Loading...
HomeMy Public PortalAbout2016-19 Authorizing the purchase and sustainment of equipment and training from the 2015 UASI ProgramRESOLUTION NO. 2016-19 A CAPITAL PROJECT AUTHORIZING RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, AUTHORIZING THE PURCHASE AND SUSTAINMENT OF EQUIPMENT AND TRAINING FROM THE 2015 URBAN AREAS SECURITY INITIATIVE PROGRAM; APPROVING THE INTERLOCAL AGREEMENT FOR JOINT COMPLETION OF AN URBAN AREAS SECURITY INITIATIVE PROGRAM BETWEEN THE CITY OF MIAMI AND THE VILLAGE OF KEY BISCAYNE FOR THE PURPOSE OF CARRYING OUT FY2015 URBAN AREAS SECURITY INITIATIVE PROGRAM OBJECTIVES; AUTHORIZING VILLAGE MANAGER TO EXECUTE THE AGREEMENT; 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 ("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 attached Interlocal Agreement for Joint Completion of the UASI (the "Agreement") between City of Miami ("City") and the Village provides for carrying out the FY 2015 UASI objectives as part of a Homeland Security initiative; and WHEREAS, the Village Council finds that approval of the Agreement is in the best interest of the Village. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, AS FOLLOWS: Section 1. Recitals Adopted. That each of the recitals stated above is hereby adopted, confirmed and incorporated herein. Section 2. Interlocal Agreement Approved. 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. Purchase of Equipment Authorized 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, at a cost of Sixteen Thousand Three Hundred Eighty Dollars ($16,380.00) is hereby approved. The purchase shall be made from governmental contracts pursuant to Village Code Section 2-86. The source of funds for the purchase shall be UASI grant funds on a reimbursement basis, as described in the Agreement; and any changes in the description of the purchased equipment shall be authorized by the Village Fire Chief and shall be in accordance with the terms of the Agreement and UASI grant terms. Section 4. Implementation. That the Village Manager is hereby authorized to take any action which is necessary to implement the purposes of the Agreement and this Resolution. Section 5. Effective Date. That this Resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 28th day of June , 2016. MA AYRA PENH LINDSAY 2 ATT TA H. ALVAREZ, MMC, VILLAGE CLERK APPROVED AS TO FORM AND LEGAL SUFFICIENCY X,/ ?, VILLAGE ATTORNEY 3 EXH I BIT "A" MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2015 "Village of Key Biscayne" Agreement Number: 16 -DS -U7-11-23-02-368 FAIN Number: EMW-2015-SS-00083-S01 CFDA #: 97.067 This Agreement is entered into this day of , 2016, 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 $5,225,000 dollars through the Urban Area Security Initiative (UASI) Grant Program 2015; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2015; 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 2015 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2015 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-16-0041, adopted on January 28, 2016, has authorized the City Manager to enter into this Agreement with each participating agency on behalf of the City of Miami; and WHEREAS, the Sponsoring Agency wishes to work with the participating agencies through the Urban Area Working Group process to enhance Miami and its surrounding jurisdictions ability to respond to a terrorist threat or act. NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follow: I. PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2015 which was made available by the U.S. Department of Homeland Security and the State of Florida Division of Emergency Management (FDEM). B. This Agreement serves as the Scope of Work between the Participating Agency and the Sponsoring Agency. II. SCOPE A. The provisions of this Agreement apply to UASI Grant Program 2015 activities to be performed at the request of the federal government, provided at the option of the Sponsoring Agency, and in conjunction with, preparation for, or in anticipation of, a major disaster or emergency related to terrorism and or weapons of mass destruction. B. No provision in this Agreement limits the activities of the Urban Area Working Group or its Sponsoring Agency in performing local and state functions. III. DEFINITIONS A. Critical Infrastructure: Any system or asset that if attacked would result in catastrophic loss of life and/or catastrophic economic loss management of resources (including systems for classifying types of resources); qualifications and certification; and the collection, tracking, and reporting of incident information and incident resources. B. Core County: The County within which the core city is geographically located. The core city is the City of Miami. C. UASI Grant Program 2015: The UASI Grant Program 2015 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, 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 2015 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 prevent, respond to, and recover from threats or acts of terrorism for the selected urban areas. D. National Incident Management System (NIMS): This system will provide a consistent nationwide approach for federal, state, and local governments to work effectively and efficiently together to prepare for, respond to, and recover from domestic incidents, regardless of cause, size, or complexity. To 2 provide for interoperability and compatibility among Federal, State, and local capabilities, the NIMS will include a core set of concepts, principles, terminology, and technologies covering the incident command system; multi -agency coordination systems; unified command and training. E. Urban Area Working Group (UAWG): The State Administrating Agency Point of Contact (SAA POC) must work through the Mayor/CEOs from all other jurisdictions within the defined urban area to identify POCs from these jurisdictions to serve on the Urban Area Working Group. The Urban Area Working Group will be responsible for coordinating development and implementation of all program elements, including the urban area assessment, strategy development, and any direct services that are delivered by the grant. F. Urban Area: An urban area is limited to inclusion of jurisdictions contiguous to the core city and county/counties, or with which the core city or county/counties have established formal mutual aid agreements. IV. SPONSORING AGENCY SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with the FDEM and USDHS. C. Conducting a comprehensive Urban Area Assessment, which will in turn guide the development of an Urban Area Homeland Security Strategy. 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 Homeland Security Strategy and submit to the SAA POC. F. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". G. Ensuring satisfactory progress toward the goals or objectives stipulated in "Exhibit #1". H. Following grant agreement requirements and/or special conditions as stipulated in "Exhibit #1". 3 I. Submitting required reports. V. THE PARTICIPATING AGENCIES SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the main liaison and partner with the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Participating Agencies and any sub -grantees must abide by the grant requirements including budget authorizations, required accounting and reporting expenditures, proper use of funds, and tracking of assets as stipulated in "Exhibit #1". C. Submitting monthly budget detail worksheets to the City of Miami on the progress of direct purchases of equipment or services as stipulated in "Exhibit #1". D. Complying with all UASI Grant Program 2015 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 Homeland Security Strategy. F. 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. G. Assisting the sponsoring agency in development of a comprehensive Urban Area Homeland Security Strategy. H. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". I. Ensuring satisfactory progress toward the goals or objectives as stipulated in "Exhibit #1". J. Submitting required reports as prescribed by the Sponsoring Agency as stipulated in "Exhibit #1". K. Maintaining an equipment inventory of UASI purchased items. L. Ensure that equipment obtained from the UASI Grant Program 2015, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies or exercises. Also, ensure that such equipment is readily available for onsite monitoring by DHS, DEM, 4 and the Sponsoring Agency. If the Participating Agency is incapable of staffing the equipment, such equipment shall be made available to another Participating Agency for use during any actual emergencies 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 2015, as identified in "Exhibit 2", is the sole responsibility of the receiving agency. This includes, where applicable, maintenance, replacement, training on equipment, and insuring of equipment and personnel, and compliance with intra-agency auditing requirements. VI. THE SPONSORING AGENCY AND THE PARTICIPATING AGENCY AGREE: A. That funding acquired and identified for the Urban Area Security Initiative will be administered solely by the Sponsoring Agency. B. The Participating Agencies will provide financial and performance reports to the sponsoring agency in a timely fashion. The Sponsoring Agency will prepare consolidated reports for submission to the State of Florida as stipulated in "Exhibit 1". C. The Sponsoring Agency is not responsible for personnel salaries, benefits, workers compensation or time related issues of the Participating Agency personnel. D. The Sponsoring Agency and Participating Agency are subdivisions as defined in Section 768.28, Florida Statutes, and each party agrees to be fully responsible for the respective acts and omissions of its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a municipality, state agency or subdivision of the State of Florida to be sued by third parties in any manner arising out of this Agreement or any other contract. E. This is a reimbursement grant that requires the Participating Agencies to purchase, receive, and pay invoices in full for equipment, services, and allowable personnel costs PRIOR to submitting the same for reimbursement to the Sponsoring Agency. VII. FINANCIAL AGREEMENTS A. Financial and Compliance Audit Report: Recipients that expend $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 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 2015 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 7 days after the end of each calendar quarter. A report must be submitted for every quarter that the award is active, including partial calendar quarters, as well as for periods where no grant activity occurs as stipulated in "Exhibit 1". D. Submit progress reports to describe progress to date in implementing the grant and its impact on homeland security in the state. E. All financial commitments herein are made subject to the availability of funds and the continued mutual agreements of the parties as identified in "Exhibit 2". VIII. CONDITIONS, AMENDMENTS, AND TERMINATION A. The Participating Agency will not illegally discriminate against any employee or applicant for employment on the grounds of race, color, religion, sex, age, or national origin in fulfilling any and all obligations under this Agreement. B. Any provision of this Agreement later found to be in conflict with Federal law or regulation, or invalidated by a court of competent jurisdiction, shall be considered inoperable and/or superseded by that law or regulation. Any provision found inoperable is severable from this Agreement, and the remainder of the Agreement shall remain in full force and effect. C. This Agreement may be terminated by either party on thirty (30) days written notice to the other party at the address furnished by the parties to one another to receive notices under this agreement or if no address is specified, to the address of the parties' signatory executing this contract. D. This Agreement shall be considered the full and complete agreement between the undersigned parties, and shall supersede any prior Memorandum of Agreement among the parties, written or oral, except for any executory obligations that have not been fulfilled. 6 E. This Agreement will end on June 30, 2017, unless otherwise extended, by a written amendment duly approved and executed prior to June 30, 2017, 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 MIAMI, a municipal Corporation of the State of Florida ATTEST: BY: BY: Todd Hannon City Clerk Johnny Martinez, P.E. City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: BY: BY: Victoria Mendez Calvin Ellis, Director City Attorney Department of Risk Management 7 PARTICIPATING AGENCY "Village of Key Biscayne" ATTEST: BY: Name: NAME: Title: TITLE: FID #: DUNS: APPROVED AS TO FORM AND CORRECTNESS: Participating Agency Attorney 8 City of Miami Master Report Resolution R-16.0041 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File ID 1/: 15-01652 Enactment Date: 1/28/16 Version: 1 Controlling Office of the City Status: Passed Body: Clerk Title: A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ESTABLISHING A NEW SPECIAL REVENUE PROJECT, ENTITLED "URBAN AREA SECURITY INITIATIVE ("UASI") GRANT PROGRAM FISCAL YEAR 2015", AND APPROPRIATING FUNDS FOR THE OPERATION OF SAME, IN THE AMOUNT OF S5,225,000,00, CONSISTING OF A GRANT FROM THE UNITED STATES DEPARTMENT OF HOMELAND SECURITY, DIRECTLY TO THE STATE OF FLORIDA DIVISION OF. EMERGENCY MANAGEMENT ("FDEM"); AUTHORIZING THE CITY MANAGER TO ACCEPT SAID GRANT AWARD AND TO EXECUTE THE FEDERALLY -FUNDED SUBGRANT AGREEMENT; IN SUBSTANTIALLY THE ATTACHED FORM, AND ANY NECESSARY DOCUMENTS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, IN ORDER TO IMPLEMENT.THE ACCEPTANCE OF SAID GRANT AWARD; AUTHORIZING THE CITY MANAGER TO EXTEND THE UASI GRANT PROGRAM FISCAL YEAR 2015, AS NECESSARY, AND TO EXECUTE ANY OTHER RELATED MODIFICATIONS, AMENDMENTS, OR EXTENSIONS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, ON ALL MATTERS EXCEPT THOSE DEALING WITH FUNDING CHANGES; 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 EXECUTE MEMORANDA OF AGREEMENT ("MOA"), IN SUBSTANTIALLY THE ATTACHED FORM, WITH ITS CONTIGUOUS PARTNERS, SETTING FORTH THE PARTIES' RESPONSIBILITIES IN CONNECTION WITH THE DEVELOPMENT AND SUPPORT OF THE UASI GRANT PROGRAM FY 2015 AS ADMINISTERED BY THE CITY OF MIAMI DEPARTMENT OF FIRE -RESCUE, CONTINGENT UPON FUNDING OF SAID PROJECT BEING SECURED, Reference: Introduced: 12/16/15 Name: Est. Revenue - UASI Grant Prgm Fiscal Year 2015 Requester: Departmentof Cost: Final Action: 1/28/16 Fire -Rescue Notes: • Sections: Indexes: Attachments: 15-01652 Exhibit.pdf,15-01652 Summary Form.pdf, 15-01652 Legislation.pdf Action History City ofMiami Paget Printed on 2/15/2016 Ver. Acting Body Date Action Sent To Due Date Returned Result 1 Office of the City• 12/28/15 Reviewed and Attorney Approved 1 City Commission 1/28/16 ADOPTED 1 A motion was made by Wifredo (Willy) Gort, seconded by Frank Cerullo, that this matter be ADOPTED. The motion carried by the following vote: Aye; 5 - Wifredo (Willy) Gort, Ken Russell, Frank Carollo, Francis Suarez and Keon Hardemon 1 Office of the Mayor 2/4/16 Signed by the Mayor Office of the City Clerk Office of the City Clerk 2/4/16 Signed and Attested by City Clerk City °EMiami Paso 2 Primed 2/18/20I6 City of Miami Legislation Resolution City Hall 3600 Pan American Drive Miami, EL 33133 www.mlamlgov,com File Number: 15.01652 Final. Action Date: A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ESTABLISHING A NEW. SPECIAL REVENUE PROJECT, ENTITLED "URBAN AREA SECURITY INITIATIVE ("UASI") GRANT PROGRAM FISCAL YEAR 2015", AND APPROPRIATING FUNDS FOR THE OPERATION' OF SAME, IN THE AMOUNT OF $5,225,000.00, CONSISTING OF A GRANT FROM THE UNITED STATES DEPARTMENT OF HOMELAND SECURITY, DIRECTLY TO THE STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT ("FDEM"); AUTHORIZING THE CITY MANAGER TO ACCEPT SAID GRANT AWARD AND TO EXECUTE THE FEDERALLY -FUNDED SUBGRANT AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, AND ANY NECESSARY DOCUMENTS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, IN ORDER TO IMPLEMENT THE ACCEPTANCE OF SAID GRANT AWARD; AUTHORIZING THE CITY MANAGER TO EXTEND THE UASI GRANT PROGRAM FISCAL YEAR 2015, AS NECESSARY, AND TO EXECUTE ANY OTHER RELATED MODIFICATIONS, AMENDMENTS, OR EXTENSIONS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, ON ALL MATTERS EXCEPT THOSE DEALING WITH FUNDING CHANGES; 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 • EXECUTE MEMORANDA OF AGREEMENT ("MOA"), IN SUBSTANTIALLY THE ATTACHED FORM, WITH ITS.CONTIGUOUS PARTNERS, SETTING FORTH THE PARTIES' RESPONSIBILITIES IN CONNECTION WITH THE DEVELOPMENT AND SUPPORT OF THE UASI GRANT PROGRAM FY 2015 AS ADMINISTERED BY THE CITY OF MIAMI DEPARTMENT OF FIRE -RESCUE, CONTINGENT UPON FUNDING OF SAID PROJECT BEING SECURED, WHEREAS, the United States Department of Homeland Security ("USDHS"), Is aufhorized.by the Emergency Wartime Supplemental Appropriations Act 2003, to provide funds to states for subsequent distribution to selected urban areas to address the unique equipment, training, planning, exercise and operational needs for large urban areas, and to assist in building an enhanced and sustainable capacity to prevent, respond ta, and recover from threats or acts of terrorism; and WHEREAS, the USDHS, through the State of Florida Division of Emergency Management, has sub -granted an Urban Area Security Initiative ("UASI") Grant Project FY 2015 to the City of Miami ("City") in the amount of $5,225,000,00; and WHEREAS, the City's Department of Fire -Rescue will use said funds to address the unique equipment, training, planning, exercise and operational needs of the City, and its contiguous partners, and to continue building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism; and WHEREAS, the City's contiguous partners are Broward County, the Broward County Sheriffs Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of City of Miami Pine 1 of 3 File 1d: 15-01652 (Version: 1) Printed Onr 12/22/2015 File Number: 16-01652 Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County, Monroe County, Palm Beach County, Palm Beach County Sheriffs Office, and the Village of Key Biscayne ("the Contiguous Partners"); and WHEREAS, the attached Memoranda of Agreement ("MOA") with the Contiguous Partners will provide the necessary guidelines to coordinate the UASI Grant Program FY 2015 and will permit the City to reimburse its partners for their eligible expenditures that are compliant with said grant program; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The following new Special Revenue Fund is established and resources are appropriated as described below: FUND TITLE; Urban Area Security Initiative (UASI) Grant Program FY 2015 RESOURCES: Department of Homeland Security (DHS) $5,225,000.00 directly to the State of Florida Division of Emergency Management (FDEM) APPROPRIATIONS: $5,225,000.00 Section 3. The City Manager's authorized{1} to accept said grant award, consisting of a grant from the USDHS directly to the state of FDEM, and to execute the federally -funded subgrant agreement, In substantially the attached form, and any necessary documents, In a form acceptable to the City Attorney, in order to Implement the acceptance of said grant award. Section 4. The City Manager is authorized(1} to extend the UASI Grant Program Fiscal Year 2015 as necessary and to execute any other related modifications, amendments, or extensions, in a form acceptable to the CityAttomey, on all matters except those dealing with funding changes, and to expend funds through various governmental agencies designated for homeland security expense pursuant to the UASI grant guidelines. Section 5, The City Manager is authorized(1} to execute MOA with the Contiguous Partners, in substantially attached form, setting forth the parties' responsibilities in connection with the development and support of the UASI Grant Program FY 2015 as administered by the City of Miami Department of Fire -Rescue, contingent upon funding of said project being secured, Section 6, This Resolution shall become effective immediately upon its adoption and signature of the Mayor.{2} CIO of Miami Page 2 of 3 Pita Id; 15-01652 (Version: 1) Printed On,12/22/2015 File. Ntanber; 16-0652 APPROVED AS TO FORM AND CORRECTNESS: 1 7 CTORIA L.NDEZ CITY AT'T'ORNEY Footnotes {1) The herein authorization Is, further subject to compliance with all requirements that may be Imposed by the City Attorney, including but not limited to those.prescribed by applicable City Charter and Code provisions. (2) If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date It was passed and adopted. if the' Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. city of Miami Page 3 of 3 Idle Id; 15-01632 (Version; 1) Printed On; 12/2212015 FILE ID: AGENDA ITEM SUMMARY FORM 1501 652 Date: 12/16/2015 Requesting Department: Fire -Rescue Commission Meeting Date: iffilbto District Impacted: All Type: X Resolution .❑ Ordinance ❑ Emergency Ordinance ❑ Discussion Item ❑ Other Law Department Matter ID No. Subject: Urban Area Security Initiative ("UASI") Grant Program FY 2015 & Memoranda of Agreements (" MOA's") Purpose of Item: Resolution to establish a Special Revenue Project entitled: "The Urban Area Security Initiative ("l1ASI") Grant Program FY 2015; appropriating funds in the amount of $5,225,000,00 received from the U.S. Department of Homeland Security, passed directly through the State of Florida Division of Emergency Management and authorizing the City Manager to execute Memoranda of Agreements ("MOA's") with contiguous partners, setting forth their responsibilities in connection with the support of the UASI Project administered by the City of Miami Department of Fire -Rescue, 7 Background Information; (SEE ATTACHED) Budget Impact Analysis z:„ fii Yes Is this item related to revenue? YES Is this item an expenditure? If so, please identify funding source below, ao General Account No.' Special Revenue Account No: ' 49-64,9040,-C/. '/a'O CIP Project No; is) NO Is this item funded by Homeland Defense/Neighborhood Improvement Bonds?6/.i Start Up Capital Cost: $0.00 Maintenance Cost: $0.00 Total Fiscal Impact: $5,225,000.00 Final Approvals .G NLAmo. DATE) Budge -- lOshis or i I . �'.: it rCls `��r a t . Gr811tS= �, � I j �` Risk lldanagenient Pu e}iasin ' Dept. Director Chief ,4/ /0 /s City Mans Page 1of2 0 Background Information: (continued) The United States Department of . Homeland Security, through the State of Florida Division of Emergency Management (DEM), has sub -granted the Urban Area Security Initiative ("UASI") Grant Program FY 2015 to the City of Miamiand its contiguous partners in the amount .of $5,225,000,00. This program targets homeland security funding to "high threat" urban areas in order to prevent, respond, and recover from threats or acts of terrorism and other disasters of natural or man-made origin, These funds will be used, as stipulated by the grant, for the purchase of specialized equipment, exercise, training, administrative services and development of the Urban Area Homeland Security Strategy, and other planning activities needed to ensure a successful program. It is now appropriate to accept said grant award, establish a special revenue project, and appropriate said grant award therein. In addition, the City Commission authorizes the City Manager to execute Memoranda of Agreements ("MOA's") with contiguous partners, Broward County, Broward County Sheriffs Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami .Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County, Monroe County, Palm Beach County, Palm Beach County. Sheriffs Office, and the Village of Key Biscayne, setting forth the parties' responsibilities in connection with the development and support of the UASI Program FY 2015 which is administered by the City of Miami Department of Fire -Rescue, FUND TITLE: RESOURCES: Urban Area Security Initiative {UASI) Grant Program FY 2015 Department of Homeland Security (DHS) directly to the State of Florida Division of Emergency Management (FDEM) $5,225,000.00 APPROPRIATIONS: $5,225,000A0 FY 20:5 Budget -Miami -FL tauderdal£ UAS1 3rhdirtSeef Wrote: Aran i- C, dgLae Um: tt3m S O ed Ref G/tndpdon ,AEL f t1W ET0115 aty .Maetagement 2DS41 Retiormai R.c M MarragenweritTeam Koss3 Planning No CCMA. - Common Operational Cmidnrion iKC -Conlrr,n +Qper tineai Coonforginn emergency . ldalajemaz 20:5x? (roc e�5gseaft Dave bpFrxtt OGM-L5-CR.. No 1196 P esponce- MINE • On Scene SGeutity tor_Enfdmnco 3Rt5-03 Marine Frrharasnrnerdis to Includ: oetsred ;nah3ical,a part with all 'fitting and communication and hwr "fire an the video cabin 0112/A07-SASR No L750 Protactioo . PhyddiI Prat*** : Me06taes • • 'Saw Bdaterhont 2625"+04 Y roAt1tdc Ndmet Ems are 616- tArirre caL.E-01-HlMT Yo 1350 .. Response -c13 NE .Soeenrit+lr, Seaach, and: f6a0action 1.aw BNWcmnere 5 . • Vidt:o Ray Ptb Oeeretioe' {Detector, Gaarsa/Otouaon. Stand:01 07PD-r t-.fiei7 No . !1St, . - FaMmarere- MIME Saaenina,5eash. and Deudlan law Fred rem ettt • ... 2t3S-05 - iraidngonFrightVision Giggles - AvLsdon 11GMfX1--TigeG Igo d50 fldponsM•DEANE S Screening. Sewell. and Devcoon alder EnforecrauR ' 7025-07 " ilileht Vision GergSe!-SWAT 00t'F-C,?-TRA ilb 550 Common Opasatiodd Concesitiraia Raw L•nfamnant 242S-08 951EOC Frrha.ra*..cals .04ttW-d1..nO nu, 22GN-03-0CEq No 7 950 Crrrsn'aes Pik YStlrralk3N/Watta[Law Enlacement 2171509 Y - Ernagency Not#ksifon 9jrtem . 13T-OCORAS {h 1 950 11ComntOt ' .. na . .. bore or Devdnp an Air ltuardc Emarga'ty R:groom Nan and Reid=d Berate WA Fb 7 Manage. . LaV6Y'catneat ]01$40 ?DlS1 LO $Respertx- Communic do Quatationai. Conmtankmiory Y 'COW' (Cowme nbtirnc On Wheaby Rimer Arno4tbe D6cf,canes1mG .Yea •] [oral Gables 4Cae>tmunlratios Se nse- Operational Coordination Flre Reim 7015.72 'Fnf. Ardun cersants to include monitors, vide. wail and computer hardware and seRwate 041.1W-01.3NiiW. owl,•03LN57,_21GN- CD-pC#Q .Yes . I Sue, dm. Scach and Deteatm Lew elfon. ,root ]1215-15 4 Parable taw Surqtaince Systm- gaga* ME -MAW Yes 3 tarnlsprhne: c. - Fort Laud&daFc 1'r Resumer, LSRWF SituationalAuesnsert Tsnnr. .7 MsmaWano0 . ]A75 ]+F. EOC Enhancements 21.61-0DOfF4 '1b 7 art Lauderdale -. Prevetaim SaresAa f„5eaah, and CatacHun 'F Pgttable Marine FUR .09010411.11183 s t 0 Lw a Fs Or :. taw E,dixve,prnt ,i0g576 2015.15 Foci lauderda7e Response- Cagana.i®6arw Operating* CgntnwnFa64ns '. . Communications Gear FO' -SWAT -Ft taint -Wale avisaisrAc Nb 5 fort laoderehle ' PGmrfrg , ammeorad Cradccs - . . ' 3035]7 • Mr O6 -01 -POT, o9Y& 0_33 No n Hadar Cowarunlns*aw Uri Earmaatcv8 .7075-18 - APCO PS Compleet Radio Swoon OaP-04-MWAV . No 5 NAlsah Response- CSMit Someone Tans law 0nforminge 19 Y IORaaw1 WSuee mere ' - - Panning /No I FY 2015 Budget-Misr,-Ft..taudQrdata ttASI 'e3vrA arriabr, Ptarxti: .- _; YD25-iQ EDG Phitoer3uak Pia - •; - Na i �,• ±Iij .-'.r.- . - rio ".•0044 1 : ,_ lam , 2035-27. . 7Yarr>}i. t3�cir ?k ,' - 0 " 2 i . - 'QParaetewat AtorraMmiaions . . . - 4Q:.cAe 3Ct'4iu2 • .. -affiihCR Softwaresmd 4i.rtieaw OSHW-At:-NFi�, OdAP-46-RASM 4 - r` QIN "u-.iI st Meng 201•,13 MLA _ .. No 1' +S — : err., 91 %'term •.. Lang —Temp AdneraWor (Redu�on A80iaMatea .2015-z# • • !hdment MaiMni.Ka/Sus aalSR irinapi for 1150 P ctentre0 £Gdprtsnt Mice $102....16 fire 00 .193,1:100,13915120.1100 .. . u GE1.05-MJJM- No 1 $782,3 2-00 Sir r r er jez ^ ;i+ E imil fN •Ir 44 L 91'li ti.flj-i',i 'r J+ �r4r t . .: h� il ,tit,�•' ;1 �•f'h _ ' II tf' t• '� `#,'f� '` ild J 9 yy, 1. 41- ti : i'' r s. ,,� � kb'�' ' f 1 1i a • ` iF r w A e• rt idi I 6, �' I rye r' r •� y drkx .r • Resp�se- - -- :.• tniramucntre ' items •.r Ci -•' ,.. - 2at5.25 ifirst Ethernet Samna Ei fire College fre . Redundent Comrrenuireikinsfermail rs is evens]: Tiltie projat Wt000eiriue lhuvkas fora Mama-E'd+emetNee that pro+ es fix network aneclielM6eteem the Car's m network -and the 03.1 bade ., cwther. - 1:Ci-0l 1200. • no .. 1 +,"�JI r 600.110ni. .112 } ` • d'' . . . ' , ..om - - . . . - _ Response- ConnpureCetions 9per royal i owenuai.....iw.5 - AA OrolgaIa5 • 7115.46 . SeterneMope Sstabrtaeta Ceywkie (12 Mouthr}. The project w ebneree, theser> icephones thiA are Waned tbm ghowt ChY Dapartroe+rts as p4iireand firesation3 whcia eRee alt fait responder 1+,.. poril•_ prinlen]e reenrnlrsr ke sswo<ate &ran. • oOCC-03.5.4.78 'N. - 1 .. . . . .. �$ � r r.r '��•p�x h . .7 .:{72�e21;e` (Vivra . _ . Maeei _ .. Plan .. . ,I • -•.•, _ 803.5-27 .exerclse.reviwion • R,T& L ltiir rrolecs en arrest mnf i- d£+dPinaryproje» for the alyof FlWmiunder the NerlarahipofeaEr$ ' Project scope wit iwdeea.LI race. o/oumtJC" doagnenvsea4ertha. : pampidoePico..dtrairargs that . benefit tarrWsa>+el±htdernt> set: X- ;narre nent irair}egx Trsrmhies Will frr , ►lude IC nvnet 160end any other apedKtaed mines needed tWew,aGif aUficlon. Film $66,81•5• ENf :. ; . .. . . . . . - P iIn fro - 1 - - - a • 000 NA ' ct- .c.,rs.. ., •. , . . Mau* Phttentian On Scene secury Alt Me? 3610, .. 2015-28 ^r .sppr•'r'edby opmaSonei OrfarSoeclal er.o:O A FEW QrLitsweirn No 1 . .. Sake, ` FY 2015 Budget -Miami -Ft Lauderdale IJA SI NT ntni . . . . . . . .. ... - - - 2515.25.. .COpolLhnkY (The Cooed 'OKTv0444 will FM✓" the Want Police Clopastrnene the to deploy QJVMmF(rll7t in ens area of soft and enhance our co deer f2Y V6a$a : WAS. '.zui i . W-01.- '1 •A VO- 01.-PYIN404NRY03- n> •IiaPRCI- AlN Yes . 530 • • + , R",,71+15j4 �' "{ 5s43c�?L _•i -1 , YJ f a pl y ,* Y �,llt� fir { 'O - r; '' � YRwti aNa WiF SP a/ .5min%end aatceton . ,.emi' ... .. . . . C.eav,ion Planning .. - Enu✓Fencir Managern'eirt .. ,201534 Ea.eopsw MartegttraantPlan.ar0.2 ma+dsa). Tao codeine wit assist with the Ot s-ASion ofeLawide anonionorrnanajemm�t plans a such the CVO. 03GmutCOOP. . . . No - . ... 3 -•;•OtlU.++ I '' 5 'fclf ll 'i h#`. cfj_.i� " FA,, Rmat. Corr mon . - S fsraSeraV tt'tarragenent 2025.41 •E6M+8a•4ifAum6a^who PWMet'{32{3 months). This positron M mist Wh6 Srnsrai *ankle r atinisOhdS Matto) to he imp ntaLptafthe(ARgnarst _ 1 1 . • rtir h� fa�7 x�' I�C `-a . ✓M1g7 i'f �' �+ •• e I Fiy' ? Pc, ,'a•, 1 i. F' �^{,' n ad .:,, -- . ?term .: . . . . . PntergeOcY Mona at .. - - . . . ., . iDms+ehmranryPlanner viz • : .. ( t}I �a< 3�.�a�*, �i 5 i ; i_ x: ..,,ntl. 1. *Et mak*. the a.. ham tasking idat pardon of dee .. . • . .- .. u... Procec;ian •` . ftshasexuetue Systems L .E fOSYr.ee[. n 203,%-33 - • threat Naessmera Sectstey Upgrades at the NuthsndSonth Mask Sub Stations telndudeCL7Vend CanttR aders 14SW01-V2UA...• . 01 -PALS Yes • SYS0000.00 Lr,= ay.�y _ jd ,��,"'{ , .' `. {"' Moonfaced). Protection ' • MageePtae+stiVs \if .•,- •• Ines 101534 EY Y yCnF mettrs at t• ty Pfrod Settvh cu.a :4SW41-VD.0 N- MA. tgiC•.06.PPSS,.. Mp f.41W-01-DdGR 1.451V -01 -WALL . . . • i'N d 1 F •it�l I I"{' 4F I - II t! ' y��A4M "- s • �P �55''r II F ,. . hr S My '' (�"# °e,. , , �''+ a is Miami aardene Pr tersim • screening. search, and . . . 7eteedar Lawenforarment 2015.55" • ' Y Portable Eioraad Sssoaaasxm MLtfortn ! - I 30-SURV.04MD- ..-.-x Ym 1 ' S320.19a.00 9 .f• d ;y ". �r ii. g�rta-Dade -O teas - - • r. - RT1Mfm9t&neA • - - a9ehlten0 .. tit 7yGN-DO-MAtN >� N . 4.1 �' -: !r Y •y r la '+ ' '2 Marna -Dade t4otactior+.. Phask*P.utwla. M4fi•r4¢ laawEnfaraman! 717aS2i Y' .. {. .Fie... . .� TsrY'tt FtartlenMgFI1 'Project 4SW-Q2 low-ca ., x . « Make l,Das la fiespmsse-C Entironraertial- - +pm+eFN aryl-Safetyoalth a Safety taw Er forcemart 20s..5-10 - ': Forensic ReePCnfaTrnn dace- . Shakers and infrared TMrmm e oerr_rs 0862 -03 --TOED and ,' ' , . yt7 Viirming rommeln isgratnar ilk lufennrar Carmine . Patin Bead,' County Common PESO. Pn.r[acua.St PB56 Preverttinn also Pivnn:ng taw Eneweennen 20E540 On SMIeSpcurlY !aw£re ..ascot 2035-41 Operat)cnel. crarrP.rrleketI«u " Arc Rescue 203-4 fiwircora ResponselHa3kiiand Safety— ire Resole .. . Emergency ,Ose:atictrotCowfination #sr®gemerre tarmramicat£ons Al!D OSNw-01-fNHW SWAYGpsa Weber 8reactitiv .r.£ -r 101E-0Oi7TIM .. . P S Menu treble PQr1»tge - .. Osotrr+urucetions Fyulprrm t 1050?-al-rOFTT lnteroperableCommonioninssAmq . gl4P4gifti1N,04it(F M1zymgetnar: tT,eas.FrRecovery Susmtrm+ent Planting. Training Eerdse lflbek Conenuotly Preparedness Planning ,APX60007AZJ8Cf) Prr RaGtcs A44p41 ENO NNW- enc. Irffrastosetarotthvieds Y ciideostaaie'at P8t4 Y ',EGO ()Ism ptorToni ,8usineassnel community Partners 'Again, Terrorttnn Wlobornett APK 7000}lE; APCA?-S us Portable F.sc4x; 767- ; IMPRESSEnerg, ,4(usar-v;;rtFoMa P- Stbert,:onc Trenting,RES .aYtned: PPed ,.,rtetnr4arkteressyshootdor cirro oubone; baUea;e..carrfereinnd charges i32-MOBi.O6PAV-01- J 1W and 2lG.b-0tL Y,7t(,T ?ASY!•Ol-VtDR SHAT £nhancePm¢nnsta dude universal Pew amptt sin..n o.ti O Z-1llhand. headpiece omxaualcatiou =am 01-TAC ' Regiona3 Program Mgnatar. This (posftlm assist the. Nam I urd FL Lauderdale with nsgional pfafsdsta .. needs {e$. drafting at irNesimnrt jte5t3rtcallorrs, cooscfinvttiorr of UAWG meetings, dzuetopr:tat of annum budgets. etc.). $'90.0tXt.n0 41 " FY Y 2015 Budget -Miami -Ft la iderdate UAS1 Ptarwin: ' bw.Y nG7 ._am - 95 'tb0ttftl Pt8tar8ttg,t'ta(1SKj and ,J" Li Exaeiees Ccciddn29DF Cds O!1 ar[dutie.s the resgonsita s 9f ensuring nornotinne.1 volt, tralrir.rg 061196 an `F ll as .the oocccrrrotkat' s.-{57 at neue -et.CrciSes. .. Pfermit�� No:,2 "  ��.ld ��p O' ( t .: r'i a' R awl' .. Waimea and kvetotran 2Q1S5$ Fusion Center - .. .... D!a A " [ ��- e. .194' 1 ;. ;" ��- . , " ., Prevendan tntel5geau;and facanalun 5trarke " . .w Bdaternint :- -a1 Corner Oeetetinrn to'blck ke .. ,. r hardwar* and per a iieraiS, Traoiir Irtsyst i1 dILA progma . ..." - fl9Mpr at��t�%V,2 ." . +�� - - `1 .. . .. : " , ��r�� jth} L�� s ��'`,z '" . ri- '����:I ��." ._" .; . Prevent on nanittlerg m and InTan 6on - " " - - " .. iariCteemert - -11S-fiQ - data Planner 1 ��.. . d+ T . ;mac. . ��...�� Re iQ & . alefl xu: .OFenaked coon5ne!ion - acs M+> +w��rt . . iIrminioni commend 6cfivai , aysie 3 h0+aded RTC ttyzOrfait le ahar9a9 ...  etnergerry, a wade n PS it.vfl .. 6typl-B!f!O( ��r sib{2; a'1: tO a P or r for day o-dey .." mei Info sharing and update& AP-65-CAss,00P- 06 54. tHi5iM-04- HMO, ZZGN-C9- ?R3`Ki.21Gt4-00-Ch'Gt' Na - t - - ..s 78. W 9d�� �� a1d" y i ti" p IyiG it+- 1I �� 'U c ,1 ��,,," r1 -I a. 'S>zs_rr. 2����r r,: x fit" 1�t.Ye, k'- .. 4tti x yKh " ,. r ry . .:r w . " mot [carman .. . .tiorndcoordnadon -narsm��rt- - .��tl.`.rF ` . tJs* nation - , " " . . No 1 SO'? " " E... e��,.-��" .r. " - Pro-,i.x,on srnenre , sen.* Detnaas AA Qtsc4dnet - .- - " roosi 6L��'ditrla tiadzr ' .. _. .' 11.02-#ATJIQ y&y . 33-. Sy-5��% " , m x '' " c ' Rztj ERr lao9I Clime C Planning, Training Exercise and Lr'+ri' 19��'t-00.8CYf[21CR- gua-tart, Morin- " ." ` 2UUN-OI-C' Q 1,1o. 1 ryr+ x��7s t lr r " ;". �� Tra11047 a Ex2rL` ExerRdgloradcise 736N-01I _ No i .. ti, '�� ^s'' - .x h,, y kT.' " .4..��'tft ''4'i F i 1 .3 ��`��' r. . prelarctMat. : ..- Ecndenrai rdRb9tyltanilaalon " .ZFhc52trlioos in Startse -Prot .. Yes ,] : ""$35,183dJ0 ��,_. r 3 rCt P y{t {�� r aft xi - t `- ` ': ,,( _ =. ir t 10. Y � s Ala + 41 .. .. :.nadx, Rcpo,��- - Lo6inrunttadars ,��. -, _" .. Cu/rruha(Dedoila . .. 203Sa7Z - Min kla�%OVera'yPRt' Cormur ons- and " - r75C,PO1-96RT;10ilC. -GATE - .. " FY 21115 Budget -16/12171;41, Lauderdale L A5i ththibit # 1 Contract Number: 16 -DS -U7-1'-23-02- ;68 FEDERALLY -FUNDED SUBAWARD AND GRANT AGREEMENT 2 C.F.R. §200.92 states that a "subaward may be provided through any form of legal agreement, including an agreement that the pass -through entity considers a contract," As defined by 2 C,F,R, §200.74, "pass -through 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, §200.93, "Sub -Recipient" means "a non -Federal entity that receives a subaward from a pass -through entity to carry out part of a Federal program.` As defined by 2 G.F.R. §200.38, "Federal award" means "Federal financial assistance that a non - Federal entity receives directly from a Federal awarding agency or Indirectly from a pass -through entity." As defined by 2 C.F.R. §200.92, "subaward" means "an award provided by a pass -through entity to a Sub -Recipient for the Sub -Recipient to carry out part of a Federal award received oy the pass -through entity." The following information is provided pursuant to 2 C.F.R. §200,331(a)(1): Sub -Recipient's name: CCJ Of Miatnj Sub -Recipient's unique entity Identifier (DUNS): 072220791 Federal Award .Identification Number (FAIN): EMUW-2015-SS-00083-S01 Federal Award Date: 09/01/2015 Subaward Period of Performance Start and End Date: its of Execution —12/31/2017 Amount of Federal Funds Obligated by this Agreement: 55,226,000:00 Total Amount of Federal Funds Obligated to the Sub -Recipient: S301,438.325.36 Total Amount of the Federal Award: S20 690,684,00 Federal award project description (see FFATA) See Article I, Agreement Articles: EMW-2015-SS-00083 Dept. of homeland SecUrlty/FEMA Name of Federal awarding agency: Name of pass -through entity: Contact Information for the Pass -through entity: CFDA Number and Name: Whether the award is Research & Development: Indirect cost rate for the Federal award: l -L Div, of Emergency Management 2556 Shumard Oak Boulevard, Tallahassee, Florida;32311 97.067 Homeland Sr Lt Program No (NIA) 32.78% THIS AGREEMENT Is entered Into by the State of Florida, Division of Emergency Management, with headquarters in Tallahassee, Florida (hereinafter referred to as the "Division"), and City of Miami, (hereinafter referred to as the "Sub -Recipient"). For the purposes of this Agreement, the Division serves as the pass -through entity for a Federal award, arid the Sub}Recipient serves as the recipient of asubaward. THIS AGREEMENT IS ENTERED INTO BASED ON THE FOLLOWING REPRESENTATIONS: A. The Sub -Recipient represents that it is fully qualified and eligible to receive these grant funds to provide the services identified herein; B. The State of Florida received these grant funds torn the Federal government, and the Division has the authority to subgrant these funds to the Sub -Recipient upon the terms and conditions outlined below; and, C. The Division has statutory authority to disburse the funds under this Agreement, THEREFORE, the Division and the Sub -Recipient agree to the following: (1) APPLjCATION OF STATE LAW TO THIS AGREEMENT 2 C.F.R.. §'240.302 provides: "Each state must expend and account for the Federal award In accordance with state laws and procedures for expending and accounting for the state's own funds.' Therefore, section 215.971, Florida Statutes, entitled "Agreements funded with federal or state assistants", shall apply to this Agreement. (2) LAWS., RULES, REGULATIONS AND PQLICIEQ, a. The Sub-RecIplent's performance under this Agreement is subject to 2 C.F,R. Part 200, entitled "Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards." b. As required by Section 215.971(1), Florida Statutes, this agreementincludes: i. A provision specifying a scope of work that clearly establishes the teaks that the Sub -Recipient is required to perform. !I. A provision dividing the agreement Into quantifiable units of deliverables that must be received and accepted In writing by the Division before payment. Each deliverable must be directly related to the scope of work and specify the required minimum level of service to be performed end the criteria for evaluating the successful completion of each deliverable. A provision specifying the financial consequences that apply if the Sub - Recipient fails to perform the minimum level of service required by the agreement. iv, A provision specifying that the Sub -Recipient may expend funds only for allowable costs resulting from obligations incurred during the specified agreement period. v, A provision specifying that any balance of unobligated funds which has been advanced or paid must be refunded to the Division. 2 vi, A provision specifying that any funds paid in excess of the amount to which the Sub -Recipient Is entitled under the terms and conditions of the agreement must be refunded to the Division, c, In addition to the foregoing, the Sub -Recipient and the Division shall be governed by all applicable State and Federal laws, rules and regulations, Including those identified in Attachment D. (3) CONTACT a. In accordance with section 215.971(2), Florida Statutes, the following Division employee shall serve as the grant manager for this agreement, shall be responsible for enforcing performance of this Agreement's terms and conditions, and shall serve as the Division's liaison with the Sub -Recipient; Michael J, Day FL Division of Emergency Management 2655 Shumard Oak Boulevard Tallahassee, Florida 32311 Telephone: (850) 488-3133 Fax: (860) 922-8689 Email: Michaei.Day@em,myfiorida.com b. The name and address -of the Representative of the Sub -Recipient responsible for the administration of this Agreement Is: Pedro Gomez 444 SW 2nd Ave, 10th Fleer Jvlleml, FL 33130 Telephone: 305-416-6402 Fax:. 805-569-4070 Email:pgomezt miamigoy,com c. In the event that different representatives or addresses are designated by either party after execution of this Agreement, notice of the name, title and address of the new representative wili be provided to the other party. (4) TERMS AND CONDITIONS This Agreement contains all the terms and conditions agreed upon by the parties. (5) EXECUTION This Agreement may be executed in any number of counterparts, any one of which may be taken as an original, (8) MOg1F1CP iON, 3 Either party may request modification of the provisions of this Agreement. Changes which are agreed upon shall be valid only when In writing, signed by each of the parties, and attached to the original of this Agreement. (7) SCOPE OF WORK. The Sub -Recipient shall perform the work in accordance with the Attachment A, Budget and Attachment B, Scope of Work, of this Agreement. (8) PERIOD OF AGREEMENT This Agreement shall begin upon execution by both parties and shall end on December 31, 2017, unless terminated earlier in accordance with the provisions of Paragraph (17) of this Agreement. Consistent with the definition of "period of performance" contained in 2 C.F.R. §200.77, the term "period of agreement" refers to the time during which the Sub -Recipient "may incur new obligations to carry out the work authorized under" this Agreement. In accordance with 2 C.F.R. §200.309, the Sub - Recipient may receive reimbursement under this Agreement only for "allowable costs incurred during the period of performance." In accordance with section 215.971(1)(d), Florida Statutes, the Sub -Recipient may expend funds authorized by this Agreement "only for allowable costs resulting from obligations incurred during" the period of agreement. (9) FUNDING a. This is a cost -reimbursement Agreement, subject to the availability of funds. b. The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature, and subject to any modification in accordance with either Chapter 216, Florida Statutes, or the Florida Constitution. The Sub -Recipient shall be reimbursed for allowable costs incurred in the successful completion of each deliverable. The maximum reimbursement amount for each deliverable is outlined in Attachment A, Budget and Attachment B, Scope of Work, of this Agreement. c. The maximum reimbursement amount for the entirety of this Agreement is $5,225,000.00, d. The Division will review any request for reimbursement by comparing the documentation provided by the Sub -Recipient against a performance measure, outlined in Attachment B, Scope of Work, that clearly delineates; i. The required minimum acceptable level of service to be performed; and, li . The criteria for evaluating the successful completion of each deliverable. e. The performance measure required by section 215.971(1)(b), Florida Statutes, remains consistent with the requirement for a "performance goal", which is defined in 2 C.F.R. §200.76 as "a target level of performance expressed as a tangible, measurable objective, against which actual achievement can be compared." It also remains consistent with the requirement, contained in 2 C.F.R. 4 §200.301, that the Division and the Sub -Recipient 'relate financial data to performance accomplishments of the Federal award." f. If authorized by the Federal Awarding Agency, then the Division will reimburse the Sub -Recipient for overtime expenses In accordance with 2 C.F,R, §200.430 ("Compensation --personal services") and 2 C.F.R. §200.431 ("Compensation --fringe benefits"). If the Sub -Recipient seeks reimbursement for overtime expenses for periods when no work is performed due to vacation, holiday, illness, failure of the employer to provide sufficient work, or other similar cause (see 29 U,S,C, §207(e)(2)), then the Division wnl treat the expense as a fringe benefit. 2 C.F.R. §200.431(a) defines fringe benefits es 'allowances and services provided by employers to their employees as compensation In addition to regular salaries and wages,' Fringe benefits are allowable under this Agreement as long as the benefits are reasonable and are required by law, Sub -Recipient -employee agreement, or an established policy of the Sub -Recipient, 2 C,F,R. §200.431 (b) provides that the cost of fringe benefits in the form of regular compensation paid to employees during periods of authorized absences from the job, such as for annual leave, family -related leave, sick leave, holidays, court leave, military leave, administrative leave, and other similar benefits, are allowable if all of the following criteria are met; I. They are provided under established written leave policies; The costs are equitably allocated to all related activities, including Feaeral awards; and, iii. The accounting basis (cash or accrual) selected for costing each type of leave is consistently followed by the non -Federal entity or specified grouping of employees. g. If authorized by the Federal Awarding Agency, then the Division will reimburse the Sub -Recipient for travel expenses in accordance with 2 C.F.R. §200,474. If the Sub-Reciplent seeks reimbursement for travel costs that exceed the amounts stated in section 112.081(6)(b), Florida Statutes ($8 for breakfast, $11 for lunch, and $19 for dinner), then the Sub-Reciplent must provide documentation that: I. The costs are reasonable and do not exceed charges normally allowed by the Sub -Recipient in its regular operations as a result of the Sub -Recipient's written travel policy; and, ii. Participation of the individual In the travel Is necessary to the Federal award, h. The Division's grant manager, es required by section 215.971(2)(o), Florida Statutes, shall reconcile and verify all funds received against all funds expended during the grant agreement period and produce a final reconciliation report. The final report must identify any funds paid In excess of the expenditures Incurred by the Sub -Recipient. i, As defined by 2 G.F.R. §200.53, the term "improper payment" means or includes; I. Any payment that should not have been made or that was made in an incorrect amount (including overpayments and underpayments) under statutory, contractual, administrative, or other legally applicable requirements; and, 5 11. Any payment to an ineligible party, any payment for an Ineligible good or service, any duplicate payment, any payment for a good or service not received (except for such payments where authorized by law), any payment that does not account for credit for applicable discounts, and any payment where insufficient or lack of documentation prevents a reviewer from discerning whether a payment was proper, (10)RCO9fDS a. As.required by 2 C.F.I . §200.336, the Federal awarding agency, Inspectors General, the Comptroliar General of the United States, and the Division, or any of their authorized representatives, shall enjoy the right of access to any documents, papers, or other records of the Sub -Recipient which are pertinent to the Federal award, In order to make audits, examinations, excerpts, and transcripts, The right of access elso includes timely and reasonable access to the Sub -Recipient's personnel for the purpose of interview and discussion related to such documents. Finally, the right of access is not limited to the required retention period but lasts as long as the records are retained. b. As required. by 2 C.F,R. §200,331(a)(5), the Division, the Chief Inspector General of the State of Florida, the F!orlda Auditor General, or any of their authorized representatives, shall enjoy the right of access to any documents, financial statements, papers, or other records of the Sub -Recipient which are pertinent to this Agreement, in order to make audits, examinations, excerpts, and transcripts. The right of access also includes timely and reasonable access to the Sub -Recipient's personnel for the purpose of interview and discussion related to such documents. c. As required by 2 C.F,R. §200.333, the Sub -Recipient shall retain sufficient records to show its compliance with the terms of this Agreement, as well as the compliance of all subcontractors or consultants paid from funds under this Agreement, for a period of theee (3) years from the date of submission of the final expenditure report. The following are the only exceptions to the three (3) year requirement: If any litigation, claim, or audit is started before the expiration of the three (3) year period, then the records must be retained until all litigation, claims, or audit findings involving the records have been resolved and final action taken. ii, When the Division or the Sub -Recipient is notified in writing by the Federal awarding agency, cognizant agency for audit, oversight agency for audit, cognizant agency for indirect costs, or pass -through entity to extend the retention period. ill. Recordafor real property and equipment acquired wth Federal funds must be retained for3 years after final d'sposition lv. When records are transferred to or maintained by the Federal awarding agency or pass -through entity, the three (3) year retention requirement is not applicable to the Sub- Recipient. 6 v. Records for program income transactions after the period of performance. in some cases recipients must report program income after the period of performance, Where there is such a requirement, the retention period for the records pertaining to the earning of the program income starts from the end of the non -Federal entity's fiscal year in which the program Income is earned. vl. Indirect cost rate proposals and cost allocations plans. This paragraph applies to the following types of documents and their supporting records: indirect cost rate computations or proposals, cost allocation plans, and any similar accounting computations of the rate at which a particular group of costs is chargeable (such as computer usage chargeback rates or composite fringe benefit rates). d. En accordance with.2 C,F.R. §200,334, the Federal awarding agency must request transfer of certain records to its custody from the Division or the Sub -Recipient when it determines that the records possess long-term retention value. e. In accordance with 2 C.F,R. §200.335, the Division must always provide or accept paper versions of Agreement Information to and from the Sub -Recipient upon request. If paper copies are submitted, then the Division must not require more than an original and two copies. When original records are electronic and cannot be altered, there is no need to create and retain paper copies, When original records are paper, electronic versions may be substituted through the use of duplication or other forms of electronic media provided that they are subject to periodic quality control reviews, provide reasonable safeguards against alteration, and remain readable. f. As required by 2 C.F.R. §200.303, the Sub -Recipient shall take reasonable measures to safeguard protected personally identifiable Information and other Information the Federal awarding agency or the Division designates as sensitive or the Sub -Recipient considers sensitive consistent with applicable Federal, state, local, and tribal Pews regarding privacy and obligations of confidentiality. g. Florida's Government in the Sunshine Law (Section 286,011, Florida Statutes) provides the citizens of Florida with a right of access to governmental proceedings and mandates three, basic requirements: (1) meetings of public boards or commissions must be open to the public; (2) reasonable notice of such meetings must be given; and, (3) minutes of the meetings must be taken and promptly recorded, The mere receipt of public funds by a private entity, standing alone, Is Insufficient to bring that entity within the ambit of the open government requirements. However, the Government In the Sunshine Law applies to private entities that provide services to governmental agencies and that act on behalf of those agencies in the agencies' performance of their public duties, if a public agency delegates the performance of Its public purpose to a private entity, then, to the extent that private entity is performing that public purpose, the Government in the Sunshine Law applies. For example, if a volunteer fire department provides firefighting services to a governmental entity and uses facilities and equipment purchased with public funds, then the Government In the Sunshine Law applies to board of directors for that volunteer fire department. Thus, to the extent that the Government in the Sunshine Law applies to 7 the Recipient based upon the funds provided under this Agreement, the meetings of the Recipient's governing board or the meetings of any subcommittee making recommendations to the governing board may be subject to open government requirements. These meetings shall be publicly noticed, open to the public, and the minutes of all the meetings shall be pubic records, available to the public in accordance with Chapter 110, Florida Statutes. h. Florida's Public Records Law provides a right of access to the records of the state and local governments as well as to private entities acting on their behalf. Unless specifically exempted from disclosure by the Legislature, all materials made or received by a governmental agency (or a private entity acting on behalf of such an agency) In conjunction with official business which are used to perpetuate, communicate, or formalize knowledge qualify as public records subject to public inspection. The mere receipt of public funds by a private entity, standing alone, Ts insufficient to bring that entity within the ambit of the public record requirements! However, when a public entity delegates a public function to a private entity, the records generated by the private entity's performance of that duty become public records. Thus, the nature and scope of the services provided by a private entity determine whether that entity Is acting on behalf of a public agency and is therefore subject to the requirements of Florida's Public Records Law. 1, The.Sub-Recipient shall maintain all records for the Sub-Reciplent and for all subcontractors or consultants to be paid from funds provided under this Agreement, including documentation of all program costs, In a form sufficient to determine compliance with the requirements and objectives of the Budget and Scope of Work - Attachment A and B - and all other applicable laws end regulations, (11)AUDITS a. The Sub -Recipient shall comply with the audit requirements contained in 2 C.F.R. Part 200, Subpart F. b. In accounting for the receipt and expenditure of funds under this Agreement, the Sub -Recipient shall follow Generally Accepted Accounting Principles ("GAAP").. As defined by 2 C.F.R. §200.49, GAAP "has the meaning specified in accounting standards issued by the Government Accounting Standards Board (GASB) and the Financial Accounting Standards Board (FAs13)," 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, GAGAS, "alto known as the Yellow Book, means generally accepted government auditing standards issued by the Comptroller General of the United States, which ere applicable to financial audits." d, If an audit shows that all or any portion of the funds disbursed were not spent 1n accordance with the conditions of this Agreement, the Sub -Recipient shall be held liable for reimbursement to the Division of all funds not spent In accordance with these applicable regulations and 8 Agreement provisions within thirty (30) days after the Division has notified the Sub -Recipient of such non- compliance. e, The Sub -Recipient shall have all audits completed by an independent auditor, which Is defined In section 215.97(2)(g), Florida Statutes, as "en Independent certified public accountant licensed under chapter 473," The Independent auditor shall state that the audit compiled with the applicable provisions noted above. The audit must be received by the Division no later than nine months from the end of the Sub -Recipient's fiscal year. f, The Sub -Recipient shall send copies of reporting packages for audits conducted In accordance with 2 C.F.R. Part 200, by or on behalf of the Sub -Recipient, to the Division at the following address: t7f;jViSingle Auditnem,mvflorlie.com OR Office of the Inspector General 2556 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 g. The Sub -Recipient shall send the Single Audit reporting package and Form SF -SAC to the Federal Audit Clearinghouse by submission onl re at: nzw:unarvester,census.goviracfcoliectiddei ndex, htm l h. The Sub -Recipient shall send any management letter issued by the auditor to the Division at the following address: D�MSlnaie Audittem.mvflorlda,com Office of the Inspector General 2655 Shumard Oak Boulevard Tallahassee, Florida 323999..2100 (12)REPORTS a. Consistent with 2 G.F.R. §200.328, the Sub -Recipient shall provide the Division with quarterly reports and a close-out report. These reports shall Include the current status and progress by the Suo-Recipient end all subcontractors in completing the work described in the Scope of Work and the expenditure of funds under this Agreement, In addition to any other information requested by the Division. h. Quarterly reports are due to the Division no later than thirty (30) days after the end of each quarter of the program year and shall be sent each quarter until submission of the administrative close-out report. The ending dates for each quarter of the program year are March 31, June 30, September 30 and December 31. c, The close-out report Is duo sixty (60) days after termination cf this Agreement or sixty (60) days after completion of the activities contained in this Agreement, whichever first occurs. Ali 9 closeout reports shall be due no later than August 31, 2018, regardless of the time extension or other exceptional circumstances. d. If all required reports and copies are not sent to the Division or are not completed in a manner acceptable to the Division, then the Division may withhold further payments until they are completed or may take other action as stated in Paragraph (16) REMEDIES, "Acceptable to the Division" means that the work product was completed In accordance with the Budget and Scope of Work. a. The Sub -Recipient shall provide additional program updates or Information that may be required by the Division. f, The Sub -Recipient shall provide additional reports and Information Identified in Attachment A (Scope of Work). (13)MONiTQRING, a. The Sub -Recipient shall monitor Its performance under this Agreement, as well as that of its subcontractors and/or consultants who are paid from funds provided under this Agreement, to ensure that time schedules are being met, the Schedule of Deliverables and Scope of Work are being accomplished within the specified time periods, and other performance goals are being achieved. A review snail be done for each function or activity in Attachment A to this Agreement, and reported In the quarterly report, b. In addition to reviews of audits, monitoring procedures may include, but not be limited to, on -site visits by Division staff, limited scope audits, and/or other procedures. The Sub -Recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Division. In the event that the Division determines that a limited scope audit of the Sub -Recipient is appropriate, the Sub -Recipient agrees to comply with any additional instructions provided by the Division to the Sub -Recipient regarding such audit, The Sub -Recipient further agrees to comply and cooperate with any inspections, reviews, investigations or audits deemed necessary by the Florida Chief Financial Officer or Auditor General. In addition, the Division will monitor the performance and financial. management by the Sub -Recipient throughout the contract term to ensure timely completion of all tasks. (14)LIABILiT. a. Unless Sub -Recipient is a State agency or subdivision, as defined In section 788.28(2), Florida Statutes, the Sub -Recipient Is solely responsible to parties it deals with in carrying out the terms of this Agreement; as authorized by section 768.25(19), Florida Statutes, Sub -Recipient shall hold the Division harmless against all claims of whatever nature by third parties arising from the work performance under this Agreement, For purposes of this Agreement, Sub -Recipient agrees that It Is not an employee or agent of the Division, but is an independent contractor. b. As required by section 768.28(19), Florida Statutes, any Sub -Recipient which Is a state agency or subdivision, as defined In section 768.28(2), Florida Statutes, agrees to be fully responsible for its negligent or tortious acts or omissions which result in claims or sults against the 10 Division, and agrees to be liable for any damages proximately caused by the acts or omissions to the extent set forth in Section 768.28, Florida Statutes. Nothing herein is intended to serve as a waiver of sovereign Immunity by any Sub -recipient to which sovereign Immunity applies. Nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties In • any matter arising out of any contract. (15)DEFAULT.. If any of the following events occur ("Events of Default"), all obligations on the part of the Division to make further payment of funds shall terminate and the Division has the option to exercise any of its remedies set forth in Paragraph (18); however, the Division may make payments or partial payments after any Events of Default without waiving the right to exercise such remedies, and without becoming liable to make any further payment: a. If any warranty or representation made by the Sub -Recipient in this Agreement or any previous agreement with the Division Is or becomes false or misleading In any respect, or If the Sub - Recipient falls to keep orperform any of the obligations, terms or covenants in this Agreement or any previous agreement with the Division and has not cured them in timely fashion., or is unable or unwilling to meet its obligations under this Agreement; b. If material adverse changes occur in the financial condition of the Sub -Recipient at any time during the term of this Agreement, end the Sub -Recipient fails to cure this adverse change within thirty days from the date written notice is sent by the Division; c. If any reports required by this Agreement have not been submitted to the Division or have been submitted with Incorrect, ihcomplete or insufficient Information; or, d. If the SubeReclpient has failed to perform and compete on time any of Its obligations under this Agreement. (16)REMEDIES. If an Event of Default occurs, then the Division shall, after thirty calendar days written notice to the Sub -}recipient and upon the Sub -Recipient's failure to cure withinthose thirty days; exeroise any one or more of the following remedies, either concurrently or consecutively: a. Terminate this Agreement, provided that the Sub -Recipient Is given at least thirty (30) days prior written notice of the termination. The notice shall be effective when placed In the United States, first class mall, postage prepaid, by registered or certified mat -return receipt requested, to the address .In paragraph (3) herein; b. Begin an appropriate legal or equitable action to enforce performance of this Agreement; o, Withnoid or suspend payment cf all or any part of a request for payment; d, Require that the Sub-Reciplent refund to the Division any monies used for ineligible purposes under the laws, rules and regulations governing the use of these funds, 11 e. Exercise any corrective or remedial actions, to include but not be limited tc: I. request additional information from the Sub -Recipient to determine the reasons for or the extent of non-compl:ance or lack of performance, Ii. Issue e written warning to advise that more serious measures may be taken if the situation is not corrected, iii, advise the Sub-Reciplentto suspend, discontinue or refrain from Incurring costs for' any activities in question or iv, require the Sub -Recipient to reimburse the Division for the amount of costs Incurred for any items determined to be Ineligible; f. Exercise any other rights or remedies which may be available under law. Pursuing any of the above remedies will not stop the Division from pursuing any other remedies in this Agreement or provided at law or in equity. if the Division waives any right or remedy n this Agreement or fails to insist on strict performance by the Sub -Recipient, it will not affect, extend or waive any other right or remedy of the Division, or affect the later exercise of the same right or remedy by the Division for any other default by the Sub -Recipient. (1T)TVFWINATION. a. The Division may terminate this Agreement for cause after thirty days written notice. Cause can include misuse of funds, fraud, lack of compliance with applicable rules, laws and regulations, failure to perform on time, and refusal by the Sub -Recipient to permit public access to any document, paper, letter, or other material subject to disclosure under Chapter 119. Flotlda Statutes, as amended. b. The Division may ten-ninate this Agreement for convenience or when it determines, in its sole discretion, that continuing the Agreement would not produce beneficial results in line with the further expenditure of funds, by providing the Sub -Recipient with thirty calendar days prior written notice. c. The parties may agree to terminate this Agreement for their mutual convenience through a written amendment of this Agreement. The amendment will state the effective date of the termination and the procedures for proper closeout of the Agreement, d. in the event that this Agreement is terminated, the Sub -Recipient will net incur new obligations for the terminated portion of the Agreement after the Sub -Recipient has received the notification of termination, The Sub -Recipient will ceencei as many outstanding obligations as possible. Coats Incurred after receipt of the termination notice will be disallowed. The Sub -Recipient shall not be relieved of liability to the Division because of any breach of Agreement by the Sub -Recipient. The Division may, to the extent authorized by law, withhold payments to the Sub -Recipient for the purpose of set-off until the exact amount of damages due the Division from the Sub -Recipient is determined. (1$).St.J CQNTRAQTS If the Sub -Recipient subcontracts any of the work required under this Agreement, a copy of the unsigned' subcontract must be forwarded to the Division for review and approval before It Is 12 executed by the Sub -Recipient. The Sub -Recipient agrees to Include In the subcontract that (I) the subcontractor is bound by the terms of this Agreement, (ID the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the DlvIelon and Sub - Recipient harmless against all claims of whatever nature arising cut of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law, The Sub -Recipient shall document in the quarterly report the subcontractor's progress In performing its work under this. Agreement. For each subcontract, the Sub -Recipient shall provide a written statement to the Division as to whether that subcontractor Is a minority business enterprise, as defined In Section 288.703, Florida Statutes. (19)ATTACHMENTS a. Ail attachments to this Agreement are Incorporated as If set out fully, b. In the event of any inconsistencies or conflict between the language of this Agreement and the attachments, the language of the attachments shall control, but only to the extent of the confilct or inconsistency. . c. This Agreement has the following attachments: I. Exhibit 1 - Funding Sources II. Attachment A — Budget and Scope of Work iii. Attachment B Deliverables and Performance iv. Attachment C -- Program Statutes and Regulations v. Attachment D — Justification of Advance Payment vi. Attachment E —Warranties and Representations vii. Attachment F — -Certification Regarding Debarment viii. Attachment G --Statement of Assurances lx. Attachment H -- Reimbursement Checklist x, Attachment I — Monitoring Guidelines xl. Attachment J -- Environmental Planning & Historic Preservation Guidelines Attachment J Mandatory Contract Provisions (2o)EAYMENTS a, Any advance payment under this Agreement is subject to 2 C,F,R, §200,305 and, as applicable, section 216.1181(16), Florida Statues. All advances are required to be held In an interest - bearing account. If an advance payment is requested, the budget data on which the request is based and a justification statement shall be included in this Agreement as Attachment E. Attachment E will specify the amount of advance payment needed and provide an explanation of the necessity for and proposed use of these funds, No advance shall be accepted for processing if a reimbursement has been paid prior to the submittal of a request for advanced payment, 13 b. After the Initial advance, If any, payment shell be made on a reimbursement basis as needed The Sub -Recipient agrees to expend funds in accordance with the Attachment A, Budget and Attachment B, Scope of Work of this Agreement. c, Invoices shall be submitted at least quarterly and shall include the supporting documentation for all costs of the project or services. Invoices shall be accompanied by a statement signed and dated by an authorized representative of the Sub -Recipient certifying that 'all disbursements made in accordance with conditions of the Division agreement and payment Is due and has riot been previously requested for these amounts," The supporting documentation must comply with the documentation requirements contained in 2 C.F.R Part 200, The final Invoice shall be submitted within forty --five (45) days after the expiration date of the agreement or forty-five (45) days after completion of the activities contained I this Agreement, whichever occurs first. An explanation of any circumstances prohibiting the submittal of quarterly Invoices shall be submitted to the Division contract manager as part of the Sub -Recipient's quarterly reporting as referenced in Paragraph 7 of this Agreement. All invoices shall be due no later lean August 16, 2018, regardless of time extensions or other exceptional circumstances. d. If the necessary funds are not available to fund this Agreement as a resu;t of action by the United States Congress, the federal Office of Management and Budgeting, the State Chief Financial Officer or under subparagraph (9)b. of this Agreement, ail obligations on the part of the Division to make any further payment of funds shall terminate, and the Sub -Recipient shall submit its closeout report withir thirty days of receiving notice from the Division. (21)REPAYMENTS a. All refunds or repayments due tc the Division under this Agreement are to be made payable to the order of "Division of Emergency Management", and mailed oirectly to the following address; Division of Emergency Management Cashier 2555 Shumard Oak Boulevard Tallahassee FL 32399-2100 b. In accordance with Section 215.34(2), Florid Statutes, if a check or other draft Is returned to the Division for collection, Sub -Recipient shall pay the Division a service fee of $15.00 or 5% of the face amount of the returned check or draft, whichever is greater. (22)MANDATED CONDITIONS a. The validity of this Agreement is subject to the truth and accuracy of all the Information, representations, and materials submitted or provided by the Sub -Recipient in this Agreement, In any later submission or response to a Division request, or in any submission or response to fulfill the requirements of this Agreement. All of said information, representations, and materials are incorporated 14 by reference. The Inaccuracy of the submissions or any material changes shall, at the option of the Division and with thirty days written notice to the Sub -Recipient, cause the termination of this Agreement and the release of the Division from all Its obligations to the Sub -Recipient. e. This Agreement shall be construed under the laws of the State of Florida, and venue for any actions arising out of this Agreement shall be in the Circuit Court of Leon County. If any provision of this Agreement is in conflict with any applicable statute or rule, or le unenforceable, then the provision shall be null and void to the extent of the conflict, and shall be severable, but shall not invalidate any other provision of this Agreement. c. Any power of approval or disapproval granted to the Division under the terms of this Agreement shall survive the term of this Agreement. d, The Sub-Reolpient agrees to comply wlh the Americans With Disabilities Act (public Law 101-336., 42 U.S.C, Section 12101 etseq,), which prohibits discrimination by public and private entitles on the basis of disability in employment, public accommodations, transportation, State and local government services, and telecommunications, e, Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor ilst may not submit a bid on a contact to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discrinlinatory vendor list. f. Any Sub -Recipient which is not a local government or state agency, and which receives funds under this Agreement from the federal government, certifies, to the best of its knowledge and belief, that It and Its principals: Are not presently debarred, suspended, proposed for debarment, declared Ineligible; or voluntarily excluded from covered transactions by a federal department or agency; t'. Have not, within a five-year period preceding this proposal been convicted of or had a civil judgment rendered against them for fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or. contract under public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; Iii. Are not presently Indicted or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any offenses enumerated In paragraph 19(g)2. ofthls certl icatlon; and, 15 Iv. Have not within a five-year period preceding this Agreement had one or more public transactions (federal, state or local) terminated for cause or default. g. If the Sub -Recipient is unable to certify to any of the statements in this certification, then the Sub -Recipient shall attach an explanation to this Agreement. h. In addition, the Sub -Recipient shall send to the Division (by email or by facsimile transmission) the completed "Certification Regarding Debarment, Suspension, ineligibility And Voluntary Exclusion" (Attachment G) for each intended subcontractor which Sub - Recipient plans to fund under this Agreement. The form must be received by the Division before the Sub -Recipient enters Into a contract with any subcontractor. I. The Division reserves the right to unilaterally cancel this Agreement if the Sub - Recipient refuses to allow public access to all documents, papers, totters or other material subject to the provisions of Chapter 119, Florida Statutes, which the Sub -Recipient created or received under this Agreement. J. if the Sub -Recipient is allowed to temporarily invest any advances of funds under this Agreement, any Interest Income shall either be returned to the Division or be applied against the Division's obligation to pay the contract amount. k. The State of Florida will not intentionally award publicly -funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S,C. Section 1324a(e) [Section 274A(e) of the immigration and Nationality Aot ("INA")). The Division shall consider the employment by any contractor of unauthorized ailens a violation of Section 274A(e) of the INA. Such violation by the Sub -Recipient of the employment provisions contalnee in Section 274A(e) of the INA shall be grounds for unilateral cancellation of this Agreement by the Division. I, All unmanufactured and manufactured articles, materials and supplies which are acquired for public use under this Agreement must have been produced in the United States as required under 41 U.S,C. 10a, unless it would not be in the public Interest or unreasonable In cost. (23)LOBBYJNG PRQH1¢ITION a, 2 C.F.R. §200,430 prohibits reimbursement for costs associated with certain lobbying activities. b. No funds or other resources received from the Division under this Agreement may be used directly or indirectly to Influence legislationor any other official action by the Florida Legislature or any state agency. c, The Sub -Recipient certifies. by Its signature to this Agreement, that to the best of his or her knowledge and belief: I. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Sub -Recipient, to any person for influencing or attempting to influence an officer or 16 employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress In connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement. II. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to Influenpe an officer or employee of any agency, a Member of Congress; an officer or employee of Congress, or an employee cf a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Sub -Recipient shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities.' The Sub -Recipient shat! require that this certification be included in the award documents for all subewerds (Including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all Sub -Recipients shall certify and disclose. Iv. This certificat.on is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering Into this transaction imposed by Section 1352, Title 31, U.S. Code Any person who falls to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. (2a)COPYRIGHT, PATENT AND TRADEMARK ANY AND ALL PATENT RIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY RESERVED TO THE STATE OF FLORIDA. ANY AND ALL COPYRIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY TRANSFERRED BY THE SUB -RECIPIENT TO THE STATE OF FLORIDA. a. If the Sub -Recipient has a pre-existing patent or copyright, the Sub -Recipient shall retain all rights and entitlements to that pre-existing potent or copyright unless the Agreement provides otherwise. b. If any discovery or Invention Is developed In the course of or es a result of work or services performed i.,nder this Agreement, or in any way connected with it, the Sub -Recipient shall refer the discovery or Invention to the Division far a determination whether the State of Florida will seek patent protection In Its name, Any patent rights accruing under or in connection -with the performance of this Agreement are reserved to the State of Florida. If any books, manuals, films, or other copyrlghtabie material are produced, the Sub -Recipient shall notify the Div slon, Any copyrights accruing under or in connection with the performance under this Agreement are transferred by the Sub -Recipient to the State of Florida, 17 c, Within thirty (30) days of execution of this Agreement, the Sub -Recipient shall disclose all intellectua; properties relating to the performance of this Agreement which he or she knows or should know could give rlse to a patent or copyright. The Sub -Recipient shall retain all rights and entitlements to any pre-existing intellect,ral property which is disclosed. Failure to disclose will Indicate that no such property exists. The Division shall then, under Paragraph (b), have the right to all patents and copyrights which accrue during performance of the Agreement. (25)1, GAL, AUTHORIZATION. The Sub -Recipient certifies that it has the legal authority to receive the funds under this Agreement end that its governing body has authorized the execution and acceptance of this Agreement. The Sub -Recipient also certifies that the undersigned oerson has the authority to legally execute and bind Sub -Recipient to the terms of this Agreement. (28)A$$URAN.GES. The Sub -Recipient shall comply with any Statement of Assurances Incorporated as Attachment H. 18 IN WITNESS WHEREOF, the parties hereto have executed this Agreement. SUB -RECIPIENT: CITY OF IAMI B v)---Th Name and Title; Da Date; Fl D# 59-6OOQ375 fnciuc.e a copy of the designation of authority for the signatory, If applicable, STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT Sy; Name and Title: ap t-t3i*v Loyd, Dcr4 pi rec yr Date, 3/1 7//‘ ATTEST: livL Todd Hanncn City elk � APPROVED AS TO FORM AND CORRECTNESS: endez tcmey SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida el J, £ I'onso City Manager APPROVED AS TO IN REQUIRENMENT nn -Marie Shae e, DI ector Department of tisk anagement EXH1191T-1 THE FOLLOWING FEDERAL RESOURCES -ARE AWARDED TO THE SUB -RECIPIENT UNDER THIS AGREEMENT: Federal Program Federal agency: U.S. Department of Homeland Security, Federal Emergency Management Catalog of Federal Domestic Assistance Title and number: 97.087 Award amount: $ 6,226,000.00 THE FOLLOWING COMPLIANCE REQUIREMENTS APPLY TO THE FEDERAL RESOURCES AWARDED UNDER THIS AGREEMENT: Chapter 216, 262, 473 Florida Statutes Rule Chapters 27P , 27P-11 and 27P-10. Florida AdmInlstra'llve Code 2 CFR Part 200 Federai Program: List applicable compliance requirements as follows; 1, First applicable compliance requirement (e,g„ what activities/services/purposes the federal resources must be used for): Sub -recipient is to use funding to perform eligible activities as Identified FY201$ Department of Homeland Security Notice of Funding Opportunity (NOFO). 2. Second appioable compliance requirement (e.g„ eligibility requirements for Sub -Recipients of (no resources: Sub -recipient Is subject to ail administrative and financial requirements as set forth in this Agreement or will not bo in compliant with the terms of the Agreement NOTE: 2 C.F.R. Part 200, and Section 215.97(5)(a), Fiorida Statutes, require That the information about Federal Programs and State Projects included to Exhibit 1 be provided to the Sub-reciplent, 20 ATTACHMENT A PROPOSED PROGRAM BUDGET Below Is a general budget which outlines eligible categories and their allocation under this award, The Sub -recipient is to utilize the "Proposed Program Budget" as a guide for completing the "Budget Detail Worksheet' below. The Equipment category will require Authorized Equipment List (AEL) reference number, The Authorized Equipment List (AEL) Is a list of approved equipment types allowed under FEMA's preparedness grant programs, The intended audience of this tool Is emergency managers, first responders, and other homeland security professionals. The list consists of 21 equipment categories divided into sub -categories, tertiary categories, and then Individual equipment items. The AEL can be found at htto://beta,fema.gov/authorized-equipment-Ilse. At the discretion of the Sub -recipient, funds allocated to Management and Administration costs (as described In the "Proposed Program Budget') may be put towards Programmatic costs instead, However, no more than 6% of each Sub -recipient's total award may be expended on Management and Administration costs. The transfer of funds between the categories listed in the "Proposed Program Budget" is permitted. However, the transfer of funds between Issues Is strictly prohibited, FY 2015 - State Homeland Security Grant Program — Urban Area Security initiative -issue 24 Award Allocation Miami/Fort Lauderdale UASI OP' 1'"' 1 $5,500,000 State Management & Administration withheld 5% $276,000 Expendeble.Award Allocation after 5% reduction $5,225,000 LETP-Type Activities (25% of award allocation) This amount is not in addition to the remaining award amount but Instead signifies the amount needed to meet the 25%% requirement. Management and Administration (The dollar amount which corresponds to 5% of the total local agency allocation Is shown in the column on the ht). $1,375,000 $261,250 21 BUDGET DETAIL WORKSHEET The Sub -recipient is required to provide a completed budget detail worksheet, to the Division, which accounts for the total award as described In the Proposed Program Budget", If any charges need to be made to the "dudget Detail Worksheet", after the execution of this agreement, contact the ran mans. =r listed in elle : sreement via em=it or letter. FY2015 Budget Detail Worksheet- Eligible /�11Ur�%�AN%'�f'r i nitikaioj olizs • Developing hazard/threat-specific annexes that Incorporate the range of prevention, protection, response, and recovery activities Activities • 19k3tl�iiiik (Not limited It gif 61,-1?, to activities. ••'ifl•y;lit • ccm • below) h • -,,r•. Developing and lmplement'.rg homeland security support programs a^,d adopting ongoing DI -IS national initiatives Developing related terrorism prevention activities Developing and enhancing plans and protocols l3roward Sheriff's Office Develop an All Hazards Emergency Response Plan and Related Exercise, Line Item 2016-10 1 $18,000.00 $16,000.00 24 Hollywood Planning, Training and Exerciso, Line item 2016• 21 1 $122,225.00 $119,072.00 $122,225.00 $119,072.00 24 24 Miami P,T & E. This project will support multidisciplinary projects for the City of Miami undor the leadership of MEM. Project scope willinvolve a full scale exercise, revision of planning documents such as the CEMP/COOP/COG and trainings that benefit terrorism -related emergency management trainings. Tralnings will include ICS, Hazmat 160 and any other specialized courses needed due to staff attrition. Line Item 2015-27 1 Miami Dade Fire Rescue Planning, Training and Exercise, Line Item 2015-46 1 $35,002.00 $35,002,00 24 Developing or conducting assessments Hiring of full or part-time staff or coniractore corsu,tants to assist with planning activities (not for the purpose of hiring public safety personnel fulfilling traditional public safety duties) Broward Emergency Management Agency Regional Incident Management Team — Phase 3 Implementation, Line item 2016-01 1 $66,720.00 $66,720.00 24 Hialeah License Plate Reader Analyst Sustainment, Line item 2016-19 1 $55,000.00 $55,000.00 24 24 Hialeah Emergency Operations Center Planner Sustainment, .Line item 2015-20 1 $55,000.00 $55,000.00 Miami Emergency Management Planner (12 months). This position will assist with the development/revision of citywide emergency management plans such as the CEMP, COG and COOP. Line Item 2016.30 1 $50,000.00 $50,000.00 24 Miami Emergency Management Planner (12 months), This position will assist with general planning responsibilities related to the implementation of the UASI grant program. Line item 2015.31 1 $65,000.00 $66,000.00 24 22 Miami Equipment Inventory Planner (12 months). This position will be responsible for resource management tracking and planning portion of the EHP process, Line Item 2015-32 1 $46,000,00 $45,000,00 24 Miami Dade Emergency Management Whole Community Preparedness Planning, Line item 2015.46 2 $146,778.00 $293,558,00 24 Miami Regional Program Administrator, This position assists the Miami and Ft. Lauderdale with regional planning needs (e.g. drafting of investment Justifications, coordination of UAWQ meetings, development of annual budgets, etc.). Line item 2015.56 1 $90,000,00 $90,000.00 24 Miami Regional Planning, Training and Exercises Coordinator -this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. Line item 2015-57 • 1 $76,000.00 $76,000.00 24 Palm Beach Sheriff's Office Regional Metaclata Planner, Line item 2015-60 1 $30,000.00 $30,000,00 24 Broward Emergency Management Agency Planners for Development of a Broward County Mass Casualty Incident (MCI) Response Plan, Line item 2015.69 1 $66,720.00 $66,720.00 24 Conferences to facilitate planning activities Materials required to conduct planning activities ~ Palm Beach Sheriff's Office Business and Community Partners Against Terrorism Initiative, Line item 2015-63 1 $40,000.00 $40,000,00 24 Travel/per diem related to planning aotivitles Overtime and bacilli! costs (in accordance with operational Cost Guidance) Other projects areas with prior approval from FEMA Issuance of WHTI•compliant tribal identification cards (HSOP only) • Activities to achieve planning Inclusive of people with disabilities TOTAL`,PLAN OE1 1#XP NOITWkra $'i, OVA IkyIJL: , -;• /allilkn YtIU UL�X�L;i,� ,Ix C•7fr` >ITiil� Cflxik�iJ In�r dL��� l t 2 r v ! 4 Id Y++ (ilxUC�l� ::� )s>ii_. Ih f h��frtt . l rc�ii t fitlr 7n �: iJI Q�1lt�` f!�t ))�Ao i'ar Reimbursement for select operational expenses associated with increased security measures at critical Infrastructure sites Incurred (up to 50 percent of the allocation) $28,472,00 24 Miami Operational Over Time for Special Events Approved by FEMA, Line item 2015.28 1 $28,472.00 Miami Dade Fusion Center Special Event Support, Line item 2016.37 11 $48,000.00 $48,000:00 24 Overtime for Information, Investigative, and intelligence sharing activities (up to 30 percent of the allocation) Hiring of new staff positions/contractors/consultants for partiolpaton In Information/Intelligence analysts and sharing groups or fusion center activities (up to 50 percent of the allocation) Palm Beach Sheriff's Office Regional Fusion Center Analysts, Line item 2015-68 ,} $80,000,00 $240,000.00 24 :. -:•• ': totAL., bROA izATIoNiAL 5xPliN15ITOREu •:$316,4 '2 0 23 F jp4 Z rF 1 it N rC[ Aqq 'i e � � � �f � rft � C.. °� t� � � s.i4'' + �.�>' `�fhx x1,4e'4r .!. .., T :f _..,. � 4' +.-.r .T .,%ii ! - '+anf� Developing, DeBverIng, and Evaluating Training 3�g,N .�ps +.Jf",- Cr ,r. ' er,. y 0t4l�f ✓ a t ' ,,N 1'H � i ,V fi E.e, • � d s J 34 1 5�3 [, FYI 'i V E/`.t:'�. ! .J � �6 l c �� o i_..' j Regional Planning, Training and Exercise, line item 2015- 66 1 $6,000.00 $8,000,00 . 24 Overtime and beokflll for emergency preparedness and response personnel attending FEMA-sponsored and approved training classes. Overtime and backfill expenses for part-time and volunteer emergency response personnel participating in FEMA tra'ning. Training Workshops and Conferences Activities to achieve training Inclusive of people with disabilities Pull or Part -Time Staff or Contractors/Consultants Certification/Recertification of Instructors Travel Supplies are items that are expended or consumed during the course of the punning and conduct of the exercise project(s) (e.g., copying paper, gloves, tape, non -sterile masks, and disposable protective equipment), Tuition for higher education . Other items 1`1fT L `TRAINiNGG mil x ,w.0iwftim e itek s'ri . Design, Develop, Conduct and Evaluate an Exercise C<>�tr tn'1i3,! PEKDO. JRE*� ,'` ,Oo '.NY," [UJt fl , t) ii I',.. nl r r,a..i> 1 -.,.:i,[..: ` nitf➢ i' .' Exercise Planning Workshop —. Grant funds may be used to plan and conduct an Exercise Planning Workshop to Include costs related to planning, meeting space end other meeting costs, facilitation costs, materials and supplies, travel and exercise plan development. Full or Pert -Time Staff or Contractors/Consultants — Full or part-time staff may be hired to support exercise -related activities,. Payment of salaries and fringe benefits must be In accordance with the policies of the state or local unit(s) of government and have the approval of the state or the awarding agency, whichever is applicable. The services of Contractors/consultants may also be procured to support the design, development, conduct and evaluation of C8RNE exercises. The applicant's formal written procurement policy or the Federal Acquisition Regulations (FAR) must be followed, Overtime and backfill costs — Overtime and backfill costs, Including. expenses for part-time and volunteer emergency response personnel participating In FEMA exercises implementation of FISEEP Aotivitlee to achieve exercises inclusive of people with disabilities 24 Travel— Travel costs (t.e„ airfare, mileage, per diem, hotel, etc.) are allowable as expenses by employees who are on travel status for official business related to the planning and conduot of the exercise prolect(s). These costs must be in accordance with state law as highlighted in the OJP Financial Guide. States must also follow state regulations regarding travel. If a state or territory does not have a travel policy they must follow federal guidelines and rates, as explained In the 0,1P Financial Guide, Per further information on federal law pertaining totravel coats please refer to J p:llurvw.oio.usdoJ.goviFinClulde. Supplies — Supplies are items that ere expended or consumed during the course of the planning and conduct of the exercise proJect(s) (e.g., copying paper, gloves, tape, non -sterile masks, and disposable protective equipment). Other items — These costs include the rental of spaoeilooatlons for exercise planning end oondt.ot, exercise signs, badges, eto. Eligible Equipment Acquisition Costs The table below highlights the allowable equipment categories for this award. Acamprenensive liSting of these allowable equipment categories, and specific equipment eligible under each category, ere listed on the web -based version of the Authorized Equipment List (AEL) at httpl/beta,Tema,goVtauthorized-equijment-118t. ua Quantity ty ' Unit Cost Total Cost Issue Number `r. ', o . ry tir ! z� y. iv"{ �, w <ta ' � r %',,; %.! �' J'1Lti;�'Cn r�il�%R I. A ,KY r:� % ' y,.q -!uR�,. s yi s4. : kF ' Broward Sheriff's Office Marine Enhancements to include twisted umbilical, 4 part with all fitting and communication and bare wire on the video cable, AEL#01WA-0.2-SAIR, Line item 2015.03 2 $2,750:00 $5,540.00 24 Broward Sheriffs Office Ballistic Helmet Ensemble -• i 1arine; AEL #01 LE-01-HLMT, Line item 2016-04 30 $426.00 _ $12,750,00 24 Miramar Ballistic Protection for FIre1EMS to Include ballistic helmets and body armor, AEL #01LE-01-ARMR and 01 LE -01 •HLMT, Line Item #2015-47 1 $90,240.00 $90,240.00 24 JJ J7 r t s c >p a 7iI IA,tl 4��iV r ?rE /�. :'t� p�J. ;.:- :0.- 4 '2. J , F $4,477.00 ~f1, 4qw - r °3 $17,808.00 �', 24 Palm Beach Sheriff's Office EOD Disruptor Tool, AEL #02EX-02-TLPB, Line item 2200115-52 Broward Sheriff's Office Night Vision Goggles.— SWAT, AEL#030E-02-TILA, Line Item 2015.07 3 $4,908.00 $14,724.00 24 Ft. Lauderdale Communications Gear for SWAT, AEL #030E-01-CTAC, Line item 201B-16 50 $650,00 $71,114.00 $32,500,00 24 Pembroke Pines SWAT Enhancements to Include univereal light amplification optics and headpiece communication system, AEL #030E-02-TILA and 030E-01-CTAC, Line item 2015-85 1 $71,114.00 24 '!@! ,� 1, ;•� a `.�- �. '`a'r l.. a! •� ,A t ...>1'R�'... .- A;. u^ .; 3i'Yp e. - �.' Broward Sheriff's Office incident Command System Dovelopmont. AI=L #04AP-05-CDSS, Line Item 201502 1 820,000.00 $20,000.00 24 Broward Sheriffs Office Emergency Operations Center Enhancements, AEL #04HW-01.1NHW, 21GN-00-OCEQ, Lino item 2015.08 1 $17,021.00 $17,021,00 24 25 r Coral Gables EOC Enhancements to Include monitors, video wall and computer hardware and software, AEL I #04HW01-1NHW, 04MD-03-DISP, 21CaN-00.00EQ, Line item 2015-12 1 $63,500.00 $63,500.00 24 Ft, Lauderdale Portable Marine FLIR, AEI, #04MD-01-IRED, Line item 2016-15 3 $3,000,00 $9,000.00 24 Key Bisoayne Maintenance/Sustainrnent of EPCR Software and Hardware, AEL #04AP-04•RISK, 04HW-01-HHCD, Line item 201622 4 $4,095.00 $16,380,00 24 Miami .Dade Police Department Marine Patrol Portable Computers, AEL #04HW-01-INHW, Line Item 2015-40 8 $5;290.50 $42,324.00 24 Miramar Emergency Operation Center Software cSustainment, AEL #O4AP-05•CDSS,:04AP-01-CADS and 131T-00-ALRT; Line Item 2015.48 1 $30,464.00 $30,484.00 24 Palm Beach County Emergency Operations Center Infrastructure Projects, AEL #iO4AP-05-CDSS, 04HW-01- MOM., 04HW-01-INHW, 210N-00-CNST, Line item 2016-50 1 $133,908.00 $133,908.00 24 Miami Regional Incident command software system needed for regional info sharing during emergency operations as well as non-emergenoy situations to provide a platform for day -today regional Info sharing and updates. AEL #04AP- 06-CD$5,04AP-03-©ISS, 04SW-04-NETW, 210N-00-TP NG, 210N-00-CNST, Line item 2015-61 1 $140,178.00 $140,178.00 24 Miami Gardens Training Lab "Use of Force" Training Simulator, AELp#04AP-0$-SLMS, Line item 2015-70 'e'�7- 1 $120,193.00 $120,193,00 24 ^;,yyeyar P pggBX/' g1jYi4JJ i ry 'F`� 4J �y�Ci ' hf'y .;,.i wY� %"0,- j ax( r K SY h� i:,,'..,,t,4*:? tz t P,' ,•, fW c.{�.�,j `. J"_ �Y F F'�..i a .'� ,.,�j i� ;,:ify,__ S �R r. k ,R1 101 : .',4",!..�=,�6, -1i • k',%'N `+Y��,' �..,cy ,..fJ! 1;Frar.6.UY�. : .L,.�.'.s-0 frv..��:L i��a �e 100.�j t��.r+t <,�.rYr �,„"a�.=1 y x, f:i Y[.n Y9°' 7,f 1., )5 ,.. Yu {��y .J�M�yy.i.. �yt�� ik r y G} .k 3,11 t 1�t1'1 'J IZ{ 0 I�. .0lilik .;\,1 T V �fc i.:,,7. z,, [51 AI ..4..i.,.,..ia+:UL ";:let... Is v Iti. S14 .� �'.lT; }:?5 3 "11+. .jry{•.� L . 4.M `1\ S L, .1 t;I1 {,f .,,.;.:',4; ..Y 4lk{; Av. - LI ` i $C i' f.�}A. , x[Llj%+f^3 Broward Sheriffs Office "COW" (Communications On Wheels) Trailer Amplifier, AEL #06CP-02-BRDG, Line item 2015-11 1 . ,.ah. $8,000.00 ,'qa $8,000.00 4.1..RfC4h'�.41\ :�F.fh-. 24 Ft. Lauderdale Community Emergency Response Team Project, ALL #06CP-01-PORT and 09ME•01-BALM, Line item 2016.17 1 $25,000.00 $25,000.00 24 Hialeah APCO P25 Compliant Radio System, AEL #06CP- 02-MWAV, Lin e Item 201518 I #355,00.00 $355,000,00 24 Miami Satellite Phone Sustalnment Citywide (12 months), This protect will sustain the satellite phones that are Installed throughout City Departments Including police and fire stations which allow alt first responders to communicate. when primary communication services are down, AEL #06CC-03-SATE, Lino item 2015-26 1 $25.,000.00 $25,000.00 24 Miami Dade Fire Rescue P25 Intoroperable Portable Communications Equipment, AEL #06CP-01-PORT, Line item 2015.42 12 $6;963.0D $83,556,00 24 Monroe APX6000 700/800 Portable Radios, AEL #06CP-01- PORT, Line item #2015-49 26 $3,877.00 $96,925.00 24 26 Pembroke Pines Motorola APX 7000 XE ; APCO P-25 compliant Portable Radios; 700-800MHZ; IMPRESS Energy system; Mufti-band(UHF.VHFIFDMA-TDMA);P-25 Smart - Zone Trunking; AES Radio -to -Radio encrypted; equipped wfexternal antennas; shoulder microphone; batteries; carriers; and battery chargers, AEL #06CP-01-PORT, Line Item 2015-54 9 $5,555.00 $49,995.00 24 Sunrise Motorola APX 7500 multi -band; equipped wlextemal antennas; shoulder microphone; batteries; carriers; and batteries, AEL #06CP-01-MOBL, Line Item 2015-66 17 $5,688.00 $96,696.00 24 24 Miami Dade Fire Rescue Interoperabllity Communications Portable and Batteries, 06CP-01-PORT and 10BC-00-BATT, 1 Line Item 2015-68 $150,000.00 $150,000.00 }4 )Fif e i3'.' 11... 2H� IMM' 'jN,{`",bg" 5.-` a ��!{S 4 .C4ex• a —77Jn' 71 �SyI�"'7� �2y9 '��$¢�',I(j.�-�w�w_n�r��an�tyyjj�+Y ^k�r �r-1� 'vVa1:.Y '�� .r�,� .t�5jny�`y{y 1�+�r3 i�.y...1.. t a y.rE r'.„,„ Ay _.. ..r w 3it:N.' '+I =� ri�P. y�- ,u6'�1701,R.x'i.� 7? ;p}�r;.d!i a+.- �hpi `.�.,ryelLi ��•.•..Y.01-4'.`:!''s, �{e.+.�>�leNA: RR/F' 'M�5%,�'� 4- '.Y..7�{�t `.Yf`i'? 'd' is ,..i. Af,- i. 44: s Broward`Sheriff's Office Video Ray Pro Detector (Detector, Gamma/Neutron, Standoff), AEL #07R0.04 -SEND, Line Item 2016.05 1 $7,000.00 $7,000.00 24 ri. ,, y�, ''4t.. �v. ,3 t/r �j a?+ Y y1f,�'`C" '!c R'.-,t4-7" d a �, - . ,C•G'j;!'W iyl- .`. " srb�., e:.Iff A� v ". � �i `r[ a;:�:.� r 's'1+•iS{ ��.'iF�+ yr, r. ra. ��++ a c 7��;,T `.. ',' jtr; - �r yt.., k'.cz i . d 24 Miami Dade Police Department Forensic Response Team Buildout — Shelters and infrared Thermometers, AEL and 19G, N-00-RFMN, Line Item 2015-39 #08DS=03-Tgq 1 $23,140.00 $23,140.00 ~�DED .� . � _:'1',°4:,. g:.ii�: a3a 'y f' '',"'''''• 41:. n F..r 4w': 7 ;., .. rt , t(,,,7R w, y .+n r.. .. h • A'e:ia.,..l.. uP A;f ri jk`.. S,.{'. ^'� r •�/' -. $"' r . . f.; tj ' , '13e yp'�. ttr11p; v h.' • -X, •' `, ~ . 1r4•4, a r, ,..L •.. .•�-,"r .,{ .J' ilogiuwalrenaetAeie_miA.malmv.wj tyzR %1waw :a?:.4..t, r.tuSwm.�ltrr .rfittimores,vC�i.�^•,�a�`�Y•� 24 Zc' xW",s $10,000.00 ; ':4i" ' $10,000.00 f9, ?11 r r S x e + rp '' ,' 1 Broward Sheriff's Office AlertiNotiflcation System, AEL #131T-00-ALRT, Line Item 2015-09 Coral Springs Portable Video Surveillance System — Phase 2, AEL #13LE•00-SURV, Line item 2016-13 1 $120,645,00 $120,545.00 24 Palm Beach Sheriff's Office Fusion Center Operations to include computer hardware and peripherals, software maintenance, DHS sponsored Training, alert system and TLO program support; AEL #131T-00'.iNTL, 13IT-00-ALRT, 041WQ-01-INNW, 210N-00-0CEQ, Line item 2015-59 1 $165,000.00 $156,000.00 24 Miami Regional Responder Notification System, AEL #13IT- 00-ALRT, Line item 2016-62 1 $60,000.00 $60,000.00 24 $),, ,. L K yyq k�y✓ _ rat t ,1� I �J Cam. �19�� -% K. �' wi L 1.. ssi : �T �.: p 27 Miami Ethernet Secured t Fire College for Redundant Communications for Miami's First Responders (18 months). This project will continue services for a Metro- Ethernet line that provides fast network connectivity between the City's network and the E911 backup center. AEL #14C1.01 -COOP, Line item 2015-26 1 $10,000,00 $10,000.00 24 Miami Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Miami Police Department the opportunity to deploy CCTV equipment In the area of soft targets and enhance Our ability to deter and investigate terrorist activity.) AEL #14SW-01-VIDA,04HW- 01-INHW, 04MD-03-D1SP, 21GN•00-MAIN, Line Item 2015-29 6 $30,000.00 $180,000.00 Jy 24 Miami Threat Assessment Security Upgrades at the North and South District Sub Stations to include CCTV and Card Readers, AEL #14SW-01-ViDA, 14SW-01-PACS, Line item 2015.33 2 $15,000.00 $30,000.00 24 Miami Beach Physical Security Enhancements at City Hall, AEL #14SW-01.VIDA, 210N-00-INST, 14SW-01-PACS, 15SC- 00-PPSS,143W-01-DOOR, 14SW-01-WALL, Line item 2015- 34 1 $98,000.00 $98,000,00 24 Miami Dade Police Department Headquarters Target Hardening, AEL #14SW-01-WALL, 14SW-01-DOOR, line Item 2016-38 1 $125,250.00 $125,250.00 24 Miami Dade Fire Rescue Disaster Recovery Sustainment AEL #14C1 -00 -COOP, Line Item 2015-44 4 $6,250.00 $26,000.00 24 24 Palm Beach Sheriffs Office Video Storage at Palm Beach International Airport, AEL #14SW-01-VIDA, Line Item 2016- 81 1 $76,000.00 $76,000.013 Miami Regional Maritime Radar Project, AEL #14SW'02- RADR, Line Item 2016-63 1 $150,000,00 $150,000.00 24 Sunrise Access control and identity verification at 2 Fire Stations, AEL #148E-01-PACS, Line Item 2015.67 1 $35,181.00 S35,181.00 24 E cp l4ti rtidj 0n(ri 'by , il4tilider"iiali¢PE$ttT Pi rrirlti*> dbOrli,'eng M{tfiailoti.:001 ht' OiRarli4) . /y�� J[ryJ',,Cy��, ,r� n u'�. �{�}��} A i ."-tg.., .- � �'.✓' lTti.lh atJAI �:..., _ A,. ., _ . y'. -...of, �Cu. u4+ & 4 .y?�.y t,f4 `� yY� ,yam. �f. / 44174'1' it: .� 1 , _ . , 'h..,�. 7ro 1 `l ,� CO RNB:AVIatMK tlqulpment , a p3 •li e ' y! L, F . r -'s. $ la ." � s„. fi ra r ,Y .Z'� , 't ''' � ' ,yl,Hk.... . � iii, .�,.w,x ii I N ...CA d' f v, } F' a c+. 1711 fr i A Y, f r M `1, ' ` h Miami Dade Police Department SWAT Open Water Breaching Ladder, AEL #20TE-00-NTRY, Line item 2015-41 1 §22,000.00 $22,000,00 24 l � Tpi �z t, u ! � {� (�'N y� y t 04014101,0 1,0 {f` ii� /+� rp ,y S!..Ltib*Al o,k ( i.1 �Y 4. �51 WAN ?mg I �+ t ~ in � .•= .�y� ITT �A 4Y; f ij(4 r IA - ,t..�4 =j ',..4,f'.n{ J 4 . 'S' �A.,,, _ YY_YYdf•J _(�.�p s� ... y;n.,r. �,}���CYRkIa Broward Sheriff's Office Training on UASI Purchased Night Vision Goggles — Aviation, AEL #21GN-00-TRNG; Line Item 2018-06 , 1 $20,000.00 $20,000,00 24 Ft. Lauderdale Emergency Operations Center Enhancements, AEL #21GN-00.00EQ, Line item 2015-14 1 $63,369.00 $63,369.00 24 28 Miami MaintenancelSustalnment/Repair/Replacement for HSOP Purchased Equipment, AEL#21GN-00-MAIN, Line Item 2015-24 1 $378,362.00 $378,362,00 24 Miami Dade Police Department Waterborne Response Team Maritime Assets Maintenance and Sustainment, AEI., #210N-00-MAJN, Line item 2015-36 2 $16,422.50 $32,845.00 24 Ft. Lauderdale Regional Citizen Corp/CERT Planning, Training, Exercise and Equipment, AEL #21 GN-00-CCEQ, 19GN-00-BOPK, 21CR•00-MI=DI, 08CP-01-PORT, Line Item 201564 1 $65,413,00 $65,413,00 24 TM" . `( QUtPMEN 1`. CPON1 UR11$ ':.,414;941;130 .Q r Mr ic, e. j. 3lC ll� ng of full-time To assist To assist To assist It may relate lY' lf.' IOW or part-time with, the management with application with the compliancy to the grant Management �t staff requi program and lit ' -. V6�' e t.` or contraotorslconsultdntel of the respective grant program ements of the grant program with reporting and data collection as Administration o �r , Ii G r - $261,250,00 _ $261,250,00 24 Development of Operating plans for Information collection and processing necessary to respond to Di-S1ODP data galls. Costs associate with achieving emergency management that Is Inclusive of the access and functional needs of workers and citizens with disabilities. Overtime and backfill costs -- Overtime expenses ere defined as the result of personnel who worked over and above their normal scheduled deity or weekly worked time 'n the performance of FEMA — approved activities. Backflii Costs also celled "Overtime as Backflll" are defined as expenses from the result of personnel who are working overtime In order to perform the duties of other personnel who ace temporarEy assigned to FEMA — approved activities outside their core responsibilities. Neither overtime nor backfill expenses are the result of an Increase of Full — Time Equivalent (FTEs) employees. These costs are aliowed only to the extent the payment for such services is in accordance with the policies of the state or unite) of local government and has the approval of the.state or the awarding agency, whichever is applicable, In no case is dual compensation allowable. That Is, an employee of a unit of government may not receive compensation from their unit or agency of government AND from an award for a single period of time (e.g., 1:00 pm to 5 O0 pm), even though such work may benefit both activities. Fringe benefits on overtime hours are llm,'ted to Federal Insurance Contributions Act (FICA), Workers' Compensation end 'Unemployment Compersation. . Travel expenses Meeting -related expenses (For a complete list of allowable meeting - related expenses, please review the 0JP 1`lnanolal Guide at ht`.p:liwww, oJp, usdoj.gov/FinOulde), Acquisition of authorized office equipment, including personal computers, laptop computers, printers, 1.C13 projectors, and other equipment or software which may be required to support the krnpiemeetatlon of the homeland security strategy, The following are allowable only within the contract period: el, Recurring fees/charges associated with certain equipment, such as cell phones, faxes., etc• 4, Leasing and/or renting of space for newly hired personnel to administer programs within the grant program. TOTAL M & A EXPENDITURES $261,250.00 .T}, V+ yi .Y,.''yp c ,yf •^ tai y F e �A „5f k i�'. ,� A� ' 11T _.._ :.t'f�i'dR h i. s . _ _ tt (� '' ' Or .__. i} wr119 v` 29 ATTACHMENT B SCOPE OF WORK Sub -recipients must comply with all the requirements In 2 C.F,R, Part 200 (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards). Funding is provided to perform ellgib[e activities as identified In the Domestic Homeland Security — Federal Emergency Management Agency National Preparedness Directorate Fiscal Year 2015 Homeland Security Grant Program (HSGP), consistent with the Department of Homeland Security State Strategy, Eligible activities_ are outlined in the Scope of Work for each category below; Categories and Eligible Activities FY2015 allowablq costs are divided into the following categories: planning, organization, equipment, training, exercises management and administration costs are allowable cost. Each category's allowable costs have been listed in the "Budget Detail Worksheet' above. A. Allowable Planning Related Costs • UASI funds may be used for a range of emergency preparedness and management planning activities and such as those associated with the development of the THIRA, SPR, continuity of operations plans and other planning activities that support the Goal and placing an emphasis on updating and maintaining a current EOP that conforms to the guidelines outlined In CPO 101 v 2.0. • Developing hazard/threat-specific annexes that incorporate the range of prevention, protection, response, and recovery activities • Developing and implementing homeland security support programs and adopting DHS/FEMA national Initiatives • Developing related terrorism and other catastrophic event prevention activities •Developing and enhancing plans and protocols • Developing or conducting assessments • Hiring of full- or part -tame staff or contract/consultants to assist with planning activities (not for the purpose of hiring public safety personnel fulfilling traditional public safety duties) • Materials required to conduct planning activities • Travel/per diem related to planning activities • Overtime and backfill costs (in accordance with operational Cost Guidance) +Issuance ofWHTI-compllant Tribal Identification card •Activitles to achieve planning Inclusive of people with disabilities • Coordination with Citizen Corps Councils for public information/education and development of volunteer programs 30 " Update governance structures and processes and plans for emergency communications Additional Planning Information FEMA's National Preparedness Directorate (NPD) offers technical assistance. (TA) that is designed to provide sub -recipients and sub -sub -recipients with specialized expertise to Improve their emergency plans and planning, TA deliveries are designed specifically to Improve and enhance the continuing development of state and looal emergency management across the five mission areas of the National Preparedness Goal and across of core capabilities. TA provides the opportunity to engage emergency managers, emergency planners, end appropriate decision - makers in open discussion of options to improve plans and planning In light of their Jurisdiction's needs. There is no cost to approved Jurisdictions for DHSIFEMA TA. TA deliveries combine current emergency management bast practices with practical consideration of emerging trends, through discussion facilitated by DHSIFEMA contract specialists and with the support of FEMA Region operational specialists, While the invitation of partiolpants is up to the requesting Jurisdiction, DHSIFEMA encourages requesting Jurisdictions to Include the broadest practical range of its emergency managers and planners in all TA deliveries. TA deliveries should be made open to neighboring Jurisdictions, As necessary, DHSIFEMA may also invite other Federal experts and practitioners to participate. Additionally, peer -to -peer representation may also be included from other jurisdictions that.have recently used TA for the same planning issue, The TA catalog, showing the full range of TA available across all five mission areas and by all providers, and the TA request form can be accessed at http;//www,fema.gov/national-Incident- management-system/fema-technical-assistance-division. " B. Organization (SHSP and UASI Only) Organizational activities include: " Program management; " Development of whole community partnerships, through groups such as Citizen Corp Councils; " Structures and mechanisms for Information sharing between the public and private s ectc r; " Implementing models, programs, and workforce enhancement Initiatives to address Ideologically -inspired radicalization to vlo'enco In the homeland, " Tools, resources and activities that facilitate shared situational awareness between the public and private sectors; " Operational Support; " Utilization of standardized resource maneggement concepts such as typing, inventorying, organizing, and tracking to facilitate the dispatch, deployment, and recovery of resources before, during, and after an Incident; " Responding to an Increase in the threat level under the National Terrorism Advisory System (NTAS), or needs in resulting from a National Special Security Event; and " Paying salaries and benefits for personnel to serve as qualified intelligence analysts, States and Urban Areas must Justify proposed expenditures of SHSP o'r UASI funds to support organization activities within their IJ submission. All SAAs are allowed to utilize up to 50 percent (50%) of their SHSP funding and all Urban Areas are allowed up to 50 percent (50%) of their UASI funding for personnel coats, At the request of a sub -recipient of a grant, the FEMA Administrator may grant a 31 waiver of the 50 percent (500/c) limitation noted above. Request for waivers to the personnel cap must be submitted by the SAA to GPO In writing on official letterhead, with the following information: • Documentation explaining why the cap should be waived; • Conditions under which the request is being submitted; and • A budget and method of calculation pf personnel costs both In percentages of the grant award and in total dollar amount. To avoid supplanting issues, the request must also include a three year staffing history for the requesting entity. Organizational activities under SHSP and UASI include: • Intelligence analysts. Per the Personnel Reimbursement for Intelligence Cooperation and Enhancement (PRICE) of Homeland Security Act (Public Law 110-412), SHSP and UASI funds may be used to hire new staff and/or contractor positions to serve as Intelligence analysts to enable Information/intelligence sharing capabilities, as well as support existing intelligence analysts previously covered by SHSP or UASI funding. In order to be hired as an Intelligence analyst, staff and/or contractor personnel must meet at least one of the following oriterla: o Successfully complete training to ensure baseline proficiency in intelligence analysis and production within six months of being hired; and/or, o Previously served as an ntelligence analyst for a minimum of two years either in a Federal Intelligence agency, the military, or State and/or local law enforcement intelligence unit As identified In the Maturation and Enhancement of State and Major Urban Area Fusion Confers priority, all fusion center analytic personnel must demonstrate qualifications that meet or exceed competencies identified In the Common Competencies for State, Local, and Tribal Intelligence Analysts, which outlines the minimum categories of training needed for Intelligence analysts. A certifioate of completion of such training must be on file with the SAA and must be made available to the grantee's respective Headquarters Program Analyst upon request. In addition to these training requirements, fusion centers should also continue to mature their analytic capabilities by addressing gaps In analytic capability Identified during the fusion center's annual assessment. • Overtime costs. Overtime costs are allowable for personnel to participate in information, Investigative, and intelligence sharing activities specifically related to homeland security and specifically requested by a Federal agency. Allowable costs are limited to overtime associated with federally requested participation In eligible fusion activities, Including anti -terrorism task forces, Joint Terrorism Task Forces (JTTFs), Area Maritime Security Committees (as required by the Maritime Transportation Security Act of 2002), DHS Border Enforcement Security Task Forces, and Integrated Border Enforcement Teams, Grant funding can only be used in proportion to the Federal man- hour estimate, and only after funding for these activities from other Federal sources (i.e., FBI JTTF payments to State and local agencies) has been exhausted, Under no circumstances should DHS grant funding be used to pay for costs already supported by funding from another Federel source. • Operational overtime costs. In support of efforts to enhance capabilities for detecting, deterring, disrupting, and preventing acts oftwrorism, operational overtime costs are allowable for increased security measures at critical Infrastructure sites. SHSP or UASI funds for organizational costs may be used to support select operational expenses associated with increased security measures at critical infrastructure sites in the following authorized categories: 32 o Backflll and overtime expenses for staffing State or Major Urban Area fusion centers; o Hiring of contracted security for critical infrastructure sites; o Participation In Regional Resiliency Assessment Program (RRAP) activities;. o Public safety overtime; o Title 32 or State Active Duty National Guard deployments to protect critical infrastructure sites, Including all resources that are part of the standard National Guard deployment package (Note; Consumable costs, such as fuel expenses, are not allowed except as part of the standard National Guard deployment package); and o Increased border security activities incoordination with CBP SHSP or UASI funds may only be spent for operational overtime costs upon prior approval provided in writing by the FEMAAdministrator per Instructions in (8 379. C. Allowable Training Related Costs Allowable training -related costs under HSGP include the establishment, support, conduct, and attendance of training specifically identified under the SHSP and UASI programs and/or in conjunction with emergency preparedness training by other Federal agencies (e.g., HHS and DOT). Training conducted using HSGP funds should address a performance gap Identified through an AAR/IP or other assessments (e,g„ National Emergency Communications Plan NECP Goal Assessments) and contribute to building a capability that will be evaluated through a formal exercise. Any training or training gaps, Including those for children, older adults, pregnant women, and individuals with disabilities and others who also have or access and functional needs, should be identified in the AAR/IP and addressed in the state. or Urban Area training cycle. Sub -recipients are encouraged to use existing training rather than developing new courses. When developing new courses, sub -recipients are encouraged to apply the Analysis, Design, Development, Implementation and Evaluation model of instructional design using the Course Development Tool. • Overtime and backflil for emergency preparedness and response personnel attending DHS/FEMA-sponsored and approved training classes • Overtime and backfill expenses for part-time and volunteer emergency response personnel participating In DHS/FEMA training • Training workshops and conferences • Activities to achieve training inclusive of people with disabilities • Full- or part-time staff or contractors/consultants • Travel • Supplies associated with allowable approved training that are expended or consumed during the course of the planning and conduct of the exercise project(s) • Instructor certification/re-certification 33 " Coordination with Citizen Corps Councils in conducting training exercises " Interoperable communications training Additional Training Information Per DHS/FEMA Grant Programs Directorate Policy FP 207-008-064.9, Review and Approval Requirements for Training Courses Funded Through Preparedness Grants, issued on September 9, 2013, states, territories, Tribal entitles and urban areas are no longer required to request approval from FEMA for personnel to attend non-DHS FEMA training as long as the training is coordinated with and approved by the state, territory, Tribal or Urban Area Training Point of Contact (TPOC) and falls within the FEMA mission scope and the jurisdiction's Emergency Operations Plan (COP). The only exception to this policy is for Countering Violent Extremism courses. DHS/FEMA will conduct periodic reviews of all state, territory, and Urban Area training funded by DHS/FEMA. These reviews may include requests for all course materials and physical observation of, or participation in, the funded training. If these reviews determine that courses are outside the scope of this guidance, sub -recipients will be asked to repay grant funds expended in support of those efforts. For further Information on developing courses using the instructional design methodology and tools that can facilitate the process, SAAs and TPOCs are encouraged to review the NTED Responder Training Development Confer (RTCC) webslte. DHS/FEMA Provided Training. These trainings Include programs or courses developed for and delivered by Institutions and organizations funded by DHS/FEMA, This includes the Canter for Domestic Preparedness (CIDP), the Emergency Management Institute (EMI), and the National Training and Education Division's (NTED) training partner programs including, the Continuing Training Grants, the National Domestic Preparedness Consortium (NDPC) and the Rural Domestic Preparedness Consortium (RDPC). Approved State and Federal Sponsored Course Catalogue. This catalogue lists state and Federal sponsored courses that fall within the DHS/FEMA mission scope, and have been approved through the FEMA course review and approval process. An updated version of this catalog can be accessed at htip;//www.firstrespondertreining.gov. Training Not Provided by DHS/FEMA. These trainngs Includes courses that are either state sponsored or Federal sponsored (non-DHS/FEMA), coordinated and approved by the SAA or their designated TPOC, and fall within the DHS/FEMA mission scope to prepare state, local, Tribal, and territorial personnel to prevent, protect against, mitigate, respond to, and recover from acts of terrorism or catastrophic events, " State Sponsored Courses. These courses are developed for and/or delivered by institutions or organizations other than Federal entitles or FEMA and are sponsored by the SAA or their designated TPOC. " Joint Training and Exercises with the Public and Private Sectors. These courses are sponsored and coordinated by private sector entities to enhance public -private partnerships for training personnel to prevent, protect against, mitigate, respond to, ar,d recover from acts of terrorism or catastrophic events. Overtime pay for first responders and emergency managers who participate in public -private training and exercises is allowable, In addition, States, territories, Tribes, and Urban Areas are encouraged to incorporate the private sector in government -sponsored training and exercises. 34 Additional Information or. both DHS/FEMA provided training and other federal and state training can be found at http://www.f,rstrespondertraining.gov. Training Information Reporting System ("Web -Forms"), Web -Forms is an electronic form/data management system built to assist the SAA and its designated State, territory and Tribal Training Point of Contact (TPOC). Reporting tra'ning activities through Web -Forms is not required under FY 2015 HSGP, however, the system remains available and can be accessed through the FEMA Toolkit located at http:Nwww.flrstrespondertraining.gov/admin in order to support grantees in their own tracking of training. FDEM State Training Office conditions: For the purposes of this Agreement, any training course listed on the OHS approved course catalog qualifies as an authorized course. The Sub - recipient can successfully complete an authorized course either by attending or conducting that course. In order to receive payment for successfully attending an authorized training course, the Sub -recipient must provide the Division with a certificate of course completion: additionally, the Sub -recipient must provide the Division with all receipts that document the costs incurred by the Sub -recipient In order to attend the course. in order the receive payment for successfully conducting an authorized course, the Sub -recipient must provide the Division with the course materials and a roster sign -in sheet; additionally, the Sub -recipient must provide the Division with all receipts that document the costs incurred by the Sub -recipient in order to conduct the course." For courses that are non-DHS approved training, sub -recipient must request approval to conduct training through the use of the Non -TED Form and provide a copy, along with email showing approval granted for conduct. • For the conduct of training wor' cshops, sub -recipient must provide a copy of the course materials and sign -in sheets. • The number of participants must be a minimum of 15 in order to Justify the cost of holding a course, For questions regarding adequate number of participants please contact the FDEM State Training Officer for course specific guidance. Unless the sub -recipient receives advance written approval from the State Training Officer for the number of participants, then the Division will reduce the amount authorized for reimbursement on a pro -rata basis for any training with less than 15 participants. • The Sub -recipient must include with the reimbursement package a separate copy of the page(s) from the State (and County or Regional) MYTEP reflecting the training, D. Allowable Exercise Related Costs Exercises conducted with grant funding should be managed and conducted consistent wdh HSEEP, HSEEP guidance for exercise design, development, conduct, evaluation; and improvement planning is located at littpsJ/www.fema.gov/exercise. *Design, Develop, Conduct, and Evaluate an Exercise 35 " Full- or part-time staff or contractors/consultants " Overtime and baekflll costs, including expenses for part-time and volunteer emergency response personnel participating in DHS/FEMA exercises " implementation of HSEEP " Activities to achieve exercises Inclusive of people with disabilities " Travel " Supplies associated with allowable approved exercises " Interoperable communications exercises Additional Exercise Information Sub recipients that decide to use HSGP funds to conduct an exercises) are encouraged to complete a progressive exercise series. Exercises conducted by states and Urban Areas may be used to fulfill siml!ar exercise requirements required by other gram programs. Sub -recipients are encouraged to invite representatives/planners involved with Other Federally -mandated or private exercise activities. States and Urban Areas are encouraged to share, at a minimum, the multi -year training and exercise schedule with those departments, agencies, and organizations included in the plan. " Exercise Scenarios. The scenarios used in HSGP-funded exercises must be based on the state/Urban Area's THIRA and SPR, The scenarios used In HSGP-funded exercises must focus on validating capabilities, must be large enough in scope and size to exercise multiple activities and warrant involvement from multiple jurisdictions and disciplines and non -governmental organizations, and take Into account the needs and requirements for Individuals with disabilities, Exercise scenarios should align with priorities and capabilities identified In the Multi -year TEP, " Special Event Planning. If a state or Urban Area will be hosting a special event (e.g., Super Bowl, G-8 Summit), the special event planning should be considered as a training or exercise activity for the purpose of the Multi -year TEP. The state or Urban Area should plan to use SHSP or UASI funding to finance training aad exercise activities in preparation for those events. States and Urban Areas should also consider exercises et major venues (e.g,, arenas, convention centers) that focus on evacuations, communications, and command and control. " Regional Exercises. States should also anticipate participating in at least one Regional Exercise annually. States must include all confirmed or planned special events in the Multi -year TEP, " Role of Non -Governmental Entities In Exercises. Non -governmental participation in all levels of exercises is strongly encouraged, Leaders from non -governmental entities should be included In the planning, design, and evaluation of an exercise. State, local, Tribal, and territorial Jurisdictions are encouraged to develop exercises that test the integration and use of non- governmental resources provided by non -governmental entities, defined as the private sector and private nonprofit, faith -based, community, participation in exercises should be coordinated with the local Citizen Corps Councils) or their equivalent and other partner agencies. FDEM State Training Office 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 Sub -recipient can successfully complete an authorized exercise either by attending or conducting that exercise. 36 In order to receive payment for successfully attending an authorized exercise, the Sub -recipient must provide the Division with a certificate of completion or similar correspondence signed by the Individual in charge of the exercise; additionally, the Sub -recipient must provide the Division with all receipts that document the costs Incurred by the Sub recipient in order to attend the exercise, in order the receive payment for successfully conducting en authorized exercise, the Sub - recipient must provide the Division with an ExPLAN, AAR/IP, IPC/MPC/FPC Meeting Minutes and Sign -in Sheet for exercise attendees; additionally, the Sub -recipient must provide the Division with all receipts that document the costs incurred by the Sub -recipient in order to conduct the exercise. The Sub -recipient must include with the reimbursement package a separate copy of the ,oage(s) from the Exercise Plan which identifies the participant agencies and a printed page(s) from the State (and County or Regional) MYTEP tefect/ng the exercise. • If you require food/water for this event, request must come to the Division within 25 days of event In the following format: Exercise Title: Location: Exercise Date: Exercise Schedule: Estimated Number of Participants that will be fed: Estimated Cost for food/water: Description of the Exercise: Unauthorized Exercise Costs • Reimbursement for the maintenance and/or wear and tear costs of general use vehicles (e.g., construction vehicles), medical supplies, end emergency response apparatus (e.g,, fire trucks, ambulances). Equipment that is purchased for permanent installation and/or use, beyond the scope of the conclusion of the exercise (e.g., electronic messaging signs). E. Procurement All procurement transactions will be conducted In a manner providing full and open competition and shall comply with the standards articulated in: • 2 C.F.R. Part 200; • Chapter 287, Florida Statues; and, • Any local procurement policy. The Division shall pre -approve all scopes of work for projects funded under this agreernert. Additionally, the sub -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 -back contract. Also, In order to receive reimbursement from the Division, the sub -sub - recipient must provide the Division with a suspension and debarment form for each vendor that performed work under the agreement. Furthermore, if requested by the Division, the sub - sub -recipient shall provide copies of solicitation documents including responses and justification of vendor selection. 37 P. Piggy -backing The practice of procurement by one agency using the agreement of another agency Is called piggybacking. The ability to piggyback onto an existing oontract Is not unlimited. The existing contract must Contain language or other legal authority authorizing third parties to make purchases from the contract with the vendor's consent. The terms and conditions of the new contract, including the scope of work, must 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 contract merely as a 'basis to begin negotiations' fora broader or materially different contract. Unallowable Costs (SHSP, UASI and OPSG) Per FEMA policy, the purchase of weapons and weapons accessories is not ailcwed with HSGP, G. Reporting Requirements 1. Quarterly Programmatic Reporting: The Quarterly Programmatic Report Is due within 30 days after the end of the reporting periods (March 31, June 30, September 30 and December 31) for the life of this contract. • if a report(s) Is delinquent, future financial reimbursements will be withheld until the Sub -recipient's reporting Is current. • If a report goes two (2) consecutive quarters without Sub -recipient reflecting any activity and/or no expenditures will likely result in termination of the agreement. Programs atic ecortinq Sch Reporting Period Report due to POEM no later than January 1 through March 31 April 30 April 1 through June 30 July 30 July 1 through September 30 October 30 October 1 through December 31 January 30 2. Reimbursement Requests: A request for reimbursement may be sent to your grant manager for review and approval at any time during the contract period. Reimbursements must be requested within ninety (00) calendar days of expenditure of fords, and quarterly at a minimum. Failure to submit request for reimbursement within ninety (GO) calendar days of expenditure shall result 1n denial' of reimbursement. This Is separate from the final claim which le due no later than forty-five (45) days after termination of the agreement or completion of project activity. The Sub -recipient should include the category's corresponding line Item (or issue) number in the "Detail of Claims" form. This number can be found in the Proposed Program Budget". A line item number Is to be included for every dollar amount listed in the "Detail of Claims" form. For equipment items, the AEL must be listed on the "Detail of Claims" form. 38 3, Close-out Programmatic Reporting; The Close-out Report Is due to the Florida Division of Emergency Management no later than sixty (60) calendar days after the agreement is either completed or the agreement has expired, H. Programmatic Point of Contact Contractual Point of Contact Programmatic Point of Contact Michael J. Day FDEM 2555 Shumard Oak Blvd. • Tallahassee, FL 32399-2100 (850) 488-3133 Michael.day@em,myflorida.corn Felicia P. Plnnock FDEM 2555 Shumard Oak Blvd, Tallahassee, FL 32399-2100 (850) 410-345% Fellcta.Pinrock@em.myflorida,com Contractual Responsibilities • The FDEM shall determine eligibility of projects and approve changes in scope of work, • The FDFM shall adminIater the financial processes. ATTACHMENT C DELIVERABLES AND PERFORMANCE Urban Area Security Initiative (UAW): The UASI program supports the implementation of risk driven, capabilities• based planning, organization, equipment, training, and exercise needs of high -threat and high -density Urban Areas based on the capability targets set in Urban Area, State, and regional Threat and Hazard Identification and Risk Assessments (THIRAs). The capability levels are assessed in the State Preparedness Report (SPR) and Inform panning, organization, equipment, training, and exercise needs to prevent, protect against, mitigate, respond to, and recover from acts of terrorism and other catastrophic events. Planning Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub- reclpiert for the actual cost of successfully completing Planning activities consistent with the guidelines contained it the Comprehensive Planning Guide CPG 101 v,2. For additional information, please see ht tp !lwlvw fema govl /CPG 101 V2 ndf or grant guidance (Notice of Funding Opportunity), For the purposes of this Agreement, any planning activity such as those associated with the Threat and Hazard identification and Risk Analysis (THIRA), State Preparedness Report (SPR), and other planning activities that support the National Preparedness Goal (NPC) and place an emphasis on updating and maintaining a current Emergency Operations Plan (EOP) are eligible. The Sub -recipient can successfully complete e planning activity either by creating or updating such plan(s), Organization Deliverable: Subject to the funding limitations of this Agreement, the Division she I reimburse the Sub - recipient for the actual eligible costs' for Personnel, Intelligence Analysts, Overtime and Operational Overtime. Training Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub - recipient for the actual cost of successfully completing a training course listed on the Department of Homeland Security (OHS) approved course catalog. For non -OHS approved courses the sub -recipient shall obtain advance F'DEM approval using the Non -TED form by contacting their grant manager. The DHS course catalog is available online at htto:/lwwv/ erstresoondertralnlnO,00v/, For the purposes of this Agreement, any training course ilsted or the DHS approved course catalog qualifies as an eutnorized course. The Sub -recipient can successfully complete an authorized course eitner by attending or conducting that course, Exercise Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub - recipient For the actual cost of successfully completing an exercise which meets the Department of Homeland Security Homeland Security Exercise and Evaluation Program (HSEEP) standards and Is listed In A) the State of Florida Multi -Year Training & Exercise Plan (MYTEP), and B) County or Regional TEP forte region In which the sub -sub -recipient is geographically located. information related to TEPs and HSEEP compliance can be found online at: ettos:ttwww.ille.dhs uovlhseep, For the purposes of this Agreement, any exercise which Is compliant veth HSEEP standards and contained in the State of Florida MYTEP qualifies as an authorized exercise, The Sub -recipient can successfully complete an authorized exercise either by attending or conducting that exercise, Equipment Deliverable: Subject to the funding limitations of this Agreement, the Division shell reimburse the Sub - recipient for the actual cost of purchasing an item Identified In the approved project funding template and budget of this agreement and listed on the DHS Authorized Equipment List (AEL). For the purposes of this Agreement, any hem listed on the AEL qualifies as an authorized item. The 21 allowable prevention, protection, mitigation, response, and recovery equipment categories and equipment standards for HSGP are listed on the web -based version of the Authorized Equipment List (AEL) on the Lessons Learned Information System at httiellbetafema.govlauthorized- equlpmen"-list. In addition, agencies will be respcnsiblo for obtaining and maintaining at necessary certlfloations and licenses for the requested equipment, Minimum Performance: Costs for allowable items will be reimbursed if incurred and completed within the period of performance, in accordance with the Scope of Work, Attachment A of this agreement. 40 ATTACHMENT D PROGRAM STATUTES AND REGULATIONS 1) Age Discrimination Act of 1975 42 U.S.C. § 6101 et seq. 2) Americans with Disabilities Act of 1990 42 U.S.C. § 12101-12213 3) Chapter 473, Florida Statutes 4) Chapter 215, Florida Statutes 5) Chapter 252, Florida Statutes 6) Title VI of the Civil Rights Act of 1964 42 U.S.C, § 2000 et seq, 7) Title'VIII of the Civil Rights Acts of 1968 42 U.S.C. § 3601 et seq. 8) Copyright notice 17 U.S.C. §§ 401 or 402 9) Assurances, Administrative Requirements and Cost Principles 2 C.F.R. Part 200 10)Debarment and Suspension Executive Orders 12549 and 12689 11)Drug Free Workplace Act of 1088 41 U.S.C. § 701 et seq. 12)Duplication of Benefits 2.C,F,R, Part 200, Subpart E. 13)Energy Policy and Conservation Act 42 U.S.C. § 6201 14)False Claims Act and Program Fraud Civil Remedies 31 U.S,C. § 3729 also 38 U.S.C. § 3801-3812 15)Fly America Act of 1974 49 U,S,C. § 41102 also 49 U.S.C. § 40118 16)Hotel and Motel Fire Safety Act of 1990 15 U.S.G. § 2225a 17)Lobbying Prohibitions 31 U.S.C, § 1352 18)Patents and Intellectual Property Rights 35 U.S.C, § 200 et seq. 19)Procurement of Recovered Materials section 6002 of Solid Waste Disposal Act 20)Terrorist Financing Executive Order 13224 21)Title IX of the Education Amendments of 1972 (Equal Opportunity in Education Act) 20 U,S.C. § 1681 et sect. 22)Trafficking Victims Protection Act of 2000 22 U.S.C. § 7104 23) Rehabilitation Act of 1973 Section 504, 29 U,S,C, § 794 24)USA Patriot Act of 2001 18 U.S.C. § 175-172c 25)Whistleblower Protection Act 10 U.S.C. § 2409, 41 US.C. 4712, and 10 U.S.C. § 2324, 41 U,S,C, § § 4304 and 4310 26)53 Federal Register 8034 27)Rule Chapters 27P-6, 27P-11, and 27P-19, Florida Administrative Code 41 ATTACHMENT E JUSTIFICATION OF ADVANCE PAYMENT SUB -RECIPIENT; , If you are requesting an advance, Indicate same by checking the box below. [ j ADVANCE REQUESTED Advance payment of $ is requested, Balance of payments will be made on a reimbursement basis. These funds are needed to pay staff, award benefits to clients, duplicate forms and purchase startup supplies and equipment, We would net be able to operate the program without this advance, If you are requesting an advance, complete the following chart and Ilne Item Justification below. ESTIMATED EXPENSES BUDGET CATEGORY/UNE ITEMS (list applicable fine items) 20^-20 Anticipated Expenditures for First Three Months (90 days) of Funding Agreement For example ADMINISTRATIVE COSTS (Include Secondary Administration.) For example PROGRAM EXPENSES TOTAL EXPENSES LINE ETF.j I JUSTIFICATION (For each lino Item, provide a detailed justification explaining the need for the cash advance, The justification must include supporting documentation that clearly shows the advance will be expended within the first ninety (90) days of the Funding Agreement term. Supporting documentation should Include quotes for purchases, delivery timelines, salary and expense projections, etc. to provide the Division reasonable and necessary support thattho advance will be expended within the first ninety (90) days of the Funding Agreement term. Any advance funds not expended within the first ninety (90) days of the contract term shall be returned to the Division Cashier, 2565 Shumerd Oak Boulevard, Tallahaesee, Florida 32399, within thirty (30) clays of receipt, along with any Interest earned on the advance) 42 ATTACHMENT F WARRANTIES AND REPRESENTATIONS Financlel Management The Sub -Recipient's financial management system must comply with 2 C.F.R. §200,302. Procurements Any procurement undertaken with funds authorized bythis Agreement must comply with the requirements of 2 C.F.R. §200, Part 0 —Post Federal Award Requirements —Procurement Standards (2 C.F,R, §§200.317 through 200.326). Qodes of conduct. The Sub -recipient shall maintain written standards of conduct governing the performance of its employees engaged In the awardand administration of contracts. No employee, officer, or agent shall participate in the selection, award, or administration of a contract supported by public grant funds if a real or apparent conflict of interest would be Involved. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or Is about to employ any of the parties indicated, has a financial or other interest in the firm selected for an award. The officers, employees, and agents of the Sub -recipient shall neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. The standards of conduct shall provide for disciplinary actions to be applied for violations of the standards by officers, employees, or agents of the Sub -recipient, Business Hours The Sub -recipient shall have its offices open for business, with the entrance door open to the public, and at least one employee on site, from; Monday through Friday from B:00 am to 6:00 gm excluding holidays, Llceensingean,l Permitting All subcontractors or employees hired by the Sub -recipient shall have all current licenses and permits required for all of the particular work for which they are hired by the Sub -recipient. 43 ATTACHMENT G Subcontractor Covered 'Transactions (1) The prospective subcontractor of the Sub -recipient, , certifies, by submission of this document, that neither it nor Its principals is presently debarred, suspended, proposed for debarment; declared Ineligible, or voluntarily excluded from participation in this traneacttbn by any Federal department or agency. (2) Where 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 Name Namo and Title FDEM Contract Number Street Address Project Number City, State, Zip. Date 44 ATTACHMENT H STATEMENT OF ASSURANCES All sub -recipients must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff. 1. Sub recipient will acknowledge their use of federal funding when issuing statements, press releases, and requests for proposals, bid invitations, and other documents describing projects or programs funded in whole or in part with Federal funds. 2. Sub -recipient must ensure that project activities carried outside the United States are coordinated as necessary with appropriate government authorities and that appropriate licenses, permits or approvals are obtained. 3. Sub -recipient will comply with the minimum wage and maximum hour's provisions of the Federal Falr Labor Standards Act. 4. Sub -recipient will establish safeguards to prohibit employees from using their positions for a purpose that is or gives the appearance of being motivated bye desire for private gain for themselves or others, particularly those with whom they have family, business. or other ties. 6. Sub -recipient will give the State Administrative Agency, OHS or through any authorized representative, access to and the right to examine and copy records, accounts. and books, papers, or documents related to the grant. 6. Sub -recipient who receives awards made under programs that provide emergency communications equipment and its related activities must comply with SAFECOM Guidance for Emergency Communications Grants, Including provisions on technical standards that ensure and enhance interoperabie communications. 7, Sub -recipient will ensure that the facilities under its ownership, lease or supervision which shall be utilized in the accomplishment of the project are not listed on the Environmental Protection Agency's (EPA) list of Violating Facilities and that it will notify the Federal grantor agency of the receipt of any communication from the Director of the EPA Office of Federal Activities indicating that a facility to be used in the project is under consideration for listing by the EPA, 8. Sub -recipient must cooperate with any compliance review or compliant investigation conducted by DHS, 9. Sub -recipient must submit timely, complete, and accurate reports to the FDEM and maintain appropriate backup documentation to support reports. Sub -recipients should also comply with all other special reporting, data collection and evaluation requirements, as prescribes by law or detailed in program guidance. 10. If, during the past three years, the sub -recipient has been accused of discrimination on the grounds of race, color, national origin (including limited English proficiency), sex, age, disab'lity, religion, or familial status, the sub -recipient must provide a list of all such proceedings, pending or completed, Including outcome and copies of settlement agreements to FDEM for forwarding to the OHS awarding office and the DHS Component. '11. In the event a Federal or State court or Federal or State administrative agency makes a finding of discrimination after a due process hearing on the Grounds of race, color, religion, national origin, sex, or disability against a sub -recipient of funds, the sub -recipient will forward a copy of the finding to the Office for Civil Rights, Office of Justice Programs, 45 ATTACHMENT I REIMBURSEMENT CHECKLIST Use this checklist as a tool for completing relmbureement packages PLANNING 1. Does the amount billed by consultant add up correctly? 2. Has all appropriate documentation to denote hours worked been properly signed? 3. Have copies of all planning materials and work product (e.g. meeting documents, copies of plans) been included? (Note - If a meeting was held by sub -recipient or oontractor/consultant of sub -recipient, an agenda and slgnup sheet with meeting date must be Included). 4. Has the invoice from consultant/contractor been included? (Note — grant agreement must be referenced on the Invoice.) �` 5. Has proof of payment been included? Canceled check Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement El 6. Has Attachment G (found within Agreement with FDEM) been completed for this contractor/consultant and included in the reimbursement package? Li 7. Has proof of purchase methodology been included (Form 5 Procurement)? Sole Source (approved by FDEM for purchases exceeding $25,000) State Contract (page showing contract #, price list) Competitive bid results (e.g. Quotewire, bid tabulation page) Consultants/Contractors (Note: this applies to contractors also billed, under Organization) T AWING 1, Is the course DHS approved? [E 2. Is there a course or catalog number? If not, has FDEM approved the non-DHS training? 46 3. Have Sign -In Sheets, Rosters and Agenda been provided? E 4, If billing for overtime and/or backfill, has documentation been provided that lists attendee names department, # of hours spent at training, hourly rate and total amount paid to each attendee? Have documentation from entity's financial system been provided as proof attendees were paid? For backfill, has a clear delineation/cross reference been provided showing who was backfilling who? j� 5. Have the names on the sign -in sheets been cross-referenced with the names of the Individuals for whom training reimbursement costs are being sought? n 6. Has any expenditures occurred In support of the training such as printing costs, costs related to administering the training, planning, scheduling, facilities, materials and supplies, reproduction of materials, and equipment? If so, receipts and proof of payment must be submitted. Canceled check Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement Ti 7. Has proof of purchase methodology been included (Form 5 Procurement)? Sole Source (approved by FDEM for purchases exceeding $25,000) State Contract (page showing contract #, price list) Competitive bid results (e.g. Quotewire, bid tabulation page) EXERCISE 1. Has documentation been provided on the purpose/objectives of the exercise? Situation Manual Exercise Plan LI 2. If exercise has been conducted are the following included: After -action report Sign -in sheets Agenda Rosters 3. If billing for overtime and backfill, has a spreadsheet been provided that lists attendee names, department, # of hours spent at exercise, hourly rate and total paid to each attendee? Have documentation from entity's financial system been provided to prove attendees were paid? 47 For backfill, has a clear dellneatlon/cross reference been provided showing who was backfilling who? L. 4. Have the names on the sign -in sheets been cross-referenced with the names of the individuals for whom exercise reimbursement costs are being sought? 5. Have any expenditures occurred on supplies (e.g., copying paper, gloves, tape, etc) In support of the exercise? If so, receipts and proof of payment must be included. Canceled check Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit cardcompany for that statement LJ 6. Has any expenditures occurred on rental of space/locations for exercises planning and conduct, exercise signs, badges, etc.? if so, receipts and proof of payment must be Included. Canceled check Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement Li 7. Has proof of purchase methodology been included (Form 5 Procurement)? Sole Source (approved by FDEM for purchases exceeding S25,000) State Contract (page showing contract #, price list) Competitive bid results (e.g. Quotewire, bid tabulation page) E it P ENT I 1. Have all invoices been included? (1 n 2. Has an AEL # been identified for each purchase? 3. If service/warranty expenses are listed, are they only for the performance period of the grant? 4. Has proof of payment been included? Canceled check Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement 5. If EHP form needed, has a copy of the approval OHS been Included? 6. Has proof of purchase methodology been included (Form 5 Procurement)? Sole Source (approved by FDEM for purchases exceeding S25,000) State Contract (page showing contract ##, price list) 48 Competitive bid results (e.g. Quotewlre, bid tabulation page) TRAVEL/CONFERENCES 1. Have all receipts been turned in, itemized and do the dates on the receipts match travel dates? Airplane receipts Proof of mileage (Google or Yahoo map printout or mileage log) Toll and/or Parking receipts Hotel receipts (Is there a zero balance?) Car rental receipts Registration fee receipts Note: Make sure that meals paid for by conference are not Included In per diem amount El 2. If travel is a conference has the conference agenda been included? [7 3. Has proof of payment to traveler been included? Canceled check Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement Copy of paycheck If reimbursed through payroll MATCHING FUNDS L _j 1. Contributions are from Non Federal funding sources identified? [] 2. Contributions are from cash or In -kind contributions which may include training Investments. E 3. Contributions are not from salary, overtime or other operational costs unrelated to training. SAJARY POSITIONS 1. Has a signed timesheet by employee and supervisor Included? 2. Has. proof for time worked by the employee been included? Is time period summary included? Statement of Earnings Copy of Payroll Check Payroll Register Time and Effort Log (Form 6) 49 For fusion center analysts, have the certification documents been provided to the SAA to demonstrate compliance with training and experience standards? ORGANIZATION 1. If billing for overtime and baokfill, has a spreadsheet been provided that lists attendee names, department, # of hours spent at event, hourly rate and total paid to each attendee? Have documentation from entity's financial system been provided to prove attendees were paid? For baokfill, has a clear delineation/cross reference been provided showing who was backfllling who? FOR ALL REIMBURSEMENTS - THEfINAL CHECK 1. Have all relevant forms been completed and included with each request for reimbursement? II 2. Have the costs incurred been charged to the appropriate POETE category? { 3. Does the total on all Forms submitted match? T1 4. Has Reimbursement Form been signed by the Grant Manager and Financial Officer? E 5. Has the reimbursement package been entered into sub -sub -recipients records/spreadsheet? 6. Have the quertity and unit cost been notated on Reimbursement Budget Breakdown? 7. If this purchase was made via Sole Source, have you included the approved Sole Source documentation and justification? TI 8. Do all of your vendors have a current W-9 (Tax Payer Identification) on file? Please note. FOEM reserves the right to update this checklist throughout the life of the grant to ensure compliance with applicable federal and state rules and regulations, 50 ATTACHMENT J MONITORING GUIDELINES Florida has enhanced state and looal capability and capacity to prevent, prepare and respond to terrorist threats since 1999 through various funding sources including federal grant funds. The Florida Division of Emergency Management (FDEM) has a responsibility to track and monitor the status of grant activity and items purchased to ensure compliance with applicable 1-ISGP grant guidance and statutory regulations. The monitoring process is designed to assess a sub -recipient agency's compliance with applicable state and federal guidelines. Monitoring is accomplished utilizing various methods Including desk monitoring and on -site visits. There are two primary areas reviewed during monitoring activities - financial and programmatic monitoring. Financial monitoring is the review of records associated with the purchase and disposition of property, projects and contracts. Programmatic monitoring is the observation of equipment purchased, protocols and other associated records. Various levels of financial and programmatic review may be accomplished during this process. Desk monitoring Is the review of projects, financial activity and technical assistance between FDEIVM and the applicant via e-mail and telephone. On -Site Monitoring are actual visits to the sub -recipient agencies by a Division representative who examines records, procedures and equipment. Frequency of annual monitoring activity: Each year the FDEM will conduct monitoring for up to 50%. of their sub -grantees. It is important to note that although a given grant has been closed, it is still subject to either desk or on -site monitoring for a three (3) year period following closure. Areas thatwill be examined Include: Management and administrative procedures; Grant folder maintenance; Equipment accountability and sub -hand receipt procedures; 51 Program for obsolescence; Status of equipment purchases; Status of training for purchased equipment; Status and number of response trainings conducted to include number trained; Status and number of exercises; Status of planning activity; Anticipated projected completion; Difficulties encountered In completing projects; Agency N€MS/ICS compliance documentation; Equal Employment Opportunity (EEO Status); Procurement Policy FDEM may request additional monitoring/Information if the activity, or lack thereof, generates questions from the region, the sponsoring agency or FDEM leadership. The method of gathering this information will be determined on a case -by -case basis. Desk monitoring Is an ongoing process. Subreciplents will be required to participate in desk top monitoring on an annual basis and as determined by the FDEfvi. This contact will provide an opportunity to Identify the need for technical assistance (TA) and/or a site visit If the FDEM determines that a sub -recipient is having difficulty completing their project. As difficulties/deficiencies are identified, the respective region or sponsoring agency will be notified by the program office via email. Information will include the grant sub -recipient agency name, year and project description and the nature of the issue In question. Many of the issues that arise may be resolved at the regional or sponsoring agency level, Issues that require further TA will be referred to the FDEM for assistance. Examples of TA Include but are not limited to: Equipment selection or available vendors 4 -Eligibility of items or services Coordination and partnership with other agencies within or outside the region or discipline 4.Record Keeping 52 F+iaReporting Requirements Documentation in support of a Request for Reimbursement On•Site Monitoring will be conducted by the FDEM or designated personnel. On -site Monitoring visits will be scheduled In advance with the sub -recipient agency POC designated in the grant agreement. The FDEM will .also conduct coordinated financial and grant file monitoring. These monitoring visits will be coordinated with the capability review visits. Subject matter experts from other agencies within the region or state may be called upon to assist in the form of a peer review as needed, All findings related to the capability review will be documented and maintained within the FDEM. On -site Monitoring Protocol On -site Monitoring Visits will begin with those grantees that are currently spending or have completed spending for that federal fiscal year (FFY). Site visits may be combined when geographically convenient, There Is a financial and programmatic on -site monitoring checklist to assist in the completion of all required tasks, Site Vi§it Prgparation A letter will be sent to the sub -recipient agency Point of Contact (POC) outlining the date, time and purpose of the site visit before the planned arrival date. The appointment should be confirmed with the grantee In writing (email is acceptable) and documented in the grantee folder. The physical location of any equipment located at an alternate site should be confirmed with a representative from that location and the address should be documented in the grantee folder before the site visit. 53 Q,0 -Site MonitorirKeVlstt Once FDEM personnel have arrived at the site, an orientation conference will be conducted. During this time, the purpose of the site visit and the Items FDEM Intends to examine will be identified. If financial monitoring visit will be conducted, they will then explain their objectives and will proceed to perform the financial review, FDEM personnel will review all files and supporting documentation, Once the supporting documentation has been reviewed, a tour/visua/spot inspection of equipment will be conducted. Each item should be visual y inspected wherever possible, Bigger items (computers, response vehicles, etc,) should have an asset decal (Information/serial number) placed in a prominent location on each piece of equipment as per sub -recipient agency requirements. The serial number should correspond with the appropriate receipt to confirm. purchase. Photographs should be taken of the equipment (large capital expenditures In excess of $1,000, per item). If an item Is not available (being used during time of the site visit), the appropriate documentation must be provided to account for that particular piece of equipment. Once the tour/visual/spot Inspection of equipment has been completed, the FDEM personnel will then conduct an exit conference with the grantee to review the findings. Other programmatic issues can be discussed at this time, such as missing quarterly reports, payment voucher/reimbursement, equipment, questions, etc. Post Monitorlrtq Visit FDEM personnel will review the on -site monitoring review worksheets and backup documentation as a team and discuss the events of the on -site monitoring, Within 30 calendar days of the site visit, a monitoring report will be generated and sent to the grantee explaining any issues and corrective actions required or reoommendatlons, Should no Issues or findings beidentified, a monitoring report to that effect will be generated and sent to the grantee. The grantee will submit a Corrective Action Plan within a tlmeframe as determined by the FDEM, Noncompliance on behalf of sub -grantees is resolved by management under the terms of the Sub grant Agreement. The On -Site Monitoring Worksheets, the monitoring report and all back up documentation will then be Included in the grantee's file. 54 ATTACHMEMT K EHP GUIDELINES ENVIRONMENTAL PLANNING & HISTORIC PRESERVATION (EHP) COMPLIANCE GUIDELINES The following types of projects are to be submitted to FEMA for compliance review under Federal environmental plenning and hlstorlo preservation (El -FP) laws and requirements prior to initiation of the project: • New Construction, Installation and Renovation, Including but not limited to: o Emergency Operation Centers o Security Guard facilities o Equipment buildings (such as those accompanying communication towers) o Waterside Structures (such as dock houses, piers, etc) • Placing a repeater and/or other equipment on an existing tower • Renovation of and modification to buildings and structures that are Se years' old or older • Any other construction or renovation efforts that change or expand the footprnt of a facility or structure Including security enhancements to Improve perimeter security • Physical Security Enhancements, Including but not limited to: o Lighting o . Fencing o Closed-olrouit television (CCTV) systems o Motion detection systems o Barriers, doors, gates and related security enhancements In addition, the emotion of communications towers that are included In a jurisdiction's interoperable communications plan Is allowed, subject to all applicable laws, regulations, and licensing provisions, Communication tower.projects must be submitted to FEMA for EHP review, EHP DETERMINATION PROCESS Submit the Final Screening Memo to the SAA for review prior to funds being expended. II. The SAA will review and notify the sub -recipient of Its decision, The grantee should Incorporate sufficient dine and resources Into -the project planning process to accommodate EHP requirements. APPROVAL PROCESS TO FEMA I. Prepare a formal written 8cope of Work with details outlined In the attached EHP Compliance Requirements, page 2, 11. The 'Final Screening Memo should be adadhed to at project Information sent to the Grant Programs Directorate (GPD) for' an EHP regulatory compliance review. I II. Complete the attached National Environmental Policy Mt (NEPA) Compliance checklist IV. Prepare maps indicating the locations) of proposed project (Guidance provided) V. Take photographs of the looation(s) of proposed project (Guidance provided) VI. Forward ell documents to the SAA. All documents are then forwarded to GPD electronically via the Centralized Scheduling and Information Desk (CSID)at asiseald dhs.aov, VII. CSID will send an email confirming receipt of the project description. Viii. FEMA Program Analyst sends notification to SAA when review Is complete. SAA notifies sub -recipient of PEMA's final decision. IX. THE PROJECT MAY BEGIN ONCE FINAL FEMA APPROVAL IS RECEIVED. Grantee should Incorporate sufficient lime and resources Into the project planning process to accommodate EHP requiremente, Grantees must receive written approval from FEMA prior to 'the use of grent funds for project Implementation. 55 ATTACHMEMT L MANDATORY CONTRACT PROVISIONS Provisions as described In Appendix II to Part 200: Pt. 2110, App. II early nottftentlon about Um regairemaaita al• Iowa. the potential applloant to teaks, not to apply or In take needed aottnua before iv - calving the Pelletal award. ate nnnounoSe- ment need not touludo nil of oho toms and conditions of 111u Fedora' avant, but may refer Loa douumnnt (Milt informatics about how to attain :t) or Ititdrnot alto whom ap- plicants canna the terms and aoeditienu If this halal rig opportunity win lost! to Potbecal wants with soma uyoelnl terms and condi- tions that differ from the Palatal awarding agency's shoal (sorostlmoe andlol "[femoral") lama and conditions, this Seatton alio'.t11 highlight thane opals] turnxt and condition'', Ooi:tlr ua will alert appllocntu that have re- ceived Pectoral aw erde from the Potltfral "martins money prevlonely and oobjltt oat otherwise expect dlffornnt forms stet ouch - Voce, Wor too atmc m000r, the amwmua- Ireht 'Mould 1rfotin potuttdal apptloanta sou tt epemal requltomanto that could apply to partlotllar Federal swards after the review or applloatieno [u1a1 other information, Waal on lion par1ioular olrtnuustanoes of Lha effort to to suppoi ta] (Lg., If human Reigate Welt} to do involved or If some situations may jus- tify o noetat tortes on inoehleattuel property. slats Blaring or sot unity roqutrntnonee). 3, iteperatip--Required, This deotlan most tooled(' senora] Inforrltattnn about the typo (e,g., finafteind o1 porfolivaoeo), troves ,y, and mains of sirhrtisslol' (proper or oleo. trunk') of punt -Parietal award repotting te- g'ilteniants, Highlight any apeofal reporting roquiromente tar Pe:lernl aw•ants ender thin ti:ntllnr opportunity that differ leg., by re- port typo, ngtluonoy, formiferniat, or afr- claustenuie for nen) from what the Palma] awarding agonny'r. Valera ewert(e mtttn]ty require, 0, Plaw014n,:Iwnrt,)lrra "'Mussy (To hrrAvr(a — Itagtnfiwa site anno►utotenent must give potential np- pl(tlant: a points) of °intuit for arrulwOrtng quectlonit or Meeting with Droblatns while tile furling bjperthntty is open, Tow intent of thin rtul li ement la to bit as helpful on poe- MMe to potential Appinx ite, no the Yetlottit awarding gamey should antolear nppteadlben tared as g1VIlitft t. Points of ooXftaet who nay ho reached m muirapto ways (ag„ toc ttLaphona, PAX, and/ ar email, Ito Well tie regulormail), 11. A fox or omoill alb= that multiple pixtpli maws, au that eomaoao will taspand oven if obtain ale imoxpontadly almost Our- ttal otltinal porla4u. • 111, Ulfufrent controte for distinct kinds Dt help (a,g„ ono for gatttdionii of pt'ogrartfmatle ttonteot and a monad for Rrlmlmett'ativa tpioatltao). 56 2 CFR Ch.11(1-1-1d Edition) H. Omits trtSORMA't'wtr- ilvltoieo t, Thin amitlOn may Isolate Buy additional informatl4n that will assist a potential ap- pllo1. Indicate wnt Per ] otpthler this la n neW pot: program 0l' a Dlla•114101nitlatfve, II. Mention related. plw,'tue nt or other Up- coming or ongoing Poderal awarding aag�etfooy feuding opportunities for al Whir antivttlon. 'Inrloda warrant 7ntornot addrosson for loaderiil aawerdltl1 &golgg/ Web 9Itae that teuy be nautili to an applicant in untoratanding the program. iv. A1avt eppltnnnt1 to the need to Idanttty proprietary information and infltln Minn about too way the Foderai awarding ogonoy Will handle 16. Y, inaludo oertaln matino'tattoos to omit - carte (o.g., that Loo yadaral govei'nreoeoi M not oliiga&od to make any Podnrai award as a race of the a micernoemirit or that only grants officers Curt bled the Federal soverm- mcatt to the nxpeml'+turc of funds), Af'Piowoix II 'ro PART 2GO—i7trtrrll,tgy Pleorig,.i�o���wa FAN ]MrI- rx Uctrrttnc re 1)Nimie Iffinnttel, A.tv%attllli In addition to other previsions requited by VW Portend agony or non-Pedural entity, a31 contract;, Mania by the non -Pectoral entity under tiro Podoral award mist contain provl- 0101fa t%elor(Itp the following, as applicable. <At (lontraota for more dm the slmeliftal aaluluttlDti threshold Our'rontiy sat at SINAI. which le the Inflation alllu.',tat1 amount llatartntnod by the Civilian Amoy Acquisition Mimed] and the Defense Aaitafat- ttealhgelatlofls tionnolt (Ochre la) rtx ae- tttomisall by tt 11,1;.'0, 190tt, mint adtfresa ad- inlntetrietivo, aantraotital, or legal remedies in Inhitanoih whore eontractols violate or brands conia'aob terms, anti provide for oath annatfone and panel Won on approprtato, (11) All eantraatn in exeres of d1C,it0 must address ternultration for swine end .for Ine- votltanao by the non-Ye:be ad entity Lechtdlllgg' tloa manner by winch It will be effected and Making Cur atottlommn1, e 1)1 110) taltntllorphia era i Opgartr 41 OFR provided uttdor 4411 Part Gil, ail ooiftoatttx that Most the ttanai. ✓ on of "fottorally asalstod uoantraotlan con- tract" in 41 OPE Part 60.1,8 Mat lfiolide bon equal opportunity shone provided ocular Al CAM SO -MO), tli eunirdanoa with. Wxocutkro O ahe' Itith "lima] Amploymoil Oppor- tunity" (pt �'t 111210, ii'lt9a, 0 (11014 Plat, J901- 1000 Comp„ p. 11d0), tut snoods+ by lxenwllva Qrt16r 11370, "tmeadIng IIXeautawa fouler 11740 Hoiatittif to higoal titnploynoent Opprn= Lenity " anti imiiamniting rogtdati n u at dl 01)11 part dip, ' Offer uf Katon l Wont not Oomplianoe Programs, Iigtatt blinelayluent Opportatui h y.'ilupartainitl of tiabor,' 124 OMB Guldan,o A) Davin -Dawn het, as tnnanded (10 11,9,0, al11414/1), Vann raquletd by Poderal program lagialatton, ail prime txmiiruation contracts In Grilse of 52,000 awarded by not lforlaral ntttUtliat mask inoludo a provision for aampU. anne with the Darla -Dawn Alt (40 tl,f1,0. 814L43141, end At0I-41414 en enpltlemonted by f)operltnant of labor ragniatloua (ill OPR, Part a, 'Labor Standards Provndona Ap(dt. cable to Contrauta flavoring Pwlerally Pi• nanoad soul Maimed Uonetruotten"), ]n So- ca/tam eo with WI statute. contraetoi'a meet be required to pry wages to ttiboreraond me. ctlinn[as at a rate not lags than rice provalling wages e by the 800ratary of tle abo tetthdit on oolttaaetwu mint ha roquirwi to pay organ not Ions than °True a wank. The ties-Pederal ontity mud piano a copy of the otn font pro- vWllb) wage datermu eUun Lemma by t210 Do- rtinent of Labor In earth eollattttIon.'rhe Uoeluton to await( a nuatuaet or subcontracts moat tic uuaidltianod snarl the noaapt;vnuu of tiro wage tlnterndration. Ile null-Podoral on, ttty mat report till aara eatod or reporter[ violations to the Federal awarding agency, 'rho oontraota moat also rnalnclo a pi,ivleton kit bomplianuo With tium Oopoland Anti- 1(hskliwk" Ant (10 1J.b.ti. 9148), as mtppppte- maniutt by thopitrtment of Labor regulations (2A Ob71. Part B "(lontrantora and Hiub- auntrectorti en Pirate Building or Public Work I'lnnneod in Whale or in Part by loans or {}rants from she United titatns"),The Ant provides that each uontraoter or n{tb, roolplant mitet be prohibited from indunlug, by any moans, any poison otnpkryad In the gnllati'{1Ot101',. Ootnpleticn, or repair of Poinite work, to give up any part orate mpani, ,- tton to winch ho or oho is otherwise onbltlod `1ho non-i,'adaral entity oust repeat ail aita- poctod or reported violations, to the Federal awarding agar or, (lg) Ooattaat Weak Ileum nod Safety Standards not (40 1,9,0, 31!11-27011), Whore appllnwbla, ail centraots awaruloil bye non. Valera! entity In oatiesa of ,t,1W,004 that in- volve tiro oreip oliensat of maciltantai or labar- uro roust :noluIie a provision for tonipitnnoo with 40 U.9.0, 0503 and 2104, as aupplemaautsd day fiepartmunt of Labor ragulattutie (IS Veil Part 5), limier 40 1.8.0, 9703 of the Alt, each oantrins or meat be required to compute the wngee of ovary mnnhanio and laborer on the bawls of a Mandan[ work wank or 40 hours. Work. la mom of the standard work week is peanWsiblo provided that the worker is nom- pnsatad at a rate of trot lass than one and a bait titian the baste rate of pay Mr all lron_rs worked to ctxima8 of 40 boom in the work wok, mho rbgturatmmrta of 40 U.8,0, Mt are applicable to cioantraation work and provide that no laborer or moulianta rand be Iv- quired to work in narr'wUBlinnr or ander working oenftftfone wbton aro unannitirY. haatriloua or daugernmy,'Chom rayuhvauunLs do nut apply to the pau'chatace of auppllea or Pt. Zoo, App. 11 materials ar artiulee ordtnnrtty available on the open mariwt, or contl'uote for ttnnapor- taliooa or transmission of InteIUlto:toe. OUntrant or Agrooment,If the Solt ao l awward rnoeta the dafinttlon el "funding egraaniant" under it OPR !401,2 (a) and the reulpiout or aubi eniptent win/1w to enter into it contract with it small bunnies firm or nonprolht toga - motion regarding the oulrititation or par- ties, assignment or parbrrnance of export - mental, developmental, or renaaroh work under that "holing' agreement," the reoipi.. eat or auyrealptont must comply with the re- gatrantoilta of 87 OP11 Port 401, Rlghtu to In- ventions Made by Nonprofit Organisations anti Ainail Dusinaw Arms Under ((omit - meat Grade, Omtitrabte mid CboporaUve Agroomenta," ant any implonwnt:tng regula- tions itnuo1 by the award hug egonoy, ((PLOlean Air Ant (42118,0. t401-t991q.) and the V'edet01i Water Pollution Oonlrol Act 123 11,8,0. 1201-1314), as amandnd-Cottrnoto and aubgrant3 of amounts in extent of %DO.00D must tnrttata it provision that roqutroa the nan.Podenal award to agree to comply with all appllonbla steatlardtic ord re or mauls, - Omni mined pennant to the Olean Air .4et 7401-1Glly) and tine Pedoral Water Pollution 0000101 tit as amended (SS 011,0. 1801-1987).Vielattonu nvlatbareportattc the Pectoral awarding agency and the Regional tlfftce of the Wm'irmurantal Promotion Agway (WA), (1U Mandatory etnndarde and Foliates =- Palsy to energy tif[lnian% which ato con- tained In the state °norf(y conont"Yanirn plan lamed In aumplinute with Ma Hurray Polley and tioncervatlnn Ant (Id 11.8.0. G201'. (1) Debarment and S.rapanalon (Himattva omen 11540 and 120Ull)--.A oor--tract award (sat 2 Oy R 130.214) mast not be made to purr- ttaa listed on the guvorninentt.lda Idlutoludad Parliaa Lid, System In the System for Award Mtinngoment (3,Ald), to aroardauoo with the Ot)llt V mideiinaa at 2 CPR .1110 that luttpl ciriant fixotativu Orders 12540 (2 OM fart halo (Vosy., p. 111[1) and [tub (0 OPIt Part lard) Crimp., p. 230), "Doharurent aid F3asperlalon," Thu )hxotuded Parths" IAA 8yntem in SAM Domains the namma of pat'Uoa debarred, tne- pantlati, er ottuarwtso oxalndod aganooa, es welt as paraloa duolnrod italigible nndar stet- it sty or rogolxtory authority ether than ldi(• native Urtiar (21140, (J) Byrd Antt-Lobbytrg Aniotttimont (it1 11,11.0, 1082)-Co:ttraotat that apply or kid for an award or 6100;000 or mote taunt f1te taro roqutruai tif4XLV104, ]buds for certifies to oho taw above that It will net sail Into nut mad Federal appropriated finals to pay any wain or °I{(anization for Infleen:dna or at- tanipting to uuflnonuo an offtesn' or omplayon of say agency,.. a monitinr of Connives, eth er or amptego0 o' 00:1RITSS, or all employes, of a ntnerbtr of Dongraai In iaonneotlon with o5- baln!ng any radaral oontrsat, grant or any 105 Pt. 29D, App. 911 2 CFR Ch. U (11.14 E i llorl) other award covered by at 17,6.0, 111E$, Haoh tier .must also disclose arty lobbying with don-Podoral fibula that uakoo plans In eon - :motion with obtaining any Paderal award. Snob diattooarau am forwarded front tlor to liar up to Om non-talaral Rivard, (K) $ao 12 ,BM Praomnnionh of reuoverud materials.. APPEdintx III ten PAiin' 201--INmm. tip (Welt) Onava 91)11191YDiQ6rj0t1 AND AH13tcdtaildrd, Atai i1.Arli IilarrmiwIrin- 1YUN .69711 r6Jt,PrtllvON13 OP AIOHfitt RrnJUAIIQN (III143) A. ammo r, This appendix provides uritexlaa dirt iilonti- ir, end aamputing Whitest (or ludlraat ('&l)) ratan at THltn (Metltutiotw). Thelma (F&A) (Data aro those that are lnwurod for cotntnan or joint obJdativaa and thnrerorn cannot lw Idauldfcd roadRy and apo;rlfIcally with a particular apunserad project, an in- structional nativity, or any other Mattltt. ttonal aativMty, tine smbsoaalimt at, Doitnl- ttan of laaINtlea nail..Adrnlnistrattan, for a dtacuenion of the aomponahtu of tndlreot (P&A) coati. 1. Major fin(aatione ofoit Itiningtrm Horses to Instrunllon, organtwd roseaaail, other aponeored aatdvitloa and other institu- tional netts] taus as dafimid in thin aectloc: a, Iitvlrttction manna thu teaching and training nativities of an institution. Ikeopt for scratch training ati pravldod in nnL- Emotion b, this town inuluikia all tonahing and training tunivltlau, wbother they aro or(urnd for oredtla toward a dogma or aertifenta nr on a nen-ought heals, Mini Whether tinny aro &fared through te.ilar acluiemtu dome - manta or aaplirato di -40m9, each as a mmn- mor school division or an extension lllvlaion. Also umwklorod port of Oath maps; 3tthiNan aro departmental resaannln, and, wfwtvl tuftttecl to, university r istesreh. spatiiflle lssernsi instruction nnoLiunbin C r training anti trainingactivit4ynu. tabllailsd by .grant, contract or ceopnraative m agraa ont, 1•`or pinvosun oil the bast pelt- otples, iris activity may Is) considurod a mmUnr funotioc even thought an Institution's aeocntatiug treatment may tnalude it In the lnntivatlon funotlon, (2) 17nfxarimentui rrvanrab nnanno rerearoli, develupuxaimt anti acbotarly aotivitian that era not organised rano»inh and, anti - sentiently, are not uepnrataly bnllgetol and amounted COT, Departmental rososroh. for purpoeoe of tilt daeunwni, is not aennldarod aas a major foliation, but an a part of the in- ataucttun function of tlia Inatttrition. b, Organised refaanaim means ell reuoar b aid dovnlopmant optivltrnl of an inasluttton that aro aaipirataly budi;ittni and ucaiattod for. ItinoladonO settrob and davalopmialtresearch t a tiobltle that nt upon- eorod by Pectoral and non-llzdoral aganelas and omgsafsotlona.'this term lnoindaa aatfvi- tiao involving tits training of Fntlividuala in r asara ib tanhuinues (otrmnanty oohed ea - sounds training) where stub aetivitias atflhe the army !militias An other riuonrah and do - veto -wont tuttnthica awl whore b'aah activi- ties aro not lneluda , in the tnsttrtation Am - Mon. (d) ihrtverally mason& moan alt rouearah and iiavdlopntoht activities that aro sepa- rately bultgetiml and anoonntxsd for by rho tn- utitution uttrlor a im lntdraal applloattoh of In- stitutional fluids, tiotivarstty rouearah, for ppuurrVoaos of this 1noumwr„ taunt be oorn- t imid with epntwred research wrier the ft/notion of urganlaetl reaaenrr,Tx, u, <Mier Apr/maid nattolttos Mann programs and projauta financial by Poulos/Li and non- Padarai agonies and orgattllmdana width in - valve Woe performance at work other than In - [demotion and mgaoriad rnuoavaht ldrempins of soot programs alid projaote arc health nat'v1W prujamte and crunmahltor device pro- grams. Ihninaar, when any of therm activities aro nineertalran h- the 1nmt1tunnn without auisida support, May rimy Lo alorstfiad so abhor I nutltutionnl notivitton. 6, Otter Ittaiiu datmat arxhdtlae moans all ao- t'lritiue of an institution exnnpt for instrtan- tdon, tlopartmautal -enamel,, organised ae- uoarah, and other upclaared sotivitiae, as de - final In thin section; Indirect (f+&A) goat au. teritlaa identified In this dppeaallx 131137, - graph. 8InlontlLluathon and nseigprrant of to- ducat (&A) ooshni and apaalnitsod sermons too/IR oo denutlbud in I200.dtltt l3pachtlised anrviae facilities- of this Part, t ratmplaa or other institutional notivtttan Include operation of restdonna halls, dining balls, hcxepttals and olinica, student notion0, Interoollagiate atdtlaties, boolantoiws, Utoaity housing, utudnnt ornaments, genet henna, ohapala, thnatora,. piddle nal:mums, and other almilar mrxlliaty autorprltaaa,'this daflnttlen (tan includes nay other ortegorlan or activi- ties, coats of which are "unallowable" to landaral awnrda, nnlona otharolno IndioataL 1 non award. 2.Orl tarfa for llLKtrfb:rttari a, Hasa period. A ixaso period for distribu- tion of lmdlrout (6'&A) coots to Me period daring Wldrsh the mete aro inattrtnd, 'limo base paled normally should aotnaxlo with rho final pair established by ha Inntitutian, but la any event the bran portal should be de soleototl as to avoid maguitire in the dis- tribution of auto, 11, loader tar foot arotapfapi; 'lily overall nob- oatdvo of tato indicant(P,&.A) omit allocation protons is to distribute the bndhact (arda:) acute doaarltod in 8ontion 13, Tdaaattllirstian. and nnalgnmallt of indirect (PdrA) onto, to 106 Exhibit #2 Urban Area Security Initiative (UASI) Grant Year 2015 Memoranda of Agreements to be executed with the following Participating Agencies: • Broward County (BEMA) • Broward County Sheriffs Office (BSO) • City of Coral Gables (CG) • City of Coral Springs (CS) • City of Ft. Lauderdale (FTL) • City of Hialeah (HIA) • City of Hollywood (HWD) • City of Miami Beach (MB) • City of Miami Gardens (MG) • City of Miramar • City of Pembroke Pines (PPINES) • City of Sunrise • Miami -Dade County (Fire: MDFR, Police: MDPD, Emerg. Mgmt: MDEM) • Palm Beach County (PBC) • Village of Key Biscayne (KB)