sub-Recipiont will, ln accordance with the statewide mutual aid agreement or other ernergency response ;;;;" as specifleC in the "Florida Domeslic Securily Strategy," ensuie that all equipmont purchased with ffi;;;"drl; ur*,t to respond to any and all incidenfswithinlts regional response area as appllcable for.so lon6 as this Acrreement rernains in effect. Prior to requesting a response, the FDEM will take prudoni and ipi.Jpriri. ,Jlon toOuturmine that the level or intenslty of the incident is such that the specialized equipment ancl resources are nece$$ary to mitigate the outcome of the incident, The Sub-Recipient shall flotiry the FDENI Ofiice of Domestic Preparedness at; 2555 Shumard Oak Blvd" iutrrt usu*, Florida 3239g on" yenr. in ad'rance of lhe expiralion of the equipment's posted shelflife or normal fit".rpr.tu,i.yorwhenithasbeenexpended. TheSub-Recipientshall notifytheFDElvl immediatelyifthe equipment is destroyed, lost, or stolen' Controlled Equiprnent (SHSP, UASI, and OPSG) Cirri f,,rOu mLy'ne used for the purchase of Controlled Equipment; however, because of the nature of the eouioment tne poterrtial imfiactolr the cornmunity, there are additional ancl specific requirements in orderto acqlrire tnis bquipment. Refer to B 4A?a: Use of Grant Funds for Conholled Equipment, F. lVlanagement and Adrninistration (M&A) Management and administration (tul&A) activitles are those directly relating to the managernent and adminjshation of uSOtsfrnO*, such as lnaniialmbnag6ment and monitotlng. Sun-Recipients awar<led M&A costs underthis ugr"u*unt can retain a maximum of up to 5% of their total agresrnent award amount fOr lvl&A cOsts, fvl&A activities iocludes: r Hiring of fulltime or part-tirne staff or contractors/consultants: ' To assist viith thc managernent of the respective grant program, r To assist with application rcquirements' r Io assist with the compliancy r,vith reporting and data collection requirements' G, Procurement Ail procutement transactions will be conducted in a manner providing full and open competition and shall comply with the standards articulated in: r 2 C,F,R' Part 200; r Chapter 287, Flarida Statues; and, any local procurement PolicY. Exhibit 1 Exhibit A To the extent that one standard is more stdngent lhan another, the Sub-Recipient must follow the more slringent standard. For example, il a State statute imposes a stricter requirement than a Federal regulation, then the Sub-Recipient must adhere to the requirements of the State statute. The Division shall pre-approve all scopes of work for projects fund€d under this agreement, Additionally, the Sub.Recipient shall not execute a piggy"back contract unless the Division has approved the Scope of Work contained in the original contract that forms the basis for the piggy-backcontraci, Also, in order to receive rsimbulsement Frorn the Division, the Sub-Recipient musl provide the Di,zision with a suspension and debarment form for each vsndor that performed work under the agreement. Furthermore, if requested by the Division, tho $ub"Recipient shall prorride copies of solicitation documents including responses and justification of vendor selection. H. Piggy-backing The practice of procurement by ono €gency using the agreement of another agency is called piggybacking. The ability to plggyback onto an existing contract is not unlimited, Tho existing contract must contain language 0r other leqal authority authorizing third parties to rnake purchases from the cqntraci with the vendor's consent, The terms and conditions of the new contract, including the Scope of Work, mr-rst be substantially the same as those of the existing contract. The piggyback contract may not exceed the existing contract in scope or volume of goods or services. An agency may not use the preexisting contraci merely as a 'basis to begin negotiations" for a broader or materially different c0ntract. Ssction 215.971, Florida Statutes ,Slatutory chang6s enacted by the Legislature irnpose additional requirements on grant and Sub" Racipient agreements funded with Federal or Slate linanciai assislance. ln pertinent part, Section 215.571(1)statesi An agency agreement that provldes state financial assistance to a RecipienI or Sub-Recipient, as those terms are defined in s. 215.97, or that provides federal financial assistance to a Sub-Recipient, as defined by applicable United States Office of l\lanagement and Eludget circulars, must include all of the following; A provision specifying a Scope of Work lhat clearty establishes the tasks that ihe Recipient or Sub-Reciplent is required to perform. A provision dividing the agreement into qLrantifiabie units of deliverables that must be received and accepted in writing by lhe agency before paymenh Each deliverable must be diroctly related to the Scope of Vl/ork and specify lhe required minimum level of servlce to be perlorlned and the criteria for evaluating the $uccessful completion of each deliverable. A provision specifying the ffnancial conseqrrences lhat apply if the Recipient or Sub-Recipient fails to perform the minimum level of service required by the agreerttent. The provision can be excluded from the agreement only if financiai consequences are prohibited by the federal agency awarding the grant. Funds refirnded lo a state agency from a Recipient or Sub. Recipient for failure to perform as required under the agreement may be expended only in direct support of the program from which the agreement origlnated. A provision specifying that a Recipient or Sub-Recipient of tederel or stats financial assistance may expend funds only for allowable cost$ resulting lrom obligations lncurred during the specifl ed agreement period, A provision specifying that any baiance of unobligated funds which has been advanced or paid must be refunded to the state agency. A provision specifylng that any funds paid in excess of the amount to which the Recipient or Sub-Recipient is entitled underthe terms and conditions of the agreemenl must be refunded to the state agency, Any additional information required pursuant to s. 215,97, a4\t Exhibit 1 Exhibit A L Overtime and Backfill The entire amount of overtime costs, including payrnents related to backfilling personnel, which are the direct result of tim€ spent on the design, de'relopment, and conduct of exercises are allowable expenses, These costs are al{owed only to the extent the payment lor such $ervices is in accordance with the policies of the Stat€ or unlt(s) of local government and has the approval oi lhe State or the awarding agency, whichever is applicable. ln no case is duai compensation allowable, That is, an ernployee of a unit of government may not receive compensation frorn their unit or agency oi governmenl AND from an award for a single period of time (e,9., 1 :00 p.m. to 5rOtl p.m.), even though such work may benefit both activities. Requests for overtime or backfill must be reduced by the number of hours of leavo taken in the pay period, For the purposes of this agroernent, leave and pay period are defined according to the Fair Labor Standards Act (FLSA), Failure to comply Failure to comply with any of the provlsions outlined above shall result in disallowance of reimbursement for expenditures, Unallowablo Costs ($HSP, UASI and OPSG) Per FEtulA policy, the purchase of \r/eapons and weapons accessories is not allowed with HSGF. J. ReportlngRequlrements Quarterly Progra mmatic Reportlngr The Quarlerly Programmatic Report is due within thirty (30) days after the end of the reporting periods (tularch 31, June 30, September 30 and December 31) for the life of this confract,. lf a report(s) is delinquent, future financial reimburaernents will ba withheld until the Sub- Reclpient's reporling i s cirrrent.. lf a report goes h,vo (2) consecutive quarters without Sub-Recipient 16flecting any activity and"or no expenditures will likely resuit in termination of the agreement. Erqqr@ Reporting Perlod Report due to FDEM no later than Januarv 1 throuoh tularch 3l Aoril 30 Aoril 1 throuqh June 30 Julv 3'l JLrl'r 1 throuoh Seotember 30 October 31 October 1 throuoh December3l Januarv 31 2. Progranrmatic Reporting"BSlR Fiannu-al Strategic.lmpl After the end of each reporting perlod, for the liie of the contract unloss directed otherwise, the SAA, will carnplete the Biannual Strategic lmplernentatlon Report ln the Grants Reportlng Tool (GRT) htto-s:/ivr,rrl,v.repg4ing,qdn.dhs.oov, The reporting periods are January 1.June 30 and July 1- December 31. Data entry la scheduled for Decernber 1 and June 1 respectively. Future ar,vards and reirnbursement may be withheld if these reports are delinquent, 3. ReimbursementRequests: A request for reimbursenrent may be sent to your grani nanager for review and approval at any time during the contract period, Reimbursernents must be requested within ninety (90) calendar days of expenditure of funds, and quarterly at a minimum, Failure to submit request for reimbursement within ninety (90) calendars of expenditure shall result ln denial of reirnbursement, The Sub-Recipient should include the category's corresponding line item nurnber in the "Detail of Claims" form. This number can be found in the "Proposcd Program Budget", A line item number is to be included for every dollar arnount listed in th€ ''Detail of Claims" form, 38 1 4. Close"out Programmatic Reporting Exhibit 1 Exhibit A Ihe Close-or.rt Report is due to the Florida Division of Emergency Management no later than sixty (60) caiendar days afler the agreement is either completed or the agreemsnt has expired. K. Programmatic Point of Contact Contractual Point of Contact Programmatlc Point of Contact fvlichaelJ. Day FDEIVI 2555 $humard Oak Blvd. Tallahassee, FL 3?399-2 100 (850) 81 5-4346 Itilichasl, dav.@em. mvflorida,com Amy Garmon FDEfuI 2555 $humard Oak Blvd. Tallahassee, FL 32399-21 00 (850) 81 5-4356 Amv, G arm on(d e m, m vfl orida. cnm L, Contractual Responslbiltties ' The FDEtul shall delermine ellgibillly of projects and approve changes in Scope of Work. o The FDEtul shail administer the financial processes. 39 Exhibit 1 State Homeland Securtty Prograrn (SHSP): SHSP supports the implementalion of risk driven, capabilities"based State Homoland Security Strate-giu" to address capabiliiy targeto set in Urban Area, State, and regional Threat and H"irrO f a"ntincafion and Risl R-ssessrnents (THlFiAs). fhe ;apabllity levelsare. assessed in lhe $tate Preparedneos Reoorl (SpR) and inform planning, organizafibn, equipment, training, and e xerci se ne€ds to prevent' protect agalnst, riGtd, respond to, and recover from acts of terrorism and other catasttop hic events' oroanization Dellverable: Subiect kr the funding limitations of ihis Agreernent, the Division shall reimburse the Sub- ilileirri f"i in. urtuur eligible costs for Personnel, lntelligence Analysts, Overlime and Operational Overtime' Exerclse Deliverable: $ubject to the fijnding limitations of this Agreemenl, the Division shall relmburse the $ub' [J"ip,.r,t for the actuat *l'oi rr.""rsful[ impleting an exercis-e*which ffieets the Departrnent of Homeland b;;;,1t H;*;tand Securiry Exercise and 'Evaluition Frogram_(HSEEP)standards and is listed in A)the State of Froiiar'urrrti-Vear rralningitxercise Plan (lvlYTEP), ani n1 Cot4_tv or Reqjonal TEP for tne region ln which the bu"o-C"lrpr"nt i, guogrupii."ily iocated. lnfbrmation related'to TEP! and HseEp compliance can b9 fgyqd online at: [ins,r*ir,ff ir.ir{l.giuli',pe,9p] rJliu qJrggsqq.oj{ris Agre_ement, any exor6se which ie compliant with HS EEP ffi",d"ffiffin-ffi strt" or Ftoiiaa MyrEP qultiRes as an iuthorizod exercise, The sub'Recipient can iri""u*frf fy camplete an authorized exercise either by altendlng or conducling that exercise' Training Dellverable: Subject to lho funding limitations of this Agrreement, the Divlsion shall reimburse the Sub- neifpieit for the actuat .ort of ,ur"**nfully -completing a training course listed o n the Department of Homeland s".,iliv ipis) approvea course catatog. 'For non-ofs approved courses the.sub-Recipient shall obtain advance ;;'EM';dtr";jr 1iJing 1'r -t'r*-ff n toni ny contacting their grant man.ager. The DHS course catalog is available .'l*" Ji;'nUpltrerOEg&ae*Sd, For the purposes of this &.6919n!, any training course listed on the,DHS aooroveo coiffe catarog qualfiA as an auihoiir"d course, 'ihe sub-Recip ient can successfully complete an auihorized course either by attending or conducting that course' Equipment Deliverable: Subject to the funding lim.itations of this Agroement, he Division shall reimburse th6 Sub" FJ"ilit"ni to1 the actuat roiioi'prrCi'turing an iiem,idenlifiod in the approved poject funding lyntSte andludget of ililg;;dt and tisted on thf ons Au[horized EqLripment Llst (AEL). For the purposes of this Agreement, any item listed on the AEL qruiiflrr as en authorized fem,'The 21 alldwable prevention, prolection' mitigation, response, ;;; ,;;;rt "quipment citegories and equipment standards for HSGP are listed on ihe web-based version of the lrir.,ori*J dqrip,irenr l-ist-1iigy on the Lessons Learned lnforrnatlon system at httqil/qela,feFa.qqYlaulhodzed' d.rj rcf. in addilon,'ag#cies witt be responsible for obtaining and rnaintaining all necessary certillcations and iiCenses for the requested equipment. li-J,r"g"r";;t Dul'*.rioreiSu5i*.iio ti'* funding limitations of this Agreernent, the Division shall reimburse the sub- n*ripi"tnt for the actual cost for lvlanagement and Administration (M&A') actitrities. Costs for allowable items will be reimbursed if incurred and cornpleted within the period of pedormance, ln accordanco with the scope of workr Attachment B of this agre€ment, Exhibit A ATTACHMENT C DELIVERABLES AND PERFORMANCE 40 Exhibit 1 1) ?\ 3) 4) s) 6) 7) B) e) 10) 11) 12\ 13) 14) 15) 16) 17\. 1B) 19) ?0) 21) Exhibit A Attachment D Program Statutes and Regulations Age Discrimination Act of 1975 42 U.S.C, $ 6101 el seq. Americans with Disabilities Act of 1990 42 U,S,C. $ 12101-12213 Chapter 473, Flodda $tatutes Chaoter 215. Florida Statutes Chaplet 252, F lorida Statuteq Title vl of the clvil Rights Act of '190,4 42 u.s.c, $ 2000 ef seg. Title Vlll of tho Clvil Rights Acts of 1968 42 U.S.C. $ 3601 et seq, Copyright notice 17 U.S.C. $S 401 or 402 Assurancss, Administrative Requirements and Cost Prlnciples 2 C,F.R. Part 200 Debarrnent and Suspension Executive Orders 12549 and 12689 Drug Free Workplace Act of 19BB 41 U,S'C. $ 701 et seq. Duplication of Benefits 2 C,F.R. Part 200, Subpart E Energy Policy and Conservation Act 42 U.S.C. S 6201 FatsJ bhims Act and Program Fraud Civil Remedies 31 U.S.C. $ 3729 also 38 U.S,C. $ 3801'3812 Fty Amerlca Act 0f 1974 49 U.s.c, $ 4l 102 also 40 u.$.c. $ 40118 Hotel and tulotel Fhe Safety Act of 1990 15 U,S,C. $2225a Lobbying Prohibltlons 31 U.S,C. $ 1352 Patents and lntellectual Property Rights 35 U.S.C. S 200 et eeq' Procurernent of Recovered tUaterials section 6002 of Solid Waste Disposal Act Terrorlst Financing Executive Arder 13224 Tlle lX of the Edulation Anrendments ot 1972 (Equal Opportunity ln Education Act) 20 U.S.C. $ 1681 et seg, Trafficking Victims Protection Act of 2000 22 U,S.C. S 7104 Rehabilitation Act of .1973 Section 504, 29 U,S,C, S 794 usA PatriotAct0f 2001 18 U.S.C. $ 175-172c ly'/histleblower Protection Act 10 U.S.C. $ 2409, 41US,C. 4712, and 10 U.S,C. 52324,41 U.S,C. S $ 4304 and 4310 53 Federal Register 8034 Rule Chapters 27p-6,27P-11, and 27P-19, Florida Administrative Code 4l 22) 23) 24J 25| 26) 27) Exhibit 1 Exhibit A ATTACHMENT E JUSTIFICATION OF ADVANCE PAYMENT SUB-RECIPIENT: lf you are requesting an advance, indicats same by checking the box below, l- I .\D1'..L\CE RIQIiESTED Advancepa}.u1cnt0ls-isreqrrestc.d,BuIatrcc-ofp:rynurrtslvillbetrrndu'ot.tirreirrtbursententbasis,These ftrncls are ieede.l tn pa-r siiflililr.l lr..'lefits kl cousunters. for the purchase stilrt'tlp supptir-'s and equipment' ThC sub-recipient,"voulcl nLlt bc gble tLl operflte lhe progrlur rtithtrut this adl'nnce. lf you are requesting an advance, complete the foltowing chart and line itern justification below EsrlrvlAJEE-EXe EN9ES BU ET IT (list applicable line ltems) @uies for First Thres Mlonths (90 daye of Funding Agreement ADfuIINISTRATIVE COSIS (lnclude Secondary Administration,) PROGRA|\il EXPENSES TOTAL EXFENSES LtNE lTEfu,l JU,$IlFlCAIlqN (For sach line itern, provide a detailed jurtification explaining the need for the cash "dG.dfi. jGtiflicatlon nxlstiniluOe supportin'g documentation tirat clearly shows the a<lvance will be expended *itrtin 6tu first nirrety (g0) d;t; of tt''ro Funoing Agrlement term. Supporting.documentation should include quotos for il;;h"*r, detivery'timeiined, satary anO exfenJe.projections, etc.-to provide the Division reasonable and necessary ;;ililih;t the advance *ifi'f" **ernUeO riritnin tn9 drsl ninety (90) ciays of the Funding Agreement term, Anv i,lubn"" funds not expenCea witnin tlre first ninety (90) days of the contract term shall be returned to the Divlsion cirr,i*r, 2b5E shumard oak Boulevard, Tailahasbee, Ftotiua lzgsg, within thirty (30) days of receipt' along with any interest earnsd on the advance)- 42 Exhibit 1 Exhibit A ATTACHMENT F U/ARRANTIES AND REPRESENTATIONS The sub-Recipient shall ha're its offices open for business, wilh the entrance door o pen to the public, and at least one employee on site, from Mandlrr la Frldav from 8em lo 5om financiaI Mandqgment The sub-Recipient's flnanclal management system must comply with z c,F,R, sz00 3oz. Prgq!rqmgnts Any procurement undertaken with funds authorized by this Agreement must comply with the requirements of Z C.F.R. $200, Pad D-Post Federal Award Requirements-Procurement $tandards (Z C,f,R. SS200,317 through A00.326). Qgdgs of conduct, The $ub-Recipient shall mainlain written standards of conduct governing the perfornance of its employees engaged in the award and administration of contracts. No ernployee, olficor, or agent shall parilclpate ln the seteic$on, a*ard, or administration of a contract supported by public grant funds if a real or apparent conflict of jnterest would be involved, Such a conflict would adse when the employee, officer, or agent, eny member of his or her immediate family, hls or her parlner, or an organization which ernploys or is about to employ any of the pafties lndicatod, has a financial or other intere$t in the ftrrn selected for an award. The officers, employees and agents of the Sub-Recipient shall neither solicit nor accept gratuities, fa,rors, or anything of monetary value lrorn contractors or parties to subcontracts. The standards of conduct shall provlde for disciplinary actions to be applied for violaiions of lhe standarCs by officers, employees, or agents of lhs Sub.Recipient, Eueiness Hourr-g Llcensing And Pernlllins All sullcontractors or employees hired hy the Sub-Recipient shail have all current licenses and permits required for all of the particularwork for which they are hired by the Sub-Recipient, 43 Exhibit 1 Exhibit A ATTACHMENT G Debarment, Suspenslon, lnetlglbility And Voluntary Excluelon Subcontractor Covered Transactions (1)TheprospectivesubconttactorofthesUb-Recipient,-,certifies,by submission of this documeni, that neitlrer it nor its prinoipals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excludecl frorn participatlon in thls transaction by any Federal department or agency. (2)\^Jhere the Sub-Recipient's subcontractor is unable to certify to the above statement, the prospective subcontractor shall attach an explanation to this form, SUBCONTRACTOR: By Signature Sub-Recipient's Narne Name and fiile FDEM Contract Number Street Address Proiect Number City, State, Zip Date 44 Exhibit 1 All of the instructions, guidance, limitations, and other conclitioos set forth in the Fy 201g Notice of Fundingopportunity (NOFO) for this program are incorporated here by reference in the terms and conditions of your award.All Sub-Recipients rnust comply with any such requirements set Fo,'th in the program NOFO. All sttb-Recipients who receive awards made under programs that prohibit supplanting by law rnust ensure lratFederal funds do not replace (supplant) funds that havoieen ouJgiitJo roi trre'same p'rrpoi" tniougn non-reoerats0urces, All sub-Rocipients must acknowfedge their use o.l'federal funding.when issuing statements, press releases, requestsfor proposals, Hd lnvitations, and other documents describing pr;lects orl*grams funded in whole or in part withFederal funds. Any cost allocable to aplrtlcular Federal.award provided for in 2 C.F,R, pan 200, subpar.t E rhay not be charged toother Federal a',vards to 0vercome fund deflcieniies.. to avoid restiiitions imposed by Federal statutes, regulations, orterms and conditions olthe Federal awards, or for other reasons. Howe'rer,'this prohioition wourJ noiprecruoe a$ub'Recipienl from shifting costs that are allowable under two or more reuerat awarcls in accordance witn existingFederal statutes, regulations, or the lerms and conditions of lhe Federal award $ub-Recipionts are required to comply with the requirements set forth in the government-wicle Award Term regardingthe system forAward l\,lanagement and Universal ldentifierRequirements located at 2 C.F.R, part 2s, AppendixA,the full te.vt ol which Jncorporated here by reference in the terms rnJ "onjitionr of your awarJ, All sub-Recipients rnust acknowfedge and agree to comply with applicable provisions governing DHS access torecords, accounts, information, facililies, and staff. .! . syb'ngcipient rnust c€operate with any compliance review or compliant investigation conducted by the Stat6Administrative Agency or DHS. 2 sub'Recipient will give the State Administrative Agency, DHS or through any authorized represen{ative, accessto and the righl to examine and copy records, accounti, ani books, papers] or dicuments r€lat;d to ih; grant 3' $ub"Recipient filust subrrlit tirnely, complete, and accurate repod$ to the FDEtvl and maintain appropriate backupdocumentation to support reporls, Sub-Recipients should also .olnplv wiff *ri other special r"p"rfir-gi a;tu collectjonand evaluation requirements, as prescribes by law or detailed in progiam guidance. 4' lf' during the past thj.99,yg?l::,the sub-Recipient has been accuseclof discrimination on the grounds of race,color,.national origin (including-limited English proficiency), $ex, age, dioability, religion, orfarniliaistatus, the sub-Recipient must provide a liet of all su_ch proceedings, p-e.nqing or cimpteteo, i'ncluoing outcomaanJ copli, orsettlsment agreements to FDEtul for fonvarding to tne nHs aivarding brRce ano 1l" nr-lS Connp;;u;;"" - 5' ln the event a Federal or stata coud or Fecieral or State administrative agency makes a flnding of discriminationafter a due process hearing:!]li? qo,.l1gs 0f race, color, religlon, nationat oiigtn, sex, oroisauliitiagainst a sub-Recipient of funds. the Sub-Recipieot wiil forward a copy of ttrj nn;in; ; il;o"rfi"; r"i Cirit Rtghi; dffice of JusticePrograms. 6. Sub-Recipient will acknowiedge lheir use of federal funding when issuing statements, pr€es roleases, andreque$ts for proposals, bid invitations, and other documents deicribing proleit* or programs funded ln whole or lnpart with Federal funds. 7 ' Sub'Recipiont will establish safeguards to prohibii employees frorn using their positions for a purpose that is orgives the appearanc€ of being motlvated bya desire Forprivaie gain fortlrernsetvedorotn"rs, p.rfiCubirvtnore*itn whom they have famiiy, business, or other ties. B' suh-Recipient who receives awards made under programs that provide emergency communications equipmentand its related aclivilies mustcomply with SAFEcolvt Guiiance for emergency c.immuni.aiio;'C;;;i-; inctudingprovisions on technical standards that ensure and enhance interoperableiommunicatlons. Exhibit A ATTACHMENT H SIATEMENT OF ASSURANCES 45 Exhibit 1 9. Sub-Recipient will ensure that lhe facilities under its ownership. loase or supervision which shall be utilized in theaccomplishment ol the project are not listed on the Environrnental 'Protection A-rlency's (EFA) list of Violating Facilitiesand that it will notifli lhe Federal grantor agency ol he receipt of any communicitiontro]n yrrj Oirector oi ihe epAoffice of Federal Activities indicating that a facility to be used in the project is under consideration for listing by theEPA, i 10. lf/hen original or replacement eqrripment acquired uncer this award by the Sub-Recipient is no longer needed forthe original project or program or lor other activities curontly or previously supported by OHS/FEfuIA, ydu mustrequest inslructions from FDEtul to make proper dlsposition br m'e equipment 'pirrsuant [o 2 C. F.R. Seition 200,31 3. Exhibit A 46 Exhibit 1 ATTACI.IMENT I MANDATORY CONTRAC| PROVISIONS Any contracl or subcontract funded by this Agreement must conlain the appticeble provisions ouilined in Appendix llto?c.F'R.Pad200. ltistheresponsibiiltyoithesub-Recipienttorncruoliinerequlreprovisions, TheDivtsionprovides the following list of sampte provisions that rnay Uo'requirect: Exhibit A 47 Exhibit'1 O&lB euldqnce - . i)._ llrrtt.:.-llri:r)r .\ :t. .u rm,rn.l,.."l , l0 U..$.C,jl I l. :11 l:1,.'d'!I..r 1 :.,,1,f, :rr,l trt I.n,l.r, r; l",iair;l,'(:,il.r : !,rfl . {; : !tr:lr.il Lit: !1., I,f rt, 1l+[ rull :,f ].:1.!:;l 0:{.',i,i'; oi !1.}.o iiir.trl.rl b:r n*n-!.n,ll,r1lnn'-:'.l.ri :nai'" ln, iu.lt] .l Ut..:1'1.': :n rr c,rrr.:ili,:rn,J'. \r't.h ,:ii fjrTl..LPn.:oI .\ lt ll., L. i.f!il:..lili. rt'l l]lri..:t1 14 .u;'1;:;;1.,11ep.i,.1 lgI.nj{ttt-:rr,.rnl. oi l.,r::': | :'..*.t:,t:i:rn.: rlL C!.1.1P(', t. I-r!,r1 .t1.,.',1...',t.; Irr')vi.t.:ru .tptrli-.'.ll:.i.-r .1,.\ C1';:l:1.e, r,s C,Jv.rrln- Fll!,,11;1.a ,ri1-n,rn!l,l .u',' I .d,;;1,;tdl Cr:[-iil'{1,]tii}n t. fn ir:-:rrr I.rX-rr wlqh Dh,r Jt,t.1il',n. ;{ln(t,:I(:t.)t-3 mlt.tl;Dt f'J(iil::"]il iil piti' w}i,nt:i r..O lJlnrrrtl .fxrl m,J- Exhibit A 195 48 Pr.200, App. il m.r ri.,ilari ; rr tf ..i jl,ij or-.!l :t.rrl :,7 .ria: :l ).r1.) rtLlh opilD ;n.rikrr., fr. !1)n:f,u-,.ir; l',Jf ir:rit..trlr,I,r'-l.rn tt. !.I It,inlr--,lr,D .)t' Inali::rarIr.,1 ,.rFt iltJh:J 'a Ii)rjnit,in.i !t,r.l,r l-'rJ,!r rf,)lri::,r..1: i)r .r,l,-{,nr.ilrii. Ii l.ll,} F,!lrl.}: 1.f,.t}.j 11.5rrr; '|' ,r l.,t'llr: -,1!n ni fix.li rii trgt),rtt.,t'l I , [:xl.'r J- Cl.-:i I lrjl ,l :]. .rn,l ih"i rr( ti:t;l:: cr .!'Jl:f .r: I ii..tn r- T1 jbr_l.a :p nn a{lt Lll 30 .1 itcnf,r:ri: (.*l'.h r jtnrtjl iujl:1d$s drlrt of i:06Froil.., ql-J:t- nlt'^r:1.)ll trcrr,ltnf !h,r :rulBt,:.Itt,]n {l p;rr-tl,,$. u:;,gantJIi. or. psr.forilt.trl.:o o{ o.vp,rrt_m$nr.rl, {I,)v'lldprncnrJl or r,+l;ttr:}r, ri,rrkunq\)r th.rt "llndllr{ r-fr}.rm,rn.,." tho I'Bctpr.rn{ ol. sU}ruu!pt.}fl1 lil(ljt eon:ul.'r wll_h ild i,}-..lull'enrenc,e l'f ji CFR p:rft t$I, -Rl*lth.! tr| It-Tdtillcn.J ll.kh' bf Iorrprofir Orl,rnr+i.lJn;3DJ Snlil I Uu;!lnLl$t l..lrilJ Utr{ldf Odvorx-mrlli QpS,rtj;, Con:r:lct; .r4rl CooF:tr;.t,,.e .l J!'?$n)+tll r.:i- " tnd itll_? ln: D t,rhllsnrtn rl riqulrt-u1'!ni litutirt b:r ib{ iltvor:lt$g .r{nD,l,t-iC, Cl,un .{:r -t.)r, / lii f .S.C. i t{rt .iril,r. r ;rn.lr"lld F.J(l,,r:t; 1{'lt,,i!t Fri;uil,ln (,'olrrol .i.:t r3!u.,i.r:. I jlrl . l l& 1, r.i rlro?rrdr;il...ccllI :i:tci;J J[.13rL(rxitr:.t it' ru(r,.tltr-i ln ttLort.' 0l Nli0.t(\im'J.jt con:Jt9 I prov:;ik)n cb.rE $.lulrqu iltrnr)D.Fr{lilra: trri.l tJ l$'Jii ln conltl.T wi:;hrij Jppllcirblr: n-rtnrLrr'ls. or,l,rLr or"' ia'{',ri;lh)nr Liiu+rl purruitnL tu ih.] Clrirn ,[lr A,:cr lli L.s,{'. ;tr.}t 'll,.:lJtJ .rn,.l ti,r,r }'*rJ.:rel \}'ii+i Pgl}:r:;lrln C!)trr:ill ilt -u :l.D{lrdd,l t3:} Lt-$.C,llti-IilU:j, Vl'rl,rli'|n1 mU,ii. br ro1;<rrotl it r.lr,itr'r,lnfr: rivarllt){ ir{-n.:? rn.[ lhd ftrgt)tr.r:fliflr:n al' thrt f,lnrtrcnF.rJntJl lrroi;.:clr)n,{rsni:r r tr:l}.i. r. . rIl, ll"t$*u.,!r,:i :lLin,l.Lr:l.r rI:! F)il.:trs rir.;.r3tt{ 'i} {tifl,llT {tl:i:t+ni.l. ,A'hh.h Ir+ f Cr. '-,i.1:t'\t ln ;,ho 3:.r:,r {n,lr,,!r (iorE.irJ t:1.Jn Di3:r:l:rrr,I tn J(rrrfrlttu{:J rt:,h tln En{r.j.r F,jil jt ilrt,l Cr.'na:17111.rn A{u ( tX t:.$.C. S]il.," r I D':lj.rJ.n]dnt :ul I Su.:fts)n.;tilo \t]r;,.:u'rl!rOrhrr:I.. l:{.{tl tnll l:UAg!".-_{ concr.r,:c rrltrli,nrr ! (!rR l0tr.I[t] inuril nr:c b* ar.r,l* ar nii. Et,sr lh.;e{J olr r.h* g4';q;IulnniN:il.d [:.rilu.l.rrll':u'tl'r,i l.t.ic. S.'r'.ir+m ln r,:rn S.yst;dni iod jii,irj !t.rx.lJ !tn,.r!l:, i s,t-u r, lt! ;t{uor,r.ucD sl th ilrdO!l.U f:il,lelrnr)r tc 9 Ct R r{t DhnL lltlpldm(!or, Etr.:,iu'.1?'! Or|l.lrr il5l0 !3 CFR Fil.: f ilrjCrlnlp . p. !r0: l:r,.1 ftlB{t r'l CFlt parr tgrlr}q?mt , p X15,. 'l]nhiryl:sns.1lld Sur)pADtldrr,', Tlr,r Erclu,{erl Pui!":rs f-l:ii Srtf...rrr ln !i.-tr.UrrJhfJ.'tui ti$ rit.'n,!s rf p;rril,is rl{iliirrrtrl. iu.;- Frrnllrrl. ol. o(hqtf"v:;iil l.\..il..lrt$d b? ,l*rrlr1,:s. :t.iwnll|.: p\uillr$ {t*.;l|te4 llrtrllf:bag ll$ddr ,il;rt- U:utV ':1r tErgulrt(rf? ^til;[']elri O(br?r [R.rt Er_ t,iU :,?tt Ot.l,-?r l:}. {fl.rJ, E.?r:!l .lnil-L,lbb..jtr{ ,lniellr}ri}ul; i tl S-..3.C, l31J;.-Con[r*drr]l1i Ch.rt irpl]ly ,)r bjJ. {Ul' .14 .1-ra 1 Oa siJU.iltl) 0f n:oril riiil;l: til,r r.h,rro'I'J:r$l i:Q!.ilJ)r.ilton, lllch rtdr corillltd$ tDth.t tr,rr :lhoYa thil0 tt 'rlll noi xnd hlJ not, a.Xrll l'i1d!:r:ti ilpFrrprtrc^rrl fro&r h) p.r.v xflt' lxlt:t{rn of ot,{anl.2jti;tsn tol: lnfl;tdttcfitq or,ri-krn:Stlug hr tol'lirandd ifi on'lu*r or snph)] ,!tsl -ln'r tzin+r, r monrlxrr ol C,:nqrta$, Sil.h:lrrlt rmFlo.t'*r $f f.tnill.ilis, ct rr ,tmpio.,,..ro of r mumbetr ol eongt.il;q ln tAnn.1,:fl,)h wlt;h ob-("tin:n|:l JI.V Fr:l']f:rl 'jsht.f&jt. trrarnI D!.;tjl? tluiltri .ti I r:rr-tJ ,.x, l,L..l tl.Lir ihd prf?:ri;it:gk rs{$ Jli!,:t:1c,1 l:l r s:r*{ rl,rtaimln:tqt0iint,t'li l)'/ chr S*r:r.4i,rrr. ,)f l-.rl1rr [n ,t,hl::rrtn.JnGrrl,.'tart,nrlji.; ts rttltlrfr.l tn prf ryr{osDrJ',;]*.i Ci:.ln dn,.rl r iv.!,ir. t'h,l a.]n-Fod,rril:dli:J'..'t lltit:;1 pl.uo.1 gpp'.. oi Lhu criirjnt,'rn,,i-?ll:..,rJ F:ijl l,"t-il:llitll:!,)rl Ijirrr],.i. b7 Lh, r.r)-tsr.ilr.i,!n: Oi i-'rict ln !;1.:lr ;/tl.trtll.i,:n. T:r,).1,:.:l,ilr!tr t.i) "r;v:!f.l i ,:rll;:ttr.jI lf ,rut:ettiign,li 3J i::l fl-r \:+n'ttl;lrrnil [ 0,)E . a.! ;t..i(] ilFtiulr_.$ ()r, "li r.L r | .l nr-rt.rr,.: t.r :t * ri. r'rr,r n,t n, irj.i,,rii' *ri.9::? f,llr.ii. r.tFr:ri 3_l[_ ;il.l]rc'-xl cr rnpda.t.]dr:di.r'_tol:r.r t.ir ih,r F',!li.rxl :r:v.rr.l:rlg r,trn,:p. T:'.!-r .ior:t r.r,i l.J tr'}il;;L,r- :xr I n,. J r.l,r r' pr,xir.,t,inl'rr ,:r.e':T i:,t:t-:n *::t u h,) tilrF.r:,lnJ .;-{iii- .\1,:k'iJ.:if -1.:t i lf, l,' S.(l. i: lii,. .t.; illpLlt,)_r:,.rc r,Il b_a [q: ir:t tii:l{n t r:f I-.rlur r,:{ :t j,t il:f r,r,:'ri Cpn Flrit J. .('rn:r.i.ir,;t,.r s:l(l $,tb-::.,t:tr.r:t-"t.; in Frtri:,. Ilr:ll,l:n.J r)f lruLil.i\l"irr il'1::.t]lL,r,l lr !A h':1,' i)r l:t p.il.r b? I_d.ir-i0r Orxilli. rlo:11 Gh't fil:"1([ $r^r:"!j ,, .lh.] A,Jt!:l,lv!,ft,d tii.i,ri- \'r,..It .:,rItl.]t.jtnr ai- rutl.t u !iJi.rD' il::t_r., l:,' Dt.)hlll:,rl Jr,in! t:rl,.l, t.ril:! t:1." r:i,:,ri'.j. tn1 tr:f.r\U dHFi,:",ld ln f,I,),wt:Jt.rti:j,..n. .:,lni?lr!i::Dn. 1r I4L1a:r oi FuLl: jxnr'{. tr r:...tt ul} .t;\y p;rrt ..:f rlt+ .:onri+ni.. r,:.,f1 l..r wlj,'h lr,r,rr :iho ta,),.)Jfryiril ;rni;lzl,rrl.'l'I".d :tdn-['.]Unr.e; ;rn:ltt rnuri tsF]f: ti: iut_p:r:tr4 OI r.t!{:r,:,.r{ f:;:l,ril,-ro.: ro lhe FJrt{rlr;:riv rrj:rlt .i.3'1n,. :r. 'ir fi:ni.,l':r.:!: \1 .rrk Ii rrll r itn,l t.ti{tv$'^rn.:.rr.L; .\rr { l0 L:.*.[.. f,.+:-i};,)U,. ',r.fi;ii$D?ll6dbir, ail ,$Il.rrr:tri ew:rr.l+,i bf ahe utiif-!'i{l{:11: {r:iiir !:t {r_..:ri:.! 0f i:.)r)-0(t .i,hai, t;.Tr l'iq r-l:(r .rr:'i lj lo r :r:,tnc jf fi : il: h,tiJ:.rs oi !l tl,x. Jr'; -n:Iirir- I nr:l .l lf .t pt.1)Vl:il,JA ii)t i$mLrli:rnco.rf..:rt to L';i.g. J:'t:: ri. I l:(il. 1..j j(!pcl.Jlt|1l:(r\l h: fr+s.tr:ni.:r:r of Ln0r)r :,ql:r:.fji* r:10 Fili['r.ri 3.. L'n,|,]t lC U.$.C. ini:j nl t.I+) .1.:t. .1.*iiir:r)l:tr1r:ttr ntll;i4 bd f,rl't:fqr.l l.J u0n]Du h-r ii,]l{.#.rJ?:; of {r,I't tr:rici"r;lit s:I!! l;rlrjr+i on i!!:}L.,L:t; of x s:;rn'!irrL rcr'! w.r.rlc ol |0 h;d[. 1l Jf :( 1I: ,t-\ :.t:iii 'r I' th+ ;.un,l.rrl v,rrk ir*k t.i !|:r*Lt.t.rf.,l,, pr.rriJ€{l []Irfi thB tirfkdr tJ f(rth- E r!:,ir:"!-! J:, j l.tt--r ei n,)t. idriri tllrl) [n,r ru(l Jh.tir' ti;llit i,ir.f bir.J,i fti.t ,tf p:ri ftir r:: h,Juf i{'rf k.!,.1 tn {"q{:flJ$ ai 10 hsurs ln ,.bd w.Jikw,:rrlr. '[.]d r{trri:.}tr:rini::i ot lcl U.g.C, il:Of iilti.:]ll.:rt.i"r ini,;{rn::rrf,(.rl,rn rrrk ;rl,I Drnv:rhr:l.r: nd i-rl.{il r!. nt ryli".h,rlllr mUit't{r r;- 1r!:t'qJ tt e.jrlC lJ! suttrst,ltnq-t * undrrti{erk'.t:q gonrli:"ir:n.: \r!r.I ti,],,t;1,.:it$l :tJ.? h,r.,-l;'{,.r r.i ot l-rnJ.}aru.'i. Th,,rc} r$l rrlr,r rDrrntii 1., n,)t :rl;tlr to r:.1.r pu.l'.:h,L!l:t ol iui:pll.u f1; Exhibit 1 Pr. 200, App. il rr.lr,,r. r? L'.1 i,Jl.?ti!,.i br 3l r-.. J c lal..l, l:nilrai.rr mu:t. .r:.!t .ll.r,-1,]:nt ,uir l,)li:.r:ij il;::t $,rn-!1..1,1,lr.tl 0rnrl^: t]r.r; uir.!;i ol.ri,* tr Jan-:l' ' r lr:n x':: h ,i f r--!:;lxJ tn" F _;.1.,r1. .rx u. i,s.i tl ,r:_t:lrr:l_li.J.i itc fcr*rl.l..d l})nI ,,lrr hri:nr IF t.r i,llr I{rn-Fr,!,}f1: -rvr:.!. , s' .t.u i ltl J.llj Prl:i:[j. inr.rn .,,1t' rr,-.or"rrr,l mtr,rr':.ri-;. .\ pi''i.r-Jrx I Ii 'i'o P.r:r.l .ltitl.*l.r:irnric,:,tl.'*'\; {r.rsls lt[ri'.Tr:r:.\.r:cs .r-.t:r .{ r.SntNlf :::ia. .{ sD R.\.ru t,r:'ru;lvl :i,r_ T',ir)ti !.utt L\.*lH";r:r).vg 0$- li16Bli:iL llilrr"r':.r0N ( IIIlli , ,{. Ct:.',F:n,ll, 1'l1l,i r,p p,:lr-l::r' prxvl !1,'.t .r! ;ri: J f(!r kl,:U i;t -rYln{ rlt.l cr,nlFriilng lIl{ltrn,:i, ror tn.llt?,jt['.t-t,, r.l :rr; r: fi iJ r r :n.;1., :u itrtC.1i,. tn ll:,,]Lt. lr:i_l, .l,r:;t.; ur thurar rl.rt :t{-l lL,:,Jf:,,Jrl fnr;a.ilnnlr-1n,i!' j(:l :' t r)h irr:r t r.i..; rn,J .uirt',.:r'rrrt ..'ii;]1,t t !i-1 l jr;:'. j:!rrl r,rl.ll itr ;u..1 3?,it:1i ..1,. ?'ffl::r I r"lt':,l,iL:-tf Jrnn,i{r4,1 pf.rin{ .,. rn In--ilr,.iiIIL,!:l: .t,.1l',iitr. or .ri:-i d(h.rr }:-ir,i1{l_l.:.'J:lj; ti'"lY::.;. jrtd jii!:it.r(itn H.l. Fad:)1.li:l '}i l'j.1,:::.1.i xt t .\ ln:t:lliri.xi.i.)r, f,,.r J 11.1,:r.1,:Li..r:1 ti t;:.i d{lnt:,}L,:a,; li lr.tli,r,.i . l&.1 r ruri:.i:. J. .lI ;;.-rr /;:r.rr,.'l:r; n.r t i ;rr /*sr i : r..irr,r i{', j'rr ; lt' ! i .i:Jt.j t,i r-. l.,il..l:IX j}r. I f ..].;riil. I h. at jlJt' .;i.,trD..jdtn(l Jcr:?:Lhl:: l::.J tij:,.,t i:;:r.iitt.tl ]t3: t,:tl?l:i-r.:r tj :l.rrliritr,i :n t;I:i +ill.,irlI l1.i'.tai.i,i4 lnii.r:);-, ',h.t 'i,,1..:h.!tg fi:,!1i:t::t:t,ri l,r1ti't :i,t,i of .u ln.:i.: ;il :!in. Er.:o1lir.r i).;r,.ti':li !:rJtlil:if .l.i pt,ji.l,Il,t lU iUi)_i,'.:l",lt l). ..1:j t;,:rr: lt:,]l:t,trr:; r:: t..t;l.rh:nr.l:([ '-rt j:l : nf .1,;f l'i: :i.!.t.'rh+r*l;pt ii3i :ria oil*ctdicr' ;r.ltl:.J rr;,1'1rl a ili*:.?4 cf i:+r:;r:..t,:,r oi4n I ll4r,..Jtrrll: Ujt.;ri. t[rl wl+rllor tl$v ,}lrorfj.,r!'J tl:r.;u.'5 r2u:il,tt .1(j:r,ldn:1,., rtr,prl;1'al€fii,: tr -$F;1,-.tiir '-L.,':JiL'1.u. jii.:h ij I :jum_ mrrr i:li'.rl; J)rl^;l,lD tr: .rr il,t;lnril,Jn dll1;1611,,l:i..r i!)r:Ji l.'rcrl pis? of uht,: n:.r;r:l fa:ri:{ioillfa'ltFr[::lt:\:liJl r:rri*i]i.JIt. .tj:rl. th4rn.u:l:c.l :o. uxl?4r j! :,i terie.J,I..t il, I I , .tt,rrn.r'vid t.'l,t/ttrr.:"it'! if'!,J lfilrt;nd G1.!.Ui.i rF, ! :t :: 1: l:Li i :,i{ i : :in,1l s r Itx lil:.t:{ l.rti,,,,: i:r. d5-iti:l Lilti,l I i._{? tr (..,:e!istxi:^,)r cot}?rrr!:li..Jtitt!orn.!,1t. I,tol pui'p(1,3o..i or. c$* ,:jort pt:o- ;tU:.r:r. thl,i l.:Ll,r:r..r r.u.r hr eorr;l,bt?,l ,r nl.I;()y fuxiri+x ,!v+n i,ltctj{h Jl1 tn jti:xilDn 1l.rjr]u3:itL: !;i.!il:.in*ttr'- !r.,t! tn,jiu(lJ l[ tX rit,J t E:if.F.:ci,Dn lunc't toI. ; I i f-r.'11,,.11,>'r,-r,i r,lrcuzl |rii:.I:.trl ft),,j-t.-U,:h,.ldi'.r;rlFlr:rrili IlJ I'jbdljrl,'i,i.l?ly('"i,rs th.lell .! [,jrt 0tj:t:r:5!d t,]!il.]l-ih r:'l,l- :.J[.r*r ; rlrh :li 7. .t.tt nilt t{lttl.:1.:"11 ), h{rl{ 1f ,al la,l -L..iilr.::t lt,.l fiir l.rtFn i,!l;1,rnt.ri t.rsri"ri.:h ir:,r, FUr"'*v15,19 df til!s do/ium\rr]t, ts nof, r€EJtJf iqdL;.1 lr-rirr l,.in{li'rn. Lur..t.i } !jx.!, ol t}p t:l-iil'lt,r if')il r\i rir fl ,.111 0f trt* I :lj:,i : ;t :1,)r1,b trririrll:trj t.:,JpJrr:rt n:i!.l.ru .l:l lG-l;i,r1irJli.rn.l,l.rv.t iDp$lr't t, .tdil i'lri,rl; of .r c ir"*t ltulio n t h.t :. .ll ., Jrlli.-ti1r.+lir brr,!,t,1 t+l ;Ilil t, :c{.,uBi.1dfcr ll i!t(:l'.ldri$: Exhibit A 1S6 2 CrR Ch. lt (t-l-t4 Edtfion) tl, str,)njl]r.d t{r,tu:i,'/r mt)ititri .r;.: tot.l,tl,lnrnrl ,l"r thl:ttr:ti. .1:t:ttt,-irrs th.ri. .trq ;[4n.:ors,i t'!. F,\l,irll,lttl nun^FB(timt .r.a!n{lds ,tn.l 0f?.r:11:t,1ii'iu.t. 'l'h: j tdrtt |n!.1.J,,1,-1:; t;ii.J:. clns Lt,i,)i'ftu;J lhrr trt:Iln{ 9f lnil,?trlrj.l;r !nflo+rr::b blaIl: llrr$ rL'cnt:1onlr illi;,1 1." i,r.li.,_ h i.Hl:H.'l J :r'hcr-: sulh r,-u"t fl {$ .Jq i i lJ,: i,rr, jitn:,.| f-r.Jlll::l.rn Ij rf.h,lr folk.ar,;h ,g..J .l,n ?;; )Fm.tn; titt"1r":.]J rt.l rh.rrg ju.:11 JJtlit. ri":s Ir r I,Jl llr',ir.l,rl it trhd t$rrirttl,)!: fnn{. !t0n-rJ: ('1;1u71,t r.tJ$)rai t:!-.rn.i rii fqs,::trlhJnl Jd'l;tiri-9nrln! i,"'ti,,.!iltrs ihtt i,r9 $dg'.1-r:r:nl? lluJgiL,rl tltl t.iuoun.rr(l ior b,l Lhd lrl. ;iil i.u i;;r)fl u $rr.tf .in l rr.rrr;ri xtT.li13)l dn {r{ tr-iil:u :I6nJl tlullhi. l'n:.t,!t-il it r'}J.r.lr,:h. Jfi.pU:''r:iri 0l tlllr rl0{:U.n+tnt:. turi.,lc hrl illhl-hl1,r(l w.lirl gp,)n:;t)lod fnroitr,jll un(l,rr bh{ fiii.,:il.1n {f rltlr.D!,uird titie:ul.h. C. C)t/taf rfrlfarOd *:Ja9raj.,.9 .nrri\Ij prCrfrrll:;lsd pr,)ll)cLi illllncir,l by F,trlurxi i*rl :rLrn_I ;rl'}rrl "r;,1n,: l'-'l;,ltd,{rt!:rnlziticnt a I i.h 1"1.v0l?t i.b,r pilrx)tft*nr:rr oi iT,)r:( r{ilde [iurtl lr' riii'.I ri c: Dn I |'l, l.']lar.t i;:i!{l l..irsn,1ith., Dr,rn p l,rsof s[cl lrlgri.Tj .ltd ptri\rctj tr? hr.il:hirr?ir,:r) pl.Jt+riG xt.l conl)lxll:c. J0r.ncI DF].. i{:'ilrr!i. ll,1'.{ !v.rl. $'ltdn .t$tl 0d r,b$ric .1,:il,jtl.tir,l;! Und'rr:l;tlli bt lLA lD.;t:ltrf:Ofi lvitjrrirtr, 0U:{rl,!,J itiiF,",t,'1, t[r'? tnit.i' bO rlirisl!!td t*r o : h.lt' It-.:il'iil ;i ti&1,1 .t,: t i...1 l,!.rn. il. t)(/tr,t tt lut i. l !4ttdi it{...f r,.tji('x Rp.t.f"f ,f : I .r;. fi'i 1ihl; rir* :l:: I llii,Itil"l,tIl 0.I.] g[t ri)t tlu{,rir.:.Lton.'l"0rrf tiI,ln;rl nt:;Q:u"llt. u!yilt :z,iil rr. *,l,r.i':t:, "1:r' l .l :hr'r if.cniorrrrl .iii J ?i i iill. 3.i l,r, i:1..1..1 l:1',11:.J i\]'. ri,JD: ttrll :. :rr t i i'!.f -! ! .jill;c .i. - rjr?lil.rs trh'6iiildrl ln thjj lpu+n.li.-r ptn- f t'X i L' ts. I.lrt(: ti i]L::r i iun rxd r.$ig::nc t:r t'i a' lx-l!1"!cr. I iJi-.\' cc.lili: llrl 3F€cl.rilz(r.l serv lrio,i l,r,:tllr,t,l.; {!,Iilfl}d\l tn l:00.hi8 iprict,r;:art scrJlua rh(:t;tiln$ ot'bhtJ lhr{.. llt.rnpl.rs 0t' otb,.lr !asr: hu alclirl &]ti"it ilrr!!:lllirJ'r 0p'rr:rt:{rr o f trst,.l-:nce h+r}l-J. dlr:tnq[.li;i:, h.::.tpl'.j1.:.; ri1a| dlt:ri..fi . :ir.u{lrrn i url.1r:J. Itl (-1f?41 : 4{l.r( Lr s 6hld6l {s. boo kSi;oroS. facuhv h.Jtl:l):.1. .lt il..:rin:, aFl:'!nd'li,i, {.1!$t hoU.r$r:, 'jh.r lrl:-. th,)iri +f :. Itu li :ij nl it.n!unl.r. .r :rrl,r qltrr J I :li llx" .lri.'c I :,r:, y,1 c c,rr!: rl...r0.i- Tlr:rt l*r:: x! i tlo lrl.l.ld Itl,.::tlJ.Jr r;r.r rJr,Itt'i {_..icr{,)llc,$ Of l-rtt.rI.tlclj. !'o:;t":i of rht,;h ;rt4'.unJril,f'ril:i{'' ri)F,:lurri ll:rr,!i. [lhs! 0rheru!ia tr.!;;rt,r,,[ l5 rn r,?rr:1. J, (.nr*r:rr iqr Dtsff:artidr l. ,llilrH t4"idrd. tr bl;r! prlrtd<l for ,ltsrrtbu" il':n 0f lt,lrf l!j. rF*,\, c'lrttJ lii U:.t p4rto,l !l!.l!'tr{ sb!r.h ih$ dodirs rrs lr{jillr+,1, Ttl* b;r.;"r portr'l n*nlt.L::.y JItorrl,t sot:1,jt.l,l wl.,h thJ f!.n.'r) !itt ar;I.;!!llih,t!l l).v thd :x[tIt.rlr.:.Jtr.lill: In Ttr-y {rv,t!i Dh{ ba-r+ prtf iorl .r}roulif b4 in SrrlJr:t'tl t.j irt i"oltl tn{{ilrlr:rt:, lrt thJ dU.tflbui!,)0 at cnst:- h. ,\':ed. ktr {'0M Orr}lrl)tiLri. 'l'5u rJri-1rtll nl:.-jrrLtlit Dr' !h.l tn,!:!t{:i I F.t{ ) colr. 3l ldc:rilitn Prt'-'[5s l;i td,ll.rcrtbu:.t th,r tndlr0(i (F&.1, cosir lr*terll:r4l lo S€ctlon B. Iilnntif.j;rurtn,rril t,.i.;1.irltlrdnt 0f lnr!,.l.rtLt t!'g,I' c0sls. t,l 49 Exhibit 1 . ATTACHMENTJ MONITORING GUIDELINES Florida has enhanced slate and local capability ancl capacity to prevent, prepare and respond to terrori$tihreats since _1999 through_verious funding sources including feOerat grant flnds, The Florida Division of Fmergency tulanagement ( FDEtul) has a responsibilig to tradk and moiitor the status of grant activlty ancliterns purchased to ensure compliance with applicable grant guidance and statutory reguiations. Th'e monitoring process is designed to assess a $ub-Recipient agincy's cornpllance wilh aiplicable state and federal guidelines. tulonitoring is accomplished. utilieing various methods including clesk monitoring and on-site visits. There aretu/o pilmary areas rst/iewed durlng rnonitoring activities. finaricial and prograrimatic monitoring. Financialmonitoring is the review of records associated with the puruhase and dispisifion of property, pilects anJcontrscts, Prograrnmatic monitoring is the observation of equipment purchased, protoiotslnA otner associated records' Various levels of financlal and programmatic review may be accomplished during thisprocess. Desk monitoring is the review of projects, financial actlvity and technical asslstance between FDEM and th€ applicant via e-mail and tefephone. On-site monitoring aie actual visits to the Sub-Recipi"nt aje,nci& [yDivision representatives who examines records, procedures and equipment. FDE/!l may request additional monitoringiinformation 0f the actlvity, or lack lhereof, generates questions from the region, the sponsoring agency or FDEfvl leadership. The me$iod nf gathering this informati6n will be deterrnined on a case-by-case basis. Desk monitoring is_9n-01'O_9i19 plocess, . Sub-Recipients will be required to participate in desk top monitoring as determined by FDEIVI' This con{act will provide an opportunity to identify the need for lechnical assistance(TA) and/or a site visit if FDEtul determines that a Sub-Reclpient is having dlfflculty cornpleflng tfreir projeit, As difficulties/deficiencies are identified, the respective regfon or sponsoring agency will be notified by theprogr?rn offioe via email, lnformation will include the grant SuO"Recipient fren'cy n'ame, year anO pr6ject descrlption and the naturo of the Issue ln question, lViany of the issubs that-arise may neiesolved'at ihe regional or sponsoring agency level, lssues that require further TA will be referred lo FDEM ior assistance, Examples of TA include but are not limited to: Freeuency of ?nnllql monito{nq actlyilu Each year, FDEIVI will conduct monitoring based on a "Risk Assessment", The risk assessment tool is used tohelp in determining the priority of Sub-Recipients that shouid be reviewecl and the level of monitoring ihat-should bo performed, It is irnportant to note that aithough a given grant may be closeC, it js stjll subjict heither desk or on'site rnonitoring for a five (s) year peridd foliowing"closure.' Areas that will bg qlgmineC jnclude; . Managernent and administratjve procedures; Grant folder main tenance;r Equipmentaccountability and sub.hand receipt procedures; Prograrn for obsolescence;. Status of equipment purchases;. Status of training for purchased equipment;r Slatus and number of response lrainings conducted to include number trained; ' Slatus and number of oxercises;. Status of planning aotivity; Anticlpated projocted completion;r Difficulties encountered in completing projects;r Agency NIMS/lCS compliance documentation;. Equal Employment Opporlunity (EEO Status);. Procurement Pollcy Exhibit A I Equipment seloction or available vendors Eligibility of items or servlces 50 Exhibit 1 Exhibit A ' coordinatjon and partnership with other agencies within or outside the region or discipline. Recordkeeping. Reporljng Requirements. Documentation jn support of a Request for Reimbursement 9n-{ite M?nitofi n o protocoJ on'eite monitoring will be.conclucted by FDEfuI ordesignated personnel. on-site monitoring visits will bescheduled in advance with the sub-Re'cipient Age.ncy Foc a.i.ig"rt;;i; ilr granr agreernenr. subject matter :i1"*:5.t other agencies within ths region oistate may be rr'ir"J uion'io assist in rhe form of a pesr review on-site monitoring visits will begin with those sub-recipients that are cunenily spenclirrg and risks are idenlfiedand significant for that federal fiical year (FY 1B), site uiritr ;;y;; .iriiiriuo when geographicalyconvenient' There is a financial/progiammatic oti-site moniioii.ijri".-nrirlii, assist in the complerion of allrequked tasks. $lte Visit Pre_pararjon A monitoring notificalion letter wili be sent to the sub-R€cipient Agency point of contact (poc) ouflining thedate' time and purpose of the site visit before the planned arriuat iate.'rnl ,ppointr"n, should be confirmedwirh the sub-Rocipient in writing (emall ts accepta'orel an;;;;;i;;'iniril srant rotrter. The physical location ol any equipment located at an alternate site should be contirmed wlth a representativefrom that location and the address should be docurnented in rne gia;6igl;r before the site visit. Q+S ite Mon itori n q Vls_l! once FDEtul porsonnel have arrived at the site, FDEtul.personnel wlll explain the purpose of the site visit and l,HJ*tt FDEIII intencls to examine wi/l be identilleo, Alt ooiective* "r # rit" "i.it wilt be explained during this FDEfuI personnel will review all files and supporting documentation. once the supporting documentalion hasbeen re'rierved, a tour,rvisualispot inspection bt elripment wifi be conducted. Each item selected for revlew should bo visually insp.ected wherrever possible, Bigger items (computers,response vehicles, etc, ) should have an asset decal (inrormatjonlseriaj "i,ii u"O placed in a prominent locationon each piece of equipment-as per sub'Recipiont igency requirements. The serial nurnber should correspondwith the appropriate recelpi to^confirm purchase. pn-otograpni srrouio oe ta'ken of tne equipment (large capitalexpenditures in excess of $1,000. per iiem). lf an item 6 not uluiiroiu iu"j"gir"u durlng time of the site visit),the appropriate documeniation rnust be provided to account for thatparticular piece of equipment. other prograrnmatic issues can be discussed at this tirre, such as missing quart€rty roports, paymentvoucher/reirn bursernent, equipm ent, question s, etc. Post Monitorino Visit mEfrirtson6ffiill.ilview the on-site monitoring worksheets and backup documentation as a team anddiscuss the events of the on-site moniioring. within thirty (30) calendardays of the site visit, a post monitoring letter will be generatecl and sent to the sub.recipient explaining any issues and corrective acti'ons requtred or recornmendations. should no issues orfindings be identified, a Dost.monitoring lelter to that effedt wri# g"""r r*i'!io ,"nr to the sub,Recipiont, lfthere are no findings, the sub-Recipi-"r*iiisii,iiiia corrective.qitd;pi;; iuii-rrrn u timofranre as determinedby FDE['|' Noncornpliance on behalf of sub+eclpienl is resotveo oy aa..g*#rt under the terrns of the sub-Grant Agreement. ATTACHMENT K EHP GUIDELINES ENVIRONMENTAL PLANNING & HlsroRlc PRESERVATION (EHp) coMpL|ANCE GUt0ELINES The following types of proiects are to be submitted to FEfuIA for compliance review under Federal environmentalplanning and historic preservation (EHP) laws and requirements prfor to initiation of the project: 5l Exhibit 1 I New construction, lnstallation and Renovation, including but not limited to:: Emergency Operation Centers - Security Guard facilities: Equipment buildings (such as those accompanying communication towers)_- Waterside Structures (such as dock houses, piers, etc ) ' Placing a repeater andior other equipment on an existing tower ' Renovation of and modification to buildings and structures thal are 50 years old or olderr Any other construction or renovation efforts that change or expand the footprint oF a facility 0r structureincluding securlty enhancements to improve perirnetei security. Physical Security Enhancemente, including but not limited to: ; Lightingr Fencing; Closed-circuit television (CCTV) systerns: tulolion detection systems,- Barriers, doors, gates and related security enhancements ln addition, the erection of comrnunications towers that are included in a jurisdiction's interoperable communicetionsplan is allowed, subject to all.appllcable laws, regulations, and licensing provisions, Cornmunication io'""riro1ect*must be submitted to FEtulA for EHP teview, EHP DETERMINATION PROCESS :,rblll the.Final.Screenlng luerno to the sAA for reyielv prior to funds being expended, The SAA will review and notify tho Sub-Recipienl of its decision. inu g6ntii s'hould incorporate sufficienttime and resources inio the project planning proccss to accommodate-EHp requirernents. APPROVAL PROCESS TO FEMA Prepare a forrnalwritten Scope of Vl/ork with details ouilirred in the attached EHp ComplianceRequirerlents, The Final Scqeling ltlemo should be attached to all project information sent to the Grant programs Directorate (GPD) for an EHP regulatory cornpliance review. Complete the attached National Environmental Policy Act (NEPA) Compliance checklist. lrepare rnaps indicating the location(s) of proposed iroleit louioance iiroutouoi.Tal<e photographs of the localion(s) of proposed projbct'(Guidance p.oviaeoj Fonvard all documents to the SAA. Ail documents are tiren fonryarded to Gio olectronically via theCentralized Scheduling and lnformation Desk (CSID) at qs&csid@dhs,qov. cslD will send an email confirming receipt of ttre prolect oeffiii6il- FEfuIA Program Analyst sends notilication to SAAwhen review'is cornplete, SAA notifies Sub-Racipient ofFEIVIA's final docision. THE PROJECT tulAY BEGIN ONCE FINAL FEI/IA APPROVAL lS RECEIVED. Grantee shoutd incorporarosufficient tirne and resources into the project planning process to accommodate EHF requirements. ' .'-- Grantoes musi tecei're written approval from FElvlA irior to the use of grant funOs for pr6iect implernentation. il Exhibit A il, llr. IV vl. vil, VIII. tx, 52 Exhibit 1 Exhibit A ATIACHMENT I REiMBURSEMENT CHECKLIST PLANNlNQ I 1. Does the amount billed by consuttant add up correctly? f] 2, Has air approprrate documentation to denore hours worked been properly signed? t] 3 :_T :_"-1'.,. of all planning materials ancJ work product (e.g. nreeilng documents, copies of plans) beon included? {Note - if a meeting was helcj by Suo-Reciplent or contractoriconsultant of sub- Recipient, an agenda and signup sheets with meeting date musr be rncluded). tl 4' Has the invoice from consultanUcontractor been included? (Nore - gran( agreement mu$t bereferenced on the lnvoice.) 5, Has proof of payment been lncluded? Canceled check Eleclronic Funds Transfer (EFT) Confirmation creclit card staternent & payment to credit card company for that sratement 0. Has Attachrnent G (founcJ within Agreement wlth FDEI\,[) been eornpleted for thiscontractor/consultant and incluCed in the reimbursement package? Z' Has proof of purchase methodology been included? Please see Form 5 of Reporting Fornts orPurchashry Basics Attachment if fut-ther clarity ts neeclecl, ::1*-_.__ Sole Source (approved by FDEIVI for purchaoes exceeding $2S,000)*Vendor//lvlanufacturer justification lettor is required $tate Contract (page showing contraci #, price list) Competitive bid results congultrntrlc.gntrrgtoi* fNot",..thlg roori*r to-Qontr?.to^ rrso bilr"d und"g.,: oroen,igJion,l tf tl TR,AINING--E- r tl 1, ls the course DHS approved? 2. ls there a coLrrEe or catalog number? lf not, has FDEIII approved the non-DHS training? 3, Have Sign-ln Sheets, Rosters and Agenda been provided? 4 lf billing lor overtlme and/or backfll, has documentation boen provided that lists aftendee names, department, # of hours sp€nt at kaining, hourly rate and total amountpaid to each attendeo? Har,'e docurnentation from entity's financial system been providecl as proof attendees werepaid? For backfill, has a clear delineation/cross reference been provided showing who was backfllling who? 5' Have the names on the sign'in sheets been cross-referenced with the names of the individuals forwhom training reimbursement costs are being sought? 6' Have any expendihrres occurred in support of the training such as printing coste, costs related toadministering the training, planning, scheduling, facilities, malerials and supplies, reproduction ofmaterials, and equipment? rf so, receipts and proof of paym'nt must be submitted. Canceled check Electronic Funds Transfer (EFT) Confirmation 53 Exhibit 1 Exhibit A c.edit card statement & payment to credit carcl company for that statement Has proof of purchase methodclogy been inciudecJ? piease see Form 5 of Reporting Forms orPurchasing Basics Attachment if fur-ther clarity is needed. ::-___: S.ole Source (approvecl by FDEM for purchases exceeding $2b,000) .Vendor /tuIanufactu rer justification letter is req uked State Contracl (page showing contract #, price list) Competitive bid rosults Has documentation been provided on the purposelobjectives of the exercise? Situation lVlanual Exerclse Plan 6X6RC/Ss--Lr- tf n 2. lf exercise has been conclucted are the lollowing included After-action report Sign.in sheets Agenda Rosters 3 Jf billing for overtime and backfill, has a spreadsheet been provided that llsts att6ndee names,department, # of hours spent et exercise, hourry rate and totai paid to each attondee? Have documentation frorn entity's financial system been provided to prove att€nclees werepaid? For backfill, has a clear delineationlcross reference been provided showing who wasbackfilling who? Have the names on the sign-in sheets been cross-referencect with the names of ths indlviduals forwhom e.tercise reirnbursernent costs are being sought? Ha'ze any expendiiures occurred on suppries (e.g,, copying paper, groves, tape, etc) in support of theexercise? lf so, receipts and proof of payrnent must be included. - Cancoled check Electrcnic Funds Transfer {EFT) Confirmation credit card statement & payment to credit carrl cornpany for that staternent Have any expenditures occurred on rental of space/locations for exercises planning and conduct,exercise signs, badges. etc,? lf so, receipts and proof of payment must be included. Canceled check Electronic Funds Transfer (EFI) Confinnation Credit Card Statemeni & payrnent to credit card company for that staternenl Has proof of purchase rnethodology been included? p/ease see Form 5 of Reporting Forns orPurchasing Sasics A/fachnrcnl if futther ctartty ls needed. = -*.lol? Source (approvecl by FDEIVI for purchases exceeding $?5,000) *Venctor,'/Vlanufacturor justifieation letter is required State Contract (page showing contract #, price list) Competitive bid results + 5 6 7 EQUIPMENT*-lJ-r 2 n3 Have all invoices been included? Has an AEL # been identifled for each purchase? lf servicelwarranty expenses are listed, are they only for the performance period of the grant? Has proofof payrnent been includecl? 5.1 4 Exhibit 1 Exhibit A Canceled chock Eiectronic Funds Transfer {EFT) Confirmation credit card statement & payment to credit card company for that statemenr 5, lf EHP form needed, has a copy ofthe approvar DHS been incrucred? 6' Has proof of purchase methodology been included? Please see Form S of Reporting Forms otPttrchasing Basics Attachment if fufther clarity is needed, ::_:_-"._ Sole Squrce (approved by FDEM for purchases exceecling $25,000) *Venclor /l\la nufacturer justification letter is required State Contract (pago showing conkact #, price tist) Competilive bld results TRAUEL&ONFE,RF!,tCES1' Have all receipts been furnec.l in, itemized and do the dates on the receipts match travel date$?**- Airplane recejpts Proof of mileage (Google or yahoo map printout or mileage log) Toll and/or Parking receipts Hotel receip{s (is there a zero balance,ll Car rental receipts Rogistration fee receipts Noter fvlake sure that meals paid for by conference are not included in per dienr amount 2. lf ira,lel is a conference has the conference agenda been included? 3. Has proof of payment to haveler been included? Canceled check Electronic Funds lransfer (EFT) Confirmation credit card staternent & payment to credit card company for that statement Copy of paycheck if reimbursed through payrolt MATCHING FUAIDS t] l. contrrbutions are from Non Federar funding sources identified? D ?, contrlirutions ate lrom cash or in-kind contributions which may include training investrnents. tf 3' Contributions are not from salary, overtime or otheroperatioflal costs unrelated to training, sArARv POS/I/O /S 1, Has a siqned timesheet by employee and supervisor included? 2' Has proof for time wor{<ed by lhe employee been included? ls time period summary included? - 3ffTi[',;li''slil:; -i-*.* For fusion center analysts, have the certification docurnents been provided to the SAA iod€monstrate compilance with training and experience standards? ORGANIZATION t] 1, lf billing for overtime ancl backflll, has a spreadsheet been provided that lists attendee names. department, # of hours spent at exercise, hourly rate and tolal paid to each attendee? prb? Have documentati0n lrom entity's financial system been provided io prove attendees were ,"*-Jt;:ackfill' has a clear delineation/cross reference been proviclecl showing who was n l Exhibit 1 Exhibit A t] 1' Ha're all relevant fornrs been completed and included with each request for reimbursement? 2, Have the cosls incurred been charged to the appropriate POETE category? n 3, Does the total on all Forrns submitted match? tf 4' Has Reimbursement Form been signecl by the Grant Manager and Financial Officor? 5 Has the reimburs€ment package been entered into Sub-Reciplents records/spreadsheet? tf 6' Have lhe quantity and unit cost been notated on Reimburseme nt Budget Breakdown? t] 7 ' lf this purchase was macJe via sole source. have you included the approved sole sourceclocumentaiion and justification? 8. Do alr of your vendors have a current r//-g (Tax payer rdentification) on fire? Please notel FDEM reserves lhe rlght to update thls checklist ilrroughout the life of lhe grant to ensure compliance wrth appticabre fsderar ancJ state rures and reguraflons, 56 Exhibit 1 'r': rtf '-r{ fri' , .. - ()!) s' "1' : ';s"m''s-? AGENDA ITEM sultlllt{ARY FORMr,:;"S]ii;,i plte tD: #s120 '':i:..'J tl l. i,:: Date: 11,n-0!2A18 Reguesting Departrnent: Department of Fire: Re_q.cutg Commiesion Meeting Date: 01/19/201g SponsoreO try: Distrlct lmpacted: AllType: Resolutiq,n Subject; Grant - Urban, Area g.gcurity lni.tiative Purnose of ltom: Resolution to establish a Special Revenue Project entitled: "The Urban Area $ecurity l-njttglile (",uASl') Grant Program Fy 2018"; appropriating funds in the amount of $5,700,000.00 received from the u,s, Department of Homeland security, passed directly through the state of Florida Division of Emergency Managemeni and authorizing ihe City Manager to execute Memoranda of Agreements l"Mon's") with contiguous partners, setting forth their responsibilities in connection with the supporl of the UA$l Project administered by the City of Miami Department of Fire-Rescue. Eacksround of lteryi The United States Department of Homeland Securiiy, through the State of Ftorida Dlvlsign gf lmergelcy Management (DEM), has sub-granted the Urban Area Security lnitiative (-UASI) Grant Prograrn FY 2018 to the City of Miami and its contiguous partners in the amount of $5,700,000.00. This program targets homeland security funding to "high threat" urban areas in order to prevent, respond to, and recover irom 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 $ecurity 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, ln additlort, the City Commission authorizes the City Manager to execute Memoranda of Agreements ("MoA's') with contiguous partners, Broward county Emergency Management (''BEMA"), Broward county sheriff's office ("BSo"), the ciiy of coral Gables,lhe 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 Gardenb, the city of Miramar, the City of Pembroke Pines, the City of Sunrise, Miaml-Dade County, Monroe Cgynty, Palrn Beach County Emergency Management, Palm Beach County $heriff's Office, and the Village of Key Biscayne, setting forth the parties' responsibiiities in connection with the developrnent and support of the UASI Program FY 2018 which is administered by the City of Miami Department of Fire-Rescue, Exhibit A q udfl qt lr-npact Ana lvsis Exhibit 1 Exhibit A Item is NOT funded by Bonds Item is Related to Revenue Item is an Expenditure Total Fiscal lmpact: $..9,700.000.00 $tart Up Capital Co.g!: $5.700.0Q0, 00 Special RpvenueAccoqnt No: 111Q0.1890QQ.431Q00.9,900,00Q9Q Reyiewed Bv Department of Flre-Rsscue Dopartment of Fir6-ReBoue Departmenl of Fire-Roscuo Ofiico of Management and Budgot Office of Managomen{ and Budget Legislative Division City Manager's Offlce Office of the Cily Attorney Ofiic€ of the CJty Attorney Offica sf tho City Attorney City Commis3ion Ty McGann Johnny Duran Eloy Garcia Pedro Lacret Chrlstopher M Rose Valenlin J Alvarez Nikolas Paecual Juan Carlos Porez Bamaby L. Min Vicloria Mdndsz Maricarmen Lopez Fk€ Dgpartment Rovlew Fire Budgot Review Fire Chief Review Budget Analysi Roview Budget Reviow Legislative Dlvlsion Reuiew City Manager Reviow ACA Rovlew Deputy City Altorney Revlew Approvad Form and Correctfless Meetlng 11t2112019 7:4frAM 1210712018 4:SS AM nn7nfi6 0:?SAM 121A7J2018 3:0F PM 12t24t2018 8$0AM 1212412018 8:64 AM 1U24AUB 9;4$,4M 12t2412018 10;$9 Alrt 12n4nAfi 11:t0AM 12120t2018 4i29 FM 0111012019 9:00 AM Completed Comploted Completed Comptsted Completed Completed Comploted Completed Comploted Cornpleted Complet€d Exhibit 1 Exhibit A Sity of Miami Legislation Resolution; R"19-0025 City Hall 3500 Pan American Drivs Mlarnl, FL 33133 www.miarnigov.com File Number:512A Final Action Datel f/10/20i9 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 20,18'' AND APPROPRIATING FUNDS FOR THE OPERATION OF SAME IN THE AMOUNT OF $5,7OO,OOO.OO CONSISTING OF A GRANT FROM THE UNITED STATES DEPARTMENT OF HOMELAND SECURITY ('USDHS")TO THE STATE OF FLORIDA DlvlsloN oF EMERGENcY MANAGEMENT ('FDEM,); AUTHontzlNG THE CITY MANAGER TO ACCEPT SAID GRANT AWARD AND TO EXECUTE TH E FE D ERALLY" FUNDED SUBGRANT AGREEMENT, I N S UBSTANTIALLY THE ATTACHED FORM, AND ANY AND ALL NECESSARY DOCUMENTS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, IN ORDER TO IMPLEMENT THE AccEprANcE oF sAtD GRANT AWARD;AUTHoRtztNc rHE clry MANAGER TO EXTEND SAID UASI GRANT PROGRAM (FISCAL YEAR 2A1B} AS NECESSARYAND TO EXECUTE ANYAND ALL OTHER RELATED MODIFICATIONS, AMENDMENTS, OR EXTENSIONS ON ALL MATTER$ EXCEPT THOSE DEALING W H FUNDING CHANGES, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY; AUTHORIZING THE EXPENDITURE OF FUNDS TO VARIOUS GOVERNMENTAL AGENCIES DESIGNATED FOR HOMELAND SECURITY EXPENSE PURSUANT TO THE UASI GRANT GUIDELINES; FURTHER AUTHORIZING THE CITY MANAGER To EXEOUTE MEMORANDA OF AGREEMENT(S) ('MOA'S"), IN SUBSTANTIALLY THE ATTACHED FORM(S), WITH CONTTGUOUS PARTNERS SETTING FORTH THE PARTIES' RESPON$IBILITIES IN CONNECTION WITH THE DEVELOPMENT AND SUPPORT OF THE UASI PROJECT ADMINISTERED BY THE CITY OF MIAMI'S DEPARTMENT OF FIRE-RESCUE CONTINGENT UPON FUNDING OF SAID PROJECT BEING SECURED. Page 1 of 3 WHEREAS, the united siates Department of Homeland $ecurity (,'usDHS,') is authorized by the Emergqlcy Wartime Supplemental Appropriations Act 2003 to provide funds to states for subsequent distribution to selected urban aroa$ to address the unique equlpment, kaining, planning, exercise, and operational needs for large urban areas and to assisitnem in building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terorism; and WHEREAS, the USDHS through the State of Fiorida Division of Emergency Irlanagemenl has sub-granted an Urban Area Security lnitiative ('UASI) Grarit Rrolect Fiscal Year 2018 to the City of Miami ("City") in the amount of $b,700,0b0.00;anO WHEREAS, the City's Department of Fire-Rescue will use said funds to continue to address the unique equipment, trainlng, planning, exercise, and operational needs of the City and its contiguous partners and to continue building an enhanced and sustainable capacity tbprevent, respond to, and recover from threats or acts of terrorism; and WHEREAS, in accordance with the UASI Grant Program FiscalYear 2018, the attached Clty of Miami Exhibit 1 File lD: 5120 (Revision: ) Prlnted On: tll8/I0tg Exhibit A File lD 20 Enactment Number:R.19"0025 Memoranda of Agreements ("MOAs") with the City's contiguous partners including Browardcounty Ernergency Management, Broward county $heriff;s office, the city of coial Gables, the ?jiY oi C.oral SprinEs, the City of Forl Lauderdafe,-the City of Hiateah, tne bity oiHottywooo, rneCity of Miarni Beach, the City of Miami Gardens, th'e City of Miramar, the Citi of pem'broke Pines, the city of sunrise, Miami.Dade county,liulonroo county, palm Beach countyEmergency Managoment, Palm Beach County Sheriff's office,'and tfre Viifage-of KJv Biscaynewill provide the necessary guidelines to coordinate the UASI drant program-fy Z01B and wiilpermlt the City to reimburse its partners for their eligible expenditures tiat are compLnt witnsaid Project; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OFMIAMI, FLORIDA; Section 1, The recitals and findings contained in the Prearnble to this Resolution areadopted by reference and incorporated as if fully set forth in this section. Section 2' The following new Special Revenue Project is established and rosources areappropriated as described below; FUND TITLE: UA$l Grant program Fjscal year 201g RESOUCES: USDHS direcfly to the State of Florida Division of Emergoncy Management APPROPRIATIONS: $s,zoo,ooo,oo $5,700,000.00 Section 3' The City Manager is authorizedr to accept said grant award and to executeany and all necessary documents, in a form acceptable to the Citylttorney, ro impfement acceptance of said grant award. Section 4. The City Manager is further authorized to extend said UA$l Grant program (Fiscal Year 2018) grant awards as necessary and to execute any and all other relatedmodifications, amendments, or extensions on all matters excopt t-r,ose Oeaiing wiif,-funoing changes in connection rryr]h the development and suppori of the UASI projecti aUminlster"? OVthe City's Depaftment of Fire-Rescue as an.UA$l Sponsoring Agency, contingent upon thefunding of the UASI projects being secured in the form of gr"-nts"from in" F.OEi"iO![artmont through the Florida Divislon of Emergency Management a-nd in a form acceptable to lne cityAttorney, $ection 5. The City Manager is authorized {1i to execute MOAs, in substantially theattached forrn(s), with.-contiguous partners includinj broward County Emergency fi,1anagemenr, Broward county sheriff's Qf|ce, the city of Coral Gables, the City oi CoratSpdngs, inebitv of ' Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of 1/iami'geu""n, if," Cily ofMiami Gardens, the City of Miramar, the City of Pembroke Pines, t'he City of Sunrise, nliamiDade County, Monroe County, Palm Beach County Ernergency Management, palm beacrrCounty Sheriff's Office,.and the Village of Key Biscayne for tfte purpoJe of setting forth theparties' responsibilities in connection with the development and support of the UASI GrantProgram Fiscal Year 2018 administered by the City's Department'of Fire,Rescue, "n UnSt 1 The herein authorization is further subject to cornpliance with all requiremenls that may be imposed bythe City Attorney, including but not limited to those prescribed by appgcaUte City Chartei jnO C'oO"provisions. Page 2 of 3 Exhibit 1 Clty of Mlami File lD: 5120 (Revision:) prlnted on: l/1g/2019 Exhibit A 51 sponsoring agency, contingent upon funding of said project being secured. Section 6. This Resolutfon shail become effective immediately upon its adoption andsignature of the Mayor,2 APPROVED AS TO FORM AND CORREGTNESS: 2 lf the mayor does not sign this Resolution, it shall become effective at the end of len calendar days fiomthe date it was passed and adopted. lf the Mayor vetoes this Resolutjon, it shall become etfeitive immediately upon override of the voto by the City Commission. Page 3 of 3 Exhibit 1 Clty of Miaml Flle tD: 61 20 (Rovlsion: ) Pilnted on:1/I8/2019 FUND TTTLE RESOURCES: APPROPR1ATIONS: Urban Area Securklr lnitiative (UASll Grant Program Fy 2O1g Deparfiient of Homeland Security {DHS} directlyto the State of Florida Dlvision of Ernergency Managernent {FDEM} s5,700,o0o-oo 5s,zoo,ogo.oo =g x uJ =g -gX r.u Exhibit A FY 2018 Budget-Miami-Ft. Lauderdale UASI Exhibit #2 s62,838.00 s52,838.00 s90,000.00 s34,000.00 ss9,80s.0c s113.548.0C 553,s00.00 s17,713.00 s13,400.00 s27.700.00 s70.040.0( s121,000.(x s52,E38.00 s52,838.00 s90,dr0.00 s34,000.00 ss9,80s.0( s2&387.0C s53,s00.00 s17,713.00 s13.400.00 s27,7@.OA s7,004.00 sur.000.00 L 7 1 7 t 4 1 I 1 7 10 I 21GN-00-OCEQ o4AP-05-cDSS 13IT{X}ALRT 04AP-01{ADS 04MD-02-PROJ o4MD-03-DtSP 04HW{1-HHCD o4MD-ot-vcAM 2lGN-oO"CNST 21GN-{X}.tNST 21GN{O-MAIN 21GN-(x}MAIN OGTEqP 21GN-00-CCEQ, 21GN-00-OCEQ, 2lGN-oGMA|N, 06CP os-vcoM, o4MD-03- DlsP, 04HW-01- HHCD and 05PM{n- PrcH, 06cc-{r3-sATP o1-BAGM, 21GN-00- CCEQ, and 19GN-0O- BGPK 02EX-01-XRAP ul,All-0r-sLBA utAR- 01-scBc Broward County Critical lnfrastruclure & Key Resources (CIKR) Eryr wrrgrc Lurrtr[untly rtcalntng: lntegration ofVolunteer & Faith Eased organ izations 6su Pr r - crMP/ccroP/coc (P- t7s,{D0, r-s5@0, E-s10,000) EOC Enhancements & Sustainment acement for HSGP Purchased Equipment. Mdeo Throw Phone, Portable Tablet Computers, SCBA" Ihermal lmager, P25 Portable Radios, Satellite Phones, HazMat Gas Monitor, Radiolotical Detectors, MCI Triage Command Kit...l Mobile Video Surueillance Trailet Ft. lauderdale EOC Enhancements to include video conference, encoder/decoder, display video, satellite phones, cabling, connector trlring, and its installation or maintenance. CERT - Ft. Lauderdale to include: mediel bags, CERT backpacks, radios, Awards, and lnstructot OT PT&E Coordinated Attack Erercise r-rav tsqurpment, PortaDte ot Transportable (for Bomb Technician) sLbA Fa(S, )Lm LyilnOers [paKS )5tUZ each, cylindeE S1102 eachl Ptannin& Training and Exercises: Hazmat and Active Shooter 201A-OtA 2018{18 2018-01C 2018-02A 2018-11A 2018-O4A 2018.028 2018-02C 201E{r1D 2018-06A 2018-118 2018-01E Emergency Management Emergency Management EmerEency Management Law Enforcement All DisciDlines Law Enforcement Emergency Management All Disciplines All Disciplines Law Enforcement Fire Rescue Fire Rescue Personnel Personnel Training Equipment Equipment Equipment Equipment Training Planning EquiDment Equipment Planning Planninc Planning Plannint Equipment Equipment Equipment Equipment EquiDment Exercise Equipment Equipment Training BEMA BEMA BSO BSO Coral Gables Coral SDrinEs Fort Lauderdale Fort Lauderdale Fort Lauderdale Fort Lauderdale Hialeah Hialeah Exhibit A s22,000.00 s24,000.00 s70,0(x).00 s55.90s.00 s7s.(xro.00 s115,000.00 s15,427.00 $28s,m0.00 s305,433.0( s7s,:146.fi 510,350.(X s23,545.(X s22,mO.oC s24,(X'O.0C s3s,000.00 sss,90s.00 s7s,000.00 ss.000.00 s7,713.50 s2Es,(no.00 s306433.00 s75.346.0( s10,360.(x s23,545.0( 1 1 2 L 1 2t 2 L 1 I 1 I Fnw{t-ttnw, 21GN-00OCEQ r45w-{rt-PACs, 21GN-00-rNST 07CD-01-DPRS 07CD. 01-FTIR o4MD-O3-DtSP, 21GN-00-tNSr 21GN-OO-MAIN M&A 21GN-OO.MAIN zruN-urvLEt{, l4Lt oo-cooP, 07sE- o3-ENVS, 05CC- o5-PRIV, 05CC- 02-D5AD 21GN-00- 14Ct{1-COOP 06cc-o3-sATB EOC Enhancements to include computers/laptops/peripherals Access Control at city lleadquarters Point Chemical Agent Detector Raman Spectroscopy & Point Chemi@l Agent Detector Fourier Transform lnfrared LPR Analyst Sustainment EOC Planner Sustainment Closed Crcuit Television Cameras on Hollywood Beach Boardwalk Maintenance & Sustainment of UASI ours.he<cd Thehrl lmarinr frmorr< M&A acement for HSGP Purchased Equipment. Police S176,465.33; Fire S94,079.a8; EM S27,960.55, HazMat 57927.40. Enhancements/Maintenance/Sustainme EOC nt Ethernet Secured @ Fire College for Redundant Communications for Miami's First Responders (18 monthsl. This project will continue seruices tot a Metro-€thernet line that provides fast network connectivity between the City's network and the E911 back up center. Satellite Phone Sustainment Citywide (12 months). This prcject will sustain the satellite phones that are installed throughout Gty Departments including police and fire stations which allow all first responders to communicate when primary communication seruices are down. includes Key Biscavne 2018-02D 2018{74 201&10A 201&03A 201E-01F 2018-O9A 2018-11C 20L8-17 2018-11D 2018-028 2018-16A 201E-15A Emergency Management Law Enforcement Fire Rescue Law Enforcement rmergency Management Law Enforcement Fire Rescue All Disciplines All Disciplines Emergency Management All Disciplines All Disciplines Equipment Equlpment Equipment Personnel Personnel Equipment Equipment EouiDment Equipment Equipment EouiDment Equipment Equipment EouiDment Planning Plannint Equipment Equipment Administration Equipment Equipment Equipment Equipment Hialeah Hialeah Hialeah Hialeah Hialeah Hollywood Key Biffiyne rvt&A Miami Miami Miami Miami 2 Exhibit A iLL4,O27.O( s25,E16.0C s159,s27.0( s47,091.00 s51.218.00 s42.382.00 s92,298.00 s113,197.{X 519 47E.0( 910,m0.0( s55,rut0.0( s50,000.0( 59s,000.0( 51L4,027.il s26,815.0( s169,s27.0( s47,Gr1.(X s51,218.00 s42.382.00 s7.591.50 s113,197.00 sx9,478.00 s5.000.00 527,7@.O( s50.000.o( 347,500.0( 1 1 1, 1 1 1 12 I 1 2 2 1 2 14SW-01- vtDA,04HW-01- rNr{w o4MD-03- DISP, 21GN-(X}MAIN 145W-01-VrDA, 21GN 00-rNsr 0308{7-ROVr 02EX-oI-XRAP o4HW{1-tNHW 07ED{t1-DOGS P,T & E. This proiect will support multi- disciplinary projects for the City ot Miami under the leadership of MEM. Project scope will involve a full scale exercise, revision of planning documents such as the CEMP/COOP/COG and trainings that benefi t terrorism-related emeryency managementtrainings. Trainings will include lCS, Hazmat 160 and any other specialized courses needed due to staff attrition. Police S5650; Fire $62,740, EM uperarronar vr ror )ptrtat Evenls approved by FEMA; Fire 51&905.52 and EM s7,9G'.28 ffhe Closed Orcuit Tv proiect will allow the Miami Police Department the opportunity to deploy CCTV equipment in the area of soft targets and enhance our abilityto deter and investigate EmergencV Management Planner (12 months). This position will assist with the developmenvrevision ol cityuride emergency management plans such as rhe CEMP, COG and COOP. months). This position will assist with general planning responsibilities related to the implementation ofthe UASI grant program. ! rrorrrlEr trz months). This position will be rsponsible for resource management lracking and planning portion of the EHP process. lLr Y Ldrnerds lo 0e rn5tatreq atgng Ine Boardwalk and an uncovered part of Ccean Drive. rrailEtr z ltailerl, ILLIY Surveillance Diesel Generator Trailer 572,545, & one CCTV Surueillance Solar Trailer 940,6521 RDF Basic Certification Course rauF uastc Receftitication courses (12- 2586s1 LOD X-Ray systems: SCANNA Scan X-Ray lmaging System Kits rurroil LElrtsr JPKrdr EYen6 tuppofl and S€rver Sustainment (Special Events $40,000 & 510,000 hardware, computer serverl txplosrve Detectron lnterdiction canines (EDlCl with Kennels 2018-01G 2018{t4B 201&098 2018-01H 201&01r 2018-0lJ 2018{XrC 2018-O4C 2018-01K 201E-011 201&068 201E-04D 2018-{l4E All Disciplines All Disciplines Law Enforcement Emergency Management Emeryency Management Emergency Manag€ment All Disciplines Law Enforcement Law Enforcement Law Enfolcement Law Enforcement Law Enforcement Law Enforcement fraining 0rganization Equipment Personnel Personnel Personnel Equipment EouiDment Trainins Training Equipment Equipment Equipment Planning Organization Equipment Planning Planninp Plannine Equipment Equipment fraining Training Equipment Organization Equipment Miaml Miami Miami Miami Miami Miami Miami Beach Miami Gardens Miami-Dade Ivliami-Dade Miami-Dade Miami-Dade Miami-Dade 3 Exhibit A s15,201.0C $40,000.0c s45,500.0( s39,m0.0( s11,000.0( s20,002.0( s200,000.0( s6.477,U s87.000.0( 967,m0.0( s70,000.0( ss2,479.00 534000.00 s49.690.00 s30,000.00 551,7s0.00 s29,s3s.00 s100.000.00 s26,LL7.OA s38,s00.m 332.416.0C s24.845.00 s30,o(xr.00 s47sO.00 s29,s3s.00 Sloo.ooo.oc s26,117.00 s3&soo.0c s4.0s2.0{ s15,201.{X s40,000.0c sr15,600.0( s5,s(X).0( s110.0( s20,(xr2.0( s200,000.0( s2.1s9.0( s87.000.0( s67.000.00 s70,000.00 s52,479.00 s17,000.00 1, 1 1 6 100 1 I 3 1 L 1 1 2 2 1 13 1 1 1 7 8 D6CP-01-MOBt l9GN.OO.FUEt 12TR-OGTEOP FAts-U5-LU5), 04HW-01{NHW 21GN{'GOCEQ 02PE-01-BSUT 030E-02-TrtA 03sR-03-scAM 03()8-0l{rAc 13tE-00-suRv UbLP.UI-PUKI; 04HW{t{NHW I OBfJM-RATT 06cP-01-PORT; 04HW-0X-rNHW tnEas-tafr 06cc-02-DsAD 06cc. o3-SATM 06CC-03- SATP 05CC-04 EQSD 06CC-04- SADS 05CP- 02-BRDG 14SW-01-PACS, 21GN-00-tNST, O4HW 01-rNHW, 21GN-00- CNST N/A zl('N-uu-LNlt u.lAP 05-cDss zl(,N-lx}'LNS r ttrAP 05-cDss 030E-03-slGN 030E-07-suAs SAP-U5-LU55, lKts- o1-caDsWebEOC Fleet Eyes Software aPX6000 700/800 Portable Radi6 Portable Fuel Tank and Trailer lvlaintenance & Sustainmnet of EOC lT infrastructure Position Specifics All Hazards Training Bomb Suit 'WAT Team Nisht vision Monoculars SWAT Team Pole Camera LommunrlY bu5rne55 tsaftner5 Agarn5( ferrorism Program LOmmunrcauons ano tnteilrgence Gathering Equipment for SRT (Audio/visual Throw Phone, Cellular Thril Phone, Structural Tactical A-^r.!+i- Oa--ir,-r rnd (aniarl P25 Portable Radi6, P25 Portable Radio Batteries (6 Radios @ 55500 per and lOo Bafr.ri.( rO 3t 1o ncrl P25 Portable Radio Batteri6 FirstNet Mobile / lnteroperability S€cuilty Cameras for 3 centers critical to the county ( EOC, Fire Rescue Communications and SEFFC) and Access Controls at Miami Dade FR HQ Complex Prannrng r rarnrng ano rxerctses: uAsr Homeland Security Conference webEOC User Guide Enhancemeni Hazard lmDact Functional Exercise MUnrcrpar Prannrng weoruL Enhancement Exercise Mobile Electronic Message Boards Unmanned Aerial vehicle 2018-158 201&15C 201&15D t018-15E 2018{9D 201E-01M 201&02F 201&01N 201t-02G 201&010 2018-15F 2018-14A 2018-02H 2018-15G 2018-13A 201&02r 201&01P 2018-09€ 20ta-124 2018-06C 2018-0sa Fire Rescue rmergency Manasement Emergencl lvlanasement EmergencY lvlanagement bmergency Management Fire Rescue Fire Rescue Fire Rescue All Disciplines All Disciplines Emergency Manasement rmergency Management Law Enforcement Law Enforcement Law Enforcement Law Enforcement Law Enforcement Fire Rescue Fire Rescue Fire Rescue Fire Rescue Equipment Equipment EcuiDment Equipment EouiDment frainine PlanninE Personnel Pelsonnel Personnel Equipment EouiDment Equipment Equipment Equipment EouiDment Trainine Eouioment Eouioment EquiDment Planning Equipment Equipment EouiDment Equipment EquiDment Plannins EauiDment Exercise Eouloment Exercise Equipment EcuiDment Equipment Equipment Equipment EcuiDment Trainins Eouioment Eouioment Equipment Planning Monroe Monroe Palm Beach County Patm 6eacn County PBSO PBSO PBSO PBSO Miami-Dade Miami-Dade Miami-Dade Miami-Dade Miami-Dade Miami-Dade Miami-Dade Miami-Dade Miami-Dade Miami-Dade Miramar Miramar Miramar 4 Exhibit A s73,735.0( s38,997.0( s85,855.0( 372.so1.oc s2s2.799.Oa $200,m0.fi s33,389.m s152.X73.00 s119,245.O0 s47.69E.00 s1s0,000.q 5140,000.0( s283,554.0( s148,284.0( s93.120.(x s73,736.0( s4.333.0( s8s,8s6.35 s72,sOO.92 s50,560.0c s2oodro.0( s33,389.00 s152,173.00 S119,245.00 s47,59E.00 s150,000.00 Sltt{l,000.00 s283.s54.0( s1s0,000.fi 523,280.0( 1 9 1 1 5 r 1 1 1 1 1 1 1 1, 4 030E{7-ROVr 06CP-01-MOBt Planning Planning Otganization IlGN.OO.TRNG 04HW-01-rNHW,13lr oo-|NTL 13rT{X} AtRT {'4AP{5-CDSS, 04AP- o3-Grss, o4sw-04- NETW 13lT-00-ArRT rr9rr-uu-Dsr[, zrln 00-MEDr, 06cP-01- PORT,21GN-OO' CCEQ 0sH900-FRN$ 05HS- oo-MAtw, 05NP-00- SEIM OTRD-04-SGND O6CP.O2-BRDG O6CP-O2-BRDG Portable Elsated Surveillance Platform ts-25 Lompnant uasn Mount slngle/Duat Head Radios position assists the Miami and Ft. Lauderdale with regional planning ne€ds (e.9. drafting of investment iustifi cationt coordination of UAWG meetings, derrelopment of annual budEets, etc.). Exerclses Coordinator- this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. Fusion Center Analysts Regional Planning, Trainint & Exercise lo include attendance at grant related meetings Metadata Planner Fusion Center Operations to include computer hardware and peripherals, roftware maintenance, DHS sponsored fraining, alen ststem and TLO program rupport and offi ce supplies/equipment lncident command roftware system ne€ded for regional info sharing during emergency operations as well as non- Bmergency situations to provide a platform for day-today regional info sharing and updat6. (WebEOC, Emergency Notifi cation System Regional Citizen Corps/CERT Plannin& Trainins Exercise and EouiDment Regional Cyber Response Team Enhancements and Training Aviatbn Radiation Detection/ldentifi cation upgrade to Lxsting Network Switch/Gateway (CST) generat uvnamrc tSzrylu tnrastrucure Wireless Mesh Point 2018{4F 2018-15H 201E-01Q 101&01R 201&038 2018-O1S 2018{13C 201&03D 2018-02t 2018-15t 2018-02K 201&08A 2018-108 2018-15J 2018-15K Law Enforcement Fire Rescue Emergency Management Emergency ManaEement law Enlorcement All Disciplines Law Enforcement Law Enforcement Emergenc] Management rmergencY Management All Disciplines Law Entorcement Fire Rescue Fire Rescue Law Enforcement Equipment Equipment Personnel Personnel Pe6onnel Trainins Personnel fraining Training Equipment Training frainine Equipment Equipment Equipment Equipment Equipment Planning Plannins Organization Planning Planning EouiDment Equipment Eouioment Equipment Equipment Equipment Equipment Equipment Miami Miami PBSO Fusion Miami PBSO Fusion PBSO Fusion Miami Miami Ft Lauderdale MDPD PBSO MDFR Pembroke Pins Pembroke Pins Regional Regional ReEional Regional Reeional Regional Regional Regional Regional Regional ReEional ReEional Sunrise Exhibit A Ss,7oo"ooo.oo s31,039.(Xt14SW-0I-PACSCard Access Control Equipment Total Equipment Itqutp."n, lr,r" *"r.u" lrorr-o^Sunrise s31,039.00 6 EXHIBIT B Convergint Technologies, LLC's Proposal 5 EXH+BR B Co t TEC ES Making a Daily Difference November L3,2019 Village of Key Biscayne Key Biscayne Fire Rescue Department 560 Crandon Blvd Key Biscayne, Florida 331.49 Attention: Marcos Osorio 3102 Commerce Parkway, Miramar,Florida 33025 Phone 954-364-3993 Mobile 7 86-637 -8467 ph il.cerber@convergint.com Quotation: PC02234844P RFP#: License/Cert EF2OO074L7 Reference: VKB Fire Rescue carneras and Access Control On behalf of our thousands of global colleagues, I want to personally thank you for considering Convergint Technologies for this project and for providing us with the opportunity to present this proposal addressing your electronic security needs. We are confident that this proven solution is both comprehensive and customized to meet your needs today and in the years ahead. Convergint has developed a strong reputation for service excellence and is the only company recognized twice as the Systems lntegrator of the Year by SDM Magazine. Most recently, Convergint was ranked the 4th largest global systems integrator. This recognition is, in part, a reflection of the strong relationships Convergint has developed with the industry's top technology manufacturers. Convergint Technologies has a strong history of success with similar solutions provided to other clients and would be happy to provide these references upon request. Our guiding principal has always been to be a customer-focused and service-based company, supported by dedicated and certified professionals who strive to make a daily difference. Our vision of becoming our customers' best service provider is what drives everything we do. After achieving a successful on- time and on-budget project installation, Convergint will provide you with the industry's best on-going service. This service includes our 24/7 customer portal (iCare), designed to track service work orders, project progress, and provide you with detailed metric reporting for continuous improvement. The following security proposal is specifically designed to meet your needs, As your single point of contact, please feel free to contact me with any additional questions you may have. Thank you again for considering Convergint Technologies as your partner for your electronic security needs. UNITED STATES T CANADA. ASIA PACIFIC. EUROPE EXHIBIT B Clarifi cations and Exclusion 1. All work proposed herein, shall be performed during normal business hours Monday through Friday 8:00 am - 5:00 pm. 2. Low voltage wiring shall be installed via open air code approved methods. 3. Provision or installation of conduit, wire, boxes, fittings or other electrical installation materials unless specifically listed under lnclusions or Bill of Materials. 4. Permits or associated fees are not included. 5. Customer to provide static lP addresses and network connections at panel locations.6. Customer to provide a secured staging & storage area for project related materials.7. Pricing assumes that electronic Auto CAD files are available from customer for our use in geating submittal drawings. 8. Twenty-Five percent (25%) of the proposed sell price shall be payable to Convergint Technologies for project mobilization. Mobilization shall be invoiced and due upon customer acceptance of this proposal. 9. Proposal does not include sales tax unless otherwise noted. L0. Anything in the Contract Documents notwithstanding in no event shall either Contractor or Subcontractor be liable for special, indirect, incidental or consequential damages, including commercial loss, loss of use, or lost profits, even if either party has been advised of the possibility of such damages. 11. Convergint Technologies reserves the right to negotiate mutually acceptable contract terms and conditions with customer by making mutually agreeable changes to the formal contract included in the Bid Documents. EXHIBIT B Applicable Taxes Fire Stopping (Excludes Existing Penetrations) lnstallation of Network Cabling to Card Readers lnstallation of Wire and Cable Mounting/Termination of Proposed Devices Project Management System Programming Wire Electrified Door Locking Hardware lnstallation of CCTV Cameras lnstallation of Network Cabling to lP Cameras Loading Software on Customer Provided Computer owner to Provide static lP Addresses Servers by Others Termination of Control Equipment Enclosures Workstations by Others Items 120 VAC Power and Fused Disconnect Switch Additional Lighting Requirements for Cameras Attend Owner Project Meetings Cable Connection to Building Fire Alarm Panel Door wiring typical connections Engineering and Drawings FA Permit and Plan Review Fees Floor Coverings for lifts Freight (prepaid) lnstallation of Bridle Rings lnstallation of Control Equipment Enclosures lnstallation of lntercom Systems lnstallation of Low Voltage Wire lnstallation of Specialty Backboxes lnstallation of Video Recorders (DVR/NVR) Lifts Material (listed in the BOM) One-Year Warranty on Labor Operations & Maintenance Manuals OwnerTraining Panel wiring point with to point connections Payment & Performance Bonds Riser drawing with home run wiring Specialty Backboxes System Engineering System Meets Plans/Drawings Testing of all Proposed Devices Workstations by Co nvergint 120 VAC Power Receptacles Attend General Contractor Project Meetings Authority having Jurisdiction permit drawing (requires customer CAD) Ceiling Tiles and Ceiling Grid Repairs Correction of Wiring Faults Caused by Others Electrical lnstallation Permit Equipment rack layout drawing Fire Watch Floor plan with device placement and numbering (requires customer CAD) Horizontal Core Drilling lnstallation of Conduit, Boxes and Fittings lnstallation of Control Panels lnstallation of lntrusion Panels lnstallation of Network Cabling to lP lntercoms lnstallation of Terminal Cabinets lnstallation of Wire Hangars Low Voltage Permits On-Site Lockable Storage Facility One-Year Warranty on Parts Owner to Provide DHCP Lease Reservations for Network Connected Devices Panel Wall Elevation drawing (may require customer cAD) Patch and Paint Record Documentation (As-Built) Servers by Convergint Submittal Drawings System is Design-Build Terminal Cabinets VerticalCore Drilling EXHIBIT B Total Project lnvestment:$tt,ltz.sg Thank you for considering Convergint Technologies for your Security needs. lf you have any questions or would like additional information, please don't hesitate to contact me immediately. lf you would like to proceed with the scope of work as outlined in this proposal, please sign below and return to my attention, Sincerely, Phil Cerber Conve rgi nt Technologies PhilCerber By signing below, I accept this proposal and agree to the Terms and Conditions contained herein Marcos Osorio November L3,zOLg Customer Name (Printed)Date Authorized Signature Titl e Convergint Technologies' lnstall Terms & Conditions EXH 1'luoughout t lhis Inslallation ttoposal, the tcm. "Convergint" refers to ilre Convergint l'echnologii, a{Iliate operating in lhe state/province in which the work is bcing pcrfomod, spsitically, 'Convergirt Techologics t.t,C" or "Convcrgint Tcchnologies [.TD'. ST]CTION I.'I'IIEWORK '[his Installation Proposal lakes precedence ovcr ard supersedes any od all prior proposals, concspondencc, md oral agr€€menls ot represcntations relating to the work set forth irr the attached scope of work ("Work"). This Inslallation Proposal mmmences on ftc Stan Datc as specilied in the atlachcd scopc of work, md rcprcscnts the enlLe agr€ment behryeco Convcrgint ad Custorner (the "Agreernent") and it may only be ancnded by a witten document signcd by both Convcrginr arJ Customer. In the evetrt any provision o[ tlris Agreement is held to bc invalid or unenforceable, thc romaining provisions ofthis Agreement shall rernain in full force. Conwrgint agrees in acrcrdmce with the muhrally agreed project schedule: a To submit shop drawings, product dalz, sanplcs md similar submittals if required in prcrfoming thc Work: b To pay for all labor, rnaterials, equipnrert, tools, supcrvision, progranrming, testing, startup md documentation rcquired to perfom the Work in accordmce wiih the Agreement; c. Secue and pay for pemits and govemmental fees, licenscs md inspections necessary for proper execution aJrd mmplelion of the Work;and d. llire subcontracton iltd order mdterial to perform part of thc Work, if nccessary, while rcmaining rcsponsible fbr the conrpletion of0re Woik. Customer agrees in accordilce with the mutually a&trd prcject schedulq md at no cost to Convergint: a, 'fo promplly approve submittsls provided by Convergint; b. To provide acccs to all Tcas of thc facility which are necesstry to complctc lhe Work; c- To supply slitable electrical seruice as required by Convergint, and d 'ltat in the eveot ofany emergcncy or systems failue, reaonable safety prrcautions will be laken by Customer to protect lif'e and property dwiag the period of dmo from when Converginl is first notified ofthe emergency or failue md until such tirne that Convergint nolifies thi Cusfomcr that the systcms arc operationaj or that lhe cmcrgcncy has clered. SECTION 2, PRTCING hicing ard ilnounts Foposed shall remain valid for 30 days unless othcnvise specified- price inchdes only the material listed brcd on Convergint's interpretation of plms md specificalions uless noted o$eilise, Additional equipment, unless negotiated prior to order plscemcnt, will bc billcd accordingly. Sales taxes, {md in Cmada CSTOST) and my other {axes assessed on Customer shall be added to [te price upon invoice to Customcr. SECTION 3. Ih-VOICE REMTTTANCE AND PAYMENT Crrstomer agrees to pay Convergint trventy-five (25%) perccnt of the tolal price ro a mobilizatiol fee at tie time ofexccuting this Agleement, If the Work is pertbmed over more tlm a month, Convorgint will invoice Customer each month ior the Work perfomed duing lhe previous monlh. Custonleragrees to pay the amornl due to Colvergint as iovoiced within thiny (30) days ofthe date ofsuch invoice, Ifthe Work is completed in less than one month, Cuslomeragrees to pay Convogint in fullafter the Work has been perfomed within thirty {30) days of the dale of being invoiced. Invoices shall not incl.tde or be subject to I projcct rctcntion percenlage, lf Cuslomer is ovcrduc in uy payment to Convergint, Convergr'nt shall be entitled to suspend &e Work until paid, md chage Custotn€r il intcrcst rate I md l./2% percent per month, (or the muimrm rate pemitted by larv), md may avail itself of uy othcr lcgal or equitable renredy Custorner shall reimbme Convergint costs incrned in collecting any amounls thal b€come ov€rdue, includingattomey fees, coult cosls ed any otherreasonable expenditure. SEC'[IO|\.. 4. WARRANTY Convergint provides the following wumty to th€ Custorner- For the period of one (l) yeu, comrencing a( the ulicr utsubstmtial completion of &e Work, or lirst bene ficial use, ('Wmarty Period"): a. l hat Work perfonned mderthis Agreement will be ofgood cpuUty; b. That all equipment will be new unles othenvisc rcquircd or pcmitted by this Agrccmont; c. Thatthe Work will be free fiom defectsnot inherent in the quality required orpenrilled; and d. That the Work will confomr to the requirements of tbis Agreement. The Customer's sole remedy for my breach ollhis wuary is that Convcrgint shall remove- replae md/or repair at its own expets any defectivc or improper Work, discovcrcd wilrin the Wumty Period, providcd Convcrgint is notified io miting ofany defcct within tho Wmmty period. Any equipmcnl or products installed by Converginl in the cowse o[ perfoming lhe Work heremder shall only urry such wmilty as is provided by lhe marufacfurer thereof, rvhich Convergint hereby assigirs to Customer wilhout recouss to Convergint- Upon r€quest ofCustom€t Convergint will use all reasonable effo(s to assisl Cuslomer in enl'orcing any such third prriy wffiantics. This rvmmty excludes remcdy for darnage or de('ect caused by abusc, nodifications not executed by Convergint, improper or irrsuflici€nt mainlctrilce, improperoperalion, ornomal weu md ter utder ilomal usagc, NO FURTfIER WARRANTIES OR CUARANIIES, E)GRESS OR IMPLIED, ARE MADE WITH RESPT'CT 1'O ANY COODS OR SERVICES PROVTDED I'NDER THIS AGREEMENT, AND ANY IMPLIED WARRANTIES OF MERCHAM'ABIi,ITY OR FTTNESS TOR A PARTICULAR PURPOSE ARE E)(PRESSI-Y DISCLAIMtiD. SECl'ION5, CIIANGES Without rnvalidaling this Agrcement or any bond given hereunder, Cuslomer or Converginl. may request changes in the Work. Any changes lo &e Work and any adjBtrnent to the AgJeemenl price or the lime hr completion of the Work shall be in rwiring signed by both Customer md Convcrgint. If Customer orders my additional work or caus* my material interfcrcnce with Conrergint's p€rfomance ofthe Work, Convergint shall be entitled to an €quilablc adjustment io the time for perfomance md in lhe Agreement Price, including a reasonablc allowarcc for overhead md profit. SECTIOT" 6. FORCE MAJEURE Neither Customer nor Convergioi shall be responsiblc or liable tbr, shail incur expcnsc for, or bc deemed lo be in breach ofthis Agrccmcnt bccause ol'any dclay in thc perfonnance oflheir rcspective obligations pwsuanl to this Agrecment due solely to circurnstances beyond their rusooable conrrol ("|;orcc Majcure") and without the fault or negligcnce ofthe party experiencing such dclay. providerJ tiat the party experiencing *re delay shall promptly give writtetr nodfication to the otier party within fivs (5) days aller such party has lemed of 6e liorce Majeue, A Force Majcue evcnt shall include, Convergint Technologies' lnstall Terms & Conditions lBlT B version 1,09Aprit 2017 but not bc limitcd {o: ascident, firc, stom, water, floodirg, ncgligence, vmdalism, powcr failue, installation ofinmmpatible equipol€nt, improper operating proccdures, source orrenl flucluations or lighting. lf perlbmancc by eilhcr party is dclayed due tu Force Majeue, the time for that perfomancc shall be extended for a pcriod of tirne reasonably necessary to overcome the eflect of the delay. Any Seruices required by Convergin( due to reasons set tbrth in this Irorce Majcde Srcrion shall be chrged to Customcr in addilion to any amounts due under this Agreement sf,c'f IoN 7. tNsuRANcn Convergirt shall have lhc lollorving insuance coveragc duing thc tcm oflhis A$eement, ed shall provide certificates ofiflsuance to tlrc Cstomer prior to beginning work hcreunder: Workcr'sCompensation Statutory Limits Employer's Liability $ 1,000,000 per occmence /aggregate Comrncrcial Gcncral Liabilify $ 1,000,000 per occwence./aggregarc $2,000,000 general aggrcgatc Artornobile l,iability $1,000,000 per occwence/agg,regate LiixcesVUmbrellaLiabilify $4,000,000peroccurence./aggregate All insurance policics cffiied by Convergint hereunder shall be prirrary lo md nonconFjbniory wilh the insurmce afforded to Customer, and shall rame &e Customer as "additional insued", with respcct lo Iiability arising out ofwork perfomcd by Convcrgrnt, as applicablg but only to the extent of liabilities lielling within the indemnity obligations of Convcrgint, pursuant to thc tcms of this Agreemeot. Convergint shall prcvide to the Customer no less thil Llirty (30) days notice prior to tie tennination or cfficellation ofany such insuance policy. SOCTION 8. INDE}INlFICATION Convergint shall indenrnifo md hold Customer hmlcss fiom and agflnst claims, damagcs, losscs md cxpenses, (including, but not limited to, rcilonable atk)mey's fees), attsiburable to bodily injury, sickness, disease ordcath, or lo deslruction oftangible property, butotly to the extcnt uuscd by: a) the negligentorwillfi:l acts or omissions ofConvergint orConverginl'semployeesor subcontractors while on Customer's site, or b) the malfunction ofthe equipmcrt supplied by Convergint, or c) Coovergint,s breach of this Agreement, IN NO EVL;NT SHALL EITI{LR CONVERGINT OR CUSTOMI]R I]T.; L}ATtLU'IO 'I'HL; OI}IER PARI'Y HERETO FOR SPECIAL, INDIRECT, INCIDEN]'AI- OR CONSEQUENTIAL DAMAGIS. INCI,I,,DINGCOMMERCIAI, I,OSS, I,OSS OF USF OR LOST PROFITS, EVEN IF THAT PARTY HAS BEEN ADVISED OF THE POSSItsII,'I'Y O! SUCI.I DAMAGES, IN NO EVENT WILL CONVFRGINT BE LiABLE TO CI'STOMER FOR ANY AMOUNTS tN EXCESS OFTFIE AMOLTNTS PAIDBY CUSTOMER TO CONVERGINT, It is understood and agreed by ihs parlies hcreto lhat ConycrBint is or may bc providing moniloring and or iiltrusion products rvhich are dcsigned to provide flolification of cerlain evenls b(t are not intended to be guarantees or insuers agailst any acts for which they nr€ supposed lo nonitor or inlomr. As requircd by the moniloritg and intrusion industry and lhe nrmslachlren thereof, Convergint's indemnification obligation pursuanf to Scction 8 herein, does not apply to the extenl the loss jndemnified againsl is causd by my monitoring or inlrusion product or softwilc provided by but not manufactured by Convergint. Conv€rgint shall have no lidbility to Customer for any losscs to the extetrt strch losses arc caused by the monitoring or irtrusion produci or sollwrye- Customer shall indennify, defend, md hold hrmless Convergint, fiom md against all clainrs, lawsuits, dantages, losses md expenscs by persons not a prly to this Agreement, but only to the cxtent causcd by such monitoring or intrusion product or software provided by but not manufactured by Convergint. SgC'LION 9. CON{PLIANCE WITH LAW, [:f,O & SAFETY This Agrcement shall be govemed and construed ir accordance with thc laws ofthe state/province in which the Work is be ing pcrfomed, Convergint agrees tocotrrply with alllaws md regulations relating (o or govcming the Work- Convcrgint agrces to comply with all reporting requirements irnposed by law or dris Agrecment. Converginl shall comply witi all safety related laws and regulalions md with the saf€ty progrnn of the Custom€r, provided such progm is supplied to Convergint prior to beginning rvork. In th€ evenf that Convergint discovec or silspects the presence of huudous materials, or unsafe rvorking condi(ions at Customer's facility rvhere the Work is to [.rc pcrfomcd, Convcrgint is entitled to stop the Work at dlat facilily if such himdom mattrials, or unsafe working conditions wors not provided by or caused by Converginl, Cionvergint in its sole discrelion shall detemine rvhen it is "safe" to rctml to pcrfom tlc Work at Customer's facility^ Convergint shall have no responsibility for the discovery, prewne, hmdling rcmoving or dispoml ofor exposure ofpercons to hazardous materjals in roy fomr at the Cuslomer's lacility- Customer shall indemify md hold hmless Convergint from ald against claims, dmages, losses atd expcnses, including but not limiled to, resonable attomey's fees, rising out ofor resulting from undisclosed hyadous materials, or usafe rvorking condilions at Customer's facility. SEC'I'ION IO. DISPTJTES Itr tie event of my dispute between ConverBint dd Cuslomcr, Convcrgint aod Customer shall {irst altc$pt to resolve the dispute ir the field, but if that is not successftrl, then in a meeting betrveen authorized o{Iicers ofeach compmy tfsettlement att€lnpts ile not succcssfirl, then lhe dispute shall be subjeot to md decidcd by medialion or arbitration" Such mediation or trbitration shall bc conductcd in accordilcc with the Construction Industry Mcdialion or tubitrdtion Rulcs of the Americm Arbitration Asrcciation cunently in cffect md shall be a finat binding resolution ofthe issues presentecl between the parties. SECTION I 1. MISCELLANEOUS Neilhcr pany to this Agreement shall assign this Agrccmcnt without thc prior wiltcn consent of ths olhcr party hereto. Convergint may assign this Agrwment lo ily ofits ptrcnts, subsjdiary oraffiliatcd compmies or my entity rnajority owned by Convergint. Noticm shall bc in mtingaad addressed tothe otirerparty, in accordance with thsnanes and addresses ol'llc partics as shom above. All noticcs shall be effective upon receipt by the party to whom the ootics ws sent. A waiver of lhe tems h€reunder by one pady to the ofrcr party shall not bc cffcctive mless in witing ud signed by a penon wilh authority to commit the Customer or Convergirt md dclivercd to ths non- waiving parly according to the nolice provision hercin. No waiver by Customcr or Convergint shall operate il a condnuous waiver, uless the witten waiver specifically states ftat it is a continuous waiver of the tems stated in that waiver. The Sections reguding invoicing, wmmty ad indennity shall swive the teminalion of this Agreenrenl. Version 1.09 April 2017