Loading...
HomeMy Public PortalAbout2022 UASICITY OF MIAMI DOCUMENT ROUTING FORM nenrJ/VI ni a .. J 0 K ORIGINATING DEPARTMENT: Fire -Rescue DEPT. CONTACT PERSON: Maria T. Martinez EXT. 1672 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: "Village of Key Biscayne" IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES X NO TOTAL CONTRACT AMOUNT: S FUNDING INVOLVED? ❑ YES X NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT • LICENSE AGREEMENT OTHER: (PLEASE SPECIE) : Memorandum of Aglreement ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT Ej PURCHASE OR SALE AGREEMENT PURPOSE OF ITEM (BRIEF SUMMARY): To execute FY 2021 Urban Area Security Initiative ("UAW) — Memorandum ofA2reement ("MOA"). COMMISSION APPROVAL DATE: 2/24/2022 FILE ID: 11336 ENACTMENT NO.: R-22-0078 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION APPROVAL BY DEPARTMENTAL DIRECTOR SUBMITTED TO RISK MANAGEMENT SUBMITTED TO CITY ATTORNEY APPROVAL BY ASSISTANT CITY MANAGER RECEIVED BY CITY MANAGER 1) ONE ORIGINAL TO CITY CLERK, 2) ONE COPY TO CITY ATTORNEY'S OFFICE, 3) REMAINING ORIGINAL(S1 TO ORIGINATING DEPARTMENT Date 11/21/22 12/4/22 PRINT: " PLEASE PRINT AND SIGN Ty McGann, AFC SIGN:A"1I RF __1/ PRINT: ANN — MAI tigAgrETez, qR t.rankFdate: �4 rank 2022.1118 07:42:02 -05'00' PRINT: VI TO ' IA MENDEZ . SIGNATURE: 4 PRINT: SIGNATURE: PRINT: SIGNATURE: PRINT: SIGNATURE: PLEASE ATTACH THIS ROUTING FORM TO ALLDOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER EXHIBIT "B" MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2021 "Village of Key Biscayne" Agreement Number: R0521 FAIN Number: EMW-2021-SS-00056-S01 CFDA #: 97.067 This Agreement is entered into this day of Ci rr C; 2022, 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 $14,012,500 dollars through the Urban Area Security Initiative (UASi) Grant Program 2021; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2021; 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 2021 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2021 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-22-0078, adopted on February 24, 2022, 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 Jurisdiction's 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 2021 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. li. SCOPE A. The provisions of this Agreement apply to UASI Grant Program 2021 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 andlor 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 2021: The UASI Grant Program 2021 reflects the intent of Congress and the Administration to enhance and quantify the preparedness of the nation to combat terrorism and continues to address the unique equipment, training, planning, organization and exercise needs of large high threat urban areas, and program activities must involve coordination by the identified core city, core county/counties, and the respective State Administrative Agency. Funding for the UASI Grant Program 2021 was appropriated by U.S. Congress and Is authorized by Public Law 108-11, the Emergency Wartime Supplemental Appropriations Act, 2003. The funding will aid in building an enhanced and sustainable capacity to plan, prevent, protect, mitigate, respond to, and recover from threats or acts of terrorism for the selected urban areas. D. National Incident Management System (NIMS): This system will provide a consistent nationwide approach for federal, state, and local governments to work effectively and efficiently together to prepare for, respond to, and recover from domestic incidents, regardless of cause, size, or complexity. To 2 provide for interoperability and compatibility among Federal, State, and local capabilities, the NIMS will include a core set of concepts, principles, terminology, and technologies covering the Incident command system; multi -agency coordination systems: unified command and training. E. Urban Area Working Group (UAWG): The State Administrating Agency Point of Contact (SAA POC) must work through the Mayor/CEOs from all other jurisdictions within the defined urban area to Identify POCs from these jurisdictions to serve on the Urban Area Working Group. The Urban Area Working Group will be responsible for coordinating development and implementation of all program elements, including the urban area assessment, strategy development, and any direct services that are delivered by the grant. F. Urban Area: An urban area is limited to inclusion of jurisdictions contiguous to the core city and county/counties, or with which the core city or county/counties have established formal mutual aid agreements. IV. SPONSORING AGENCY SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with the FDEM and USDHS. C. Conducting a comprehensive Urban Area Assessment, which will in turn guide the development of an Urban Area Stakeholder Preparedness Review. D. Ensuring the participation of the following critical players in the assessment and strategy development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare, and public health. E. Developing a comprehensive Urban Area Stakeholder Preparedness Review and submit to the SAA POC, F. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". G. Ensuring satisfactory progress toward the goals or objectives stipulated in "Exhibit #1". H. Following grant agreement requirements and/or special conditions as stipulated in "Exhibit #1". 3 I. Submitting required reports. V. THE PARTICIPATING AGENCIES SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the main liaison and partner with the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Participating Agencies and any sub -grantees must abide by the grant requirements including budget authorizations, required accounting, and reporting expenditures, proper use of funds, and tracking of assets as stipulated In "Exhibit #1". C. Submitting quarterly reports to the City of Miami detailing the progress of projects to Include direct purchases of equipment or services as stipulated in "Exhibit #1". D. Complying with all UASI Grant Program 2021 requirements as stipulated In 'Exhibit #1". E. Participating as a member of the Urban Area Working Group to include coordinating with and assisting the City of Miami in conducting a comprehensive Urban Area Assessment, which in turn will guide development of an Urban Area Stakeholder Preparedness Review. F. Ensuring the participation of the following critical players in the assessment and Stakeholder Preparedness Review development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare, and public health. G. Assisting the sponsoring agency in development of a comprehensive Urban Area assessment and Stakeholder Preparedness Review. H. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". I. Ensuring satisfactory progress toward the goals or objectives as stipulated in "Exhibit #1". J, Submitting required reports as prescribed by the Sponsoring Agency as stipulated in "Exhibit #1". K. Maintaining an equipment inventory of UASI purchased items. L. Ensure that equipment obtained from the UASI Grant Program 2021, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies, special 4 events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by DHS, FDEM, and the Sponsoring Agency. If the Participating Agency is incapable of staffing the equipment, such equipment shall be made available to another Participating Agency for use during any actual emergencies, special events or exercises. Failure to ensure equipment availability may result in loss of funding andfor equipment to the Participating Agency. M. Ail equipment obtained from the UASI Grant Program 2021, 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 far equipment, services, and allowable personnel costs PRIOR to submitting the same for reimbursement to the Sponsoring Agency, VII. FINANCIAL AGREEMENTS A. Financial and Compliance Audit Report: Recipients that expend $750,000 or more of Federal funds during their fiscal year are required to submit an organization -wide financial and compliance audit report. The audit must be performed in accordance with the U.S. General Accounting Office Government Auditing Standards and 2 CFR 200. 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 2021 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these documents are related to the receipt or use of such assistance. The grantee will also give the sponsoring agency or the Comptroller General, through any authorized representative, access to and the right to examine all records, books, papers or documents related to the grant. C. Financial Status Reports are due within 14 days after the end of each calendar quarter. A report must be submitted for every quarter that the award is active, including partial calendar quarters, as well as for periods where no grant activity occurs as stipulated in "Exhibit 1". D. Submit progress reports to describe progress to date in implementing the grant and its impact on homeland security in the state. E. All financial commitments herein are made subject to the availability of funds and the continued mutual agreements of the parties as identified in "Exhibit 2". VIII. CONDITIONS, AMENDMENTS, AND TERMINATION A. The Participating Agency will not illegally discriminate against any employee or applicant for employment on the grounds of race, color, religion, sex, age, or national origin in fulfilling any and all obligations under this Agreement, B. Any provision of this Agreement later found to be In conflict with Federal law or regulation, or invalidated by a court of competent jurisdiction, shall be considered inoperable and/or superseded by that law or regulation. Any provision found inoperable Is severable from this Agreement, and the remainder of the Agreement shall remain in full force and effect. C. This Agreement may be terminated by either party on thirty (30) days written notice to the other party at the address furnished by the parties to one another to receive notices under this agreement or If no address is specified, to the address of the parties' signatory executing this contract. D. This Agreement shall be considered the full and complete agreement between the undersigned parties and shall supersede any prior Memorandum of Agreement among the parties, written or oral, except for any executory obligations that have not been fulfilled. 6 E. This Agreement will end on June 30, 2023, unless otherwise extended, by a written amendment duly approved and executed prior to June 30, 2023, unless otherwise extended, at which time the parties may agree to renew the association. Renewal will be based on evaluation of the Sponsoring Agency's ability to conform to procedures, training and equipment standards as prescribed by the grant. IX. MISCELLANEOUS OVERALL Counterparts: Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name Is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. ATTEST: Todd B. Hannon City Clerk SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida BY: Arthur Noriega City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: BY: Victoria Mendez City Attorney TMF MID 22-3285 REQUIREMENTS: BY: 7 G o r ez Digitally signed by Gomez, Frank Date: 2022.1 1.28 Fran by 07:43:08 -05'00' Ann -Marie Sharpe, Director Department of Risk Management ATTEST: c)c ,-PKc Name: V' i ttc c Cl-e 64_ Titte: NAME: +cq ti C. I1arylas r, PARTICIPATING AGENCY TITLE: i ! tat FID#: G502y 1 sdt f DUNS: T 3E,`r ►ay APPROVED AS TO FORM AND CORRECTNESS: Participating Agency Attorney RESOLUTION NO. 2022- 55 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, APPROVING MEMORANDUM OF AGREEMENTS WITH THE CITY OF MIAMI FOR URBAN AREA SECURITY INITIATIVES (UASI) FY 2020 AND FY 2021; PROVIDING FOR AUTHORIZATION; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Urban Area Security Initiative Grant Program ("UASI") is part of a U.S. Department of Homeland Security Initiative that the Village of Key Biscayne (the "Village") has participated in as a sub -grantee of the City of Miami ("City"); and WHEREAS, UASI has provided funding for training and equipment to better prepare the Village's Fire Rescue Department to respond to and recover from threats or acts of terrorism by Chemical, Biological, Radioactive, Nuclear and Explosive incidents; and WHEREAS, the Village has identified equipment and sustainment needs that have been included in the local spending plan for UASI for FY 2020 and FY 2021, which offers funds for the payment of such equipment and sustainment needs accessible through the Florida Division of Emergency Management; and WHEREAS, the attached Memorandum of Agreements for UASI FY 2020 (the "FY 2020 Agreement") and FY 2021 (the "FY 2021 Agreement") between the City and the Village provides for carrying out the UASI objectives; and WHEREAS, the Village Council finds that this Resolution 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. Agreement Approved for FY 2020. That the FY 2020 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. Agreement Approved for FY 2021. That the FY 2021 Agreement, in substantially the form attached hereto as Exhibit "B," is hereby approved, subject to approval by the Village Attorney as to form, content, and legal sufficiency, and the Village Manager is hereby authorized to execute the Agreement, on behalf of the Village. Section 4. Authorization. That the Village Manager is hereby authorized to execute the FY 2020 Agreement and FY 2021 Agreement in substantially the form attached hereto as Exhibit "A" and Exhibit "B," subject to the approval by the Village Attorney as to form, content, and legal sufficiency. Section 5. Effective Date. That this Resolution shall take effect immediately upon adoption. PASSED and ADOPTED this 11th day of October 2022. ATTEST: C) CLAcy:::-P"). V\ JOCE YN B.1 CH VILLAGE CLERK MICHAEL W. DAVEY, MAYI Page 2 of 3 APPROVED AS TO FORM AND LEGAL SUFFICIENCY: WEISS SEROTA HELFMAN COLE & BIERMAN, P.L. VILLAGE ATTORNEY Page 3 of 3 FY 2021 Budget -Miami -Ft. Lauderdale UASI Exhibit #2 lurlsdictinn .Regional Project Procurement Category Sub -Category Discipline Line Item II m Detailed Item Description AFL re Qty Unit Cost Final Budget Allocation BEMA Planning I Personnel Emergency Management 2021-06A Emergency Management Planner _ -- 1 $115,325.00 $115,325.00 BEMA Equipment 'Equipment Emergency Management 2021-13A Light Towers for Night Field Operations 030E-03-LTPA 20 $11,000.00 $249,000.00 BSO Planning Training Emergency Management 2021-068 BSO PTE - CEMP/COOP/COG - National Homeland Security Conference 1 $14,000.00 $14,000.00 BSO Equipment Equipment Fire Rescue 2021-05A BMS Microwave Downlink System for Aircraft 06CP-03-MWAV 1 $226,000.00 $226,000.00 B50 Equipment Equipment All Disciplines 2021-058 Y Bomb Suit ' 02PE-01-BSUT 2 $12,500.00 $25,000.00 650 Equipment Equipment Fire Rescue 2021-05C Microwave Downlink System for SUAS 06CP-03-MWAV 5 $13,000.00 $65,000.00 BSO Equipment Equipment Law Enforcement 2021-05D 3 EOD Night Vision Goggles 030E-02-TILA 1 $34,325.00 $34,325.00 Coral Gables Equipment Training Fire Rescue 2021-12A CBRNE Response Small Fireboat and applicable NASBLA Fire Boat training, NFPA 1405, 1005, NIMS 508, 509 17WC-00-BOAT, 21GN-00-TRNG $173,755.00 $173,755.00 Coral Springs Equipment Equipment Law Enforcement 2021-01A 2021-01A Y Real Time Crime Center Facial Recognition Software 1 $99,293.00 $0.00 Coral Springs Equipment Equipment Law Enforcement 2021-04A Y License Plate Reader System (LPR) (fixed to existing poles) 030E-01-ALPR, 21GN-00-INST, 21G N-00-SH I P 6 $30,000.00 $180,000.00 Coral Springs Equipment Equipment Law Enforcement 2021-02A Y Portable Bollards for Special Events and Polling Locations 145W -01 -WALL 7 $7,143.00 $50,001.00 lurisdit tlon Regional Project Procurement category Sub -Category Discipline Line Item r$ v -n Detailed stem Description ALL if C1tY WA Cost Final Budget Allocation Fort Lauderdale Equipment Equipment Emergency Management 2021 -0Th ' Ft. Lauderdale EOC - Enhancement 21GN-00-OCEQ,. 06CP-05-VCON, 06CP-01-PORT, 04MD-03-DISP, 04HW-01-HHCD OSPM-00-PTCH, 06CC-03-SATP, 06CC-03-SATB, O6CC-04-SADS, O6CC-01-CELL, 14SW-01-PACS, 140 -00 -COOP, 21GN-00-INST, 04H W -01-CABL 1 $79,450.00 $79,450.00 Fort Lauderdale Equipment Training All Disciplines 2021-OBA Ft. Lauderdale CERT (Equip $7,300 and Training $7,300) 21GN-00-CCEQ 1 $14,600.00 $14,600.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-13B Ballistic Helmets O1LE-01-HLMT 4 $1,835.00 $7,340.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-05E Twin Port Gas Masks for Bomb Squad 01AR-02-APR 10 $691.00 $6,910.00 Fort Lauderdale Equipment Equipment Fire Rescue 2021-128 TRT Enhancements to include supplied (10) air respirators and a throwabte camera O1AR-0l-SAR, 030E-01-CTAC, 21GN-00-SHIP 1 $35,512.00 $35,512.00 Fort Lauderdale Equipment Equipment Emergency Management 2021-15A Repeater for CERT 06CP-01-REPT 1 $20,000.00 $20,000.00 Fort Lauderdale Equipment Equipment All Disciplines 2021-016 IT Contingency Operations System (Redundancy IT System to include servers, application licenses and network peripherals) 14C1 -01 -COOP 1 $42,000.00 $42,000.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-03A Y RTCC Enhancement to include 3 Video displays O4MD-01-DISP, 21GN-00-INST 3 $29,930.00 $29,930.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-13C Night Vision Goggles for SWAT 0301-02-TILA 6 $12,400.00 $74,400.00 2 Jurisdiction Regional Project Procurement �tegory Sub -Category Di 1piine line Item # Detailed Item €iescription AEt k Qty Unit Cost Final Budget Allocation Fort Lauderdale Equipment Equipment Law Enforcement 2021-02B Y CCTV system installed at EOC and RTCC 145W-01-VIDA, 21GN-00-INST 2 $14,100.00 $28,200.00 Fort Lauderdale Equipment Equipment Fire Rescue 2021-15B Hazmat Enhancement to include 1 deployable tactical comms kit and 1 throwabie camera 06CC-02-DSAD, 030F01-01 1 $16,174.00 $16,174.00 Hialeah Equipment Equipment Law Enforcement 2021-02C Y Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Hialeah Police Department the opportunity to install CCTV equipment in the area of soft targets and enhance our ability to deter and investigate terrorist activity.) 145W-01-VIDA 041W-01-INHW 04MD-03-DISP 21GN-00-MAIN, 21GN-DO-INST 35 $16,072.00 $562,520.00 Hialeah Training Planning All Disciplines 2021-06C PT&E: HazMat courses, Homeland Security Conference and updating local COOP Plan 1 $135,614.00 $135,614.00 Hialeah Planning Personnel Law Enforcement 2021-04B Y LPR Analyst Sustainment 1 $62,549.00 $62,549.00 Hialeah Planning Personnel Emergency Management 2021-060 Emergency Management Planner g y g 1 $1©0,000.00 $100,000.00 Hialeah Equipment Equipment Law Enforcement 2021-04C V License Plate Reader System (ERR) Fixed on poles I3LE-00-SU R V 04AP-02-AV LS 030E-01-ALPR 18 $22,636.00 $407,448.00 Hollywood Exercise Planning All Disciplines 2021-01C Y Cybersecurity Exercise and Plan Development 1 $273,497.00 $273,497.00 Hollywood Equipment Equipment Emergency Management 2021-07B EOC Enhancements to include computer 04HW-01-INHW 1 $60,000.00 $60,000.00 Key Biscayne Equipment Equipment Fire Rescue 2021-13D Ballistic Vest and Helmets for Fire 0111-01-SHLD @1LE-@ZHLMT 1 $23,200.00 $23,200.00 M&A Management and Administratio n ' All Disciplines 2021-17 M&A M&A 1 $560,500.00 $560,500.00 Miami Equipment Equipment All Disciplines 2021-09A Maintena nce/5ustainment/ Repair/Replacement for HSGP Purchased Equipment EM $138,000; Fire $5,000 21GN-00 MAIN 1 $143,000.00 $143,000.00 3 ivrisdlctit}n Regional Proiect Procurement Category Sub -Category Discipline One item p w „ Detained Item Description AEL It Qty - Unit Cast Final Budget Allocation Miami Equipment Equipment Emergency Management 2021-07C EOC Enhancements/Maintenance/ Sustainment 210 N-00-OCEQ 14C1 -00 -COO P 075E-03-ENVS 06CC-05-PRTY 06CC-02-DSAD 21G N-00- I N ST, 04MD-03-DISP, 04HW-01-INHW 1 $210,000.00 $210,000.00 Miami Equipment Equipment All Disciplines 2021-16A 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. 14CI-01-COOP 1 $20,000.00 $20,000.00 Miami Equipment Equipment All Disciplines 2021-15C Satellite Phone Sustainment Citywide (12 months). This project will sustain the satellite phones that are installed throughout City Departments including police and fire stations which allow all first responders to communicate when primary communication services are down. Includes Key Biscayne OUC(. O3 5A10 1 $30,000.00 $30,000.00 Miami Planning Training All Disciplines 2021-06E P,T & E. This project will support multi -disciplinary projects for the City of Miami under the leadership of MEM. Project scope will involve a full scale exercise, revision of planning documents such as the CEMP/COOP/COG and trainings that benefit terrorism -related emergency management trainings. Trainings will include 105, Hazmat 160 and any other specialized courses needed due to staff attrition. Fire $54,894, FM $171,258 i $226,152.00 $226,152.00 Miami Equipment Equipment Fire Rescue 2021-15D Deployable Repeaters 06CP-01-REPT 6 $21,714.00 $130,284.00 Miami Planning Equipment All Disciplines 2021-088 CERT/Miami - Training and equipment 1 $170,000.00 $170,000.00 4 Jurisdiction Regional Project Procurement Category Sub -Category Discipline tine Rem a .0 v Detailed item Description AEL S Qty Untt Cost Final Budget Allocation Miami Organization Organization Fire Rescue 2021-020 V Operational OT for Special Events. approved by FEMA; Fire $22,000 1 $5,000.00 $5,000.00 Miami Equipment Equipment Law Enforcement 2021-02E V 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.) 14SW-01-VIDA 04HW-01-INHW 04MD-03-DISP 21GN-00-MAIN 1 $313,567.00 $313,567.00 Miami Equipment Equipment Law Enforcement 2021-040 Virtual Reality Counter -Terrorism Training System Project 1 5178,000.00 $178,000.00 Miami Equipment Equipment Law Enforcement 2021-10A Armored Response Project - Bearcat 12VE-o0-MISS 1 $300,000.00 $300,000.00 Miami Equipment Equipment Law Enforcement 2021-13E Ballistic Vest for SWAT and K9 OLLE-01-ARMR 25 $4,436.00 $110,900.00 Miami Planning Personnel Emergency Management 2021-06F Emergency Management Coordinator (12 months). This position will assist with the development/revision of citywide emergency management plans such as the CEMP, COG and COOP. 1 $85,000.00 $85,000.00 Miami Planning Personnel Emergency Management 2021-06G Emergency Management Planner (12 months). This position will assist with general planning responsibilities related to the implementation of the UASI grant program. 1 $85,000.00 $85,000.00 Miami Planning Personnel Emergency Management 2021-0611 Equipment Inventory Planner (12 months). This position will be responsible for resource management tracking and planning portion of the EHP process. 1 $60,000.00 $60,000.00 Miami Equipment E 07CD-01-DPMG ui ment Equipment Fire Rescue 2021-05F 4 -Gas Meters and calibration sensors (69) 1 $64,950.00 $64,950.00 9 furisdittion Miami Regional Project Procurement Category Equipment Sub -Category Equipment Discipline Fire Rescue tine Item Ii 2021-010 PSAP Go Kits )COOP Project) 1401 -01 -COOP 1 Unit Cost $35,000.00 Final Budget Allocation $35,000.00 Miami Equipment Equipment Fire Rescue 2021-056 JHAT Explosion Detection 07ED-01-IMOB, 072Z-00-NCBR 5 $18,500.00 $92,500.00 Miami Equipment Equipment Fire Rescue 2021-12C Tablets for Survey 123 04HW-01-INHW 50 $1,700.00 $85,000.00 Miami Beach Equipment Equipment Law Enforcement 2021-02F Y Target Hardening at Miami Beach Facilities Fire Stations, Satellite Police Stations, Youth Centers) 14SW-01-VIDA, 21GN-00-INST 1 5264,836.00 $264,836.00 Miami Gardens Equipment Equipment Law Enforcement 2021-026 Y Video Wall & Covert Surveillance Technology 041W-01-INHW, 04MD-01-VCAM, 12TR-02-TEQP, 030E-02-ROVL, 04SW-04-NETW, 04SW-05-SCAD 1 5327,884.00 $327,884.00 Miami -Dade Equipment Equipment Emergency Management 2021-070 WebEOC Municipal Enhancement 04MD-01-CDSS 1 $75,000.00 $75,000.00 Miami -Dade Planning Planning Emergency Management 2021-061 THIRA/SPR for the County 1 590,000.00 $90,000.00 Miami -Dade Equipment Equipment Emergency Management 2021-02H Y Security Camera/Access Control for MD Elections Department HQ 145W-01-V1DA, 21GN-00-INST 1 $150,000.00 $150,000.00 Miami -Dade Planning Contractor Emergency 2D21 -06J Management Whole Community 1 $161,000.00 $161,000.00 Miami -Dade Exercise Contractor Emergency Management 2021-14A Closed POD Exercise and Training Video 1 $75,515.00 $75,515.00 Miami -Dade Equipment Equipment Emergency Management 2021-021 Y Access Control at MD Elections Department Building 145W-01-PACS, 21GN-00-INST 1 $250,000.00 $250,000.00 Miami -Dade 2 Equipment Equipment Law Enforcement 2021-03B Y Forensic Video Covert Streaming Systems 131E-00-SURV, 04HW-01-INHW, 04MD-03-DISP, 106 E -00-G E NR 1 $134,058.00 $134,058.00 Miami -Dade Equipment Equipment Law Enforcement 2021-02J Y Multi Functional Video Wall and work stations for Fusion Center and RTCC 04HW-01-INHW 131T -00-I NTL 21GN-00-OCEQ 21G N -00-I N 5T, 04MD-03-DISP 1 $667,457.00 $667,457.00 Miami -Dade Equipment Equipment Fire Rescue 2021-11A Mobile Solar Power Supply Unit 10BC-00-SOLR 1 $107,554.00 $107,554.00 Jurisdiction Miami -Dade Regional Project Procurement Category Equipment sub -Category Equipment Discipline Fire Rescue line Item fl 2021-051-1 Detailed Item Description MCI Ambulance Bus/Mobile Treatment Unit (MTU) 12VE-00-ABUS Unit Cost $583,961.00 Final Budget Allocation 5583, 961.00 Miami -Dade Training Training Fire Rescue 2021-06K NIMS ICS Position Specific Training 1 $105,000.00 $105,000.00 Miami -Dade Planning Training 'Fire Rescue 2021-061 Planning, Training and Exercises: UASI Homeland Security Conference N/A 1 $ 5,000.00 $5,000.00 Miramar Equipment Equipment Fire Rescue 2021-08C Training Mannequins for CERT 04AP-08-SIMS 3 $4,000.00 $12,000.00 Miramar Equipment Equipment Fire Rescue 2021-080 Miramar CERT Equipment 21GN-00-CCEQ 1 $1,293.00 $1,293.00 Miramar Equipment E ui Equipment q Py Fire Rescue 2021-07E WebEOC Fleet Eyes Software 04AP-OS-CDSS, 04AP-02-AVLS 1 $30,000.00 $30,000.00 Miramar Equipment Equipment Fire Rescue 2021.120 Thermal Imaging Cameras 030E-02-TILA I 5 $9,000.00 $45,000.00 Miramar Equipment Equipment Fire Rescue 2021-13F Ballistic Helmets 01LE-01-HLMT 1 $10,000.00 $10,000.00 Miramar Exercise Exercise Emergency Management Emergency Management 2021-01E y Cybersecurity Election Based Incident Response TTX 1 $100,000.00 $100,000,00 Miramar Planning Contractor 2021-06M THIRA/SPR for the City 1 $50,000.00 $50,000.00 Miramar Miramar Training Planning Emergency Management 2021-06N PT&E: Homeland Security Conference and ICS courses (Virtual if necessary) 1 Equipment Equipment Fire Rescue 2021-051 y Personal Radiation Detectors (PRD) 07RD-02-PRDA 4 $71,000.00 $2,500.00 $71,000.00 $10,000.00 Monroe Equipment Equipment Law Enforcement 2021-108 SWAT Personnel Carrier with Corns 12VE-00-MISS 1 $100,000.00 $100,000 00 Monroe Equipment Equipment Law Enforcement 2021-15E APX6000 700/800 Portable Radios 06CP-01-PORT Monroe Equipment Exercise Emergency Management 2021-051 Radiation Portal Monitor 15SC-00-PMON 6 $5,403.00 $32,418.00 $18,285.00 $18,285.00 7 Jurisdiction Regional Project Procurement Category Sub -Category Discipline One item it -n Detailed item Description AEL # Qty Volt Cost Final Budget Allocation Monroe Equipment Equipment Fire Rescue 2021-05K Hazmat Trailer with various hazmat equipment and PPE 12TR-00-TEQP, 01CB-04-ENSM, 01CB-02-ENSM, 01VT-02-FTW R, 01VT-02-GARM, 01VT-02-GLOV, 01ZA-04-HEAR, 07CD-01-D PGC, see template for list of AELs 1 $114,133.00 $114433.00 Palm Beach County Equipment Equipment Emergency Management 2021-07E EOC Technology Upgrades to include 53 microcomputers, 104 laptops, 2 all -in -one computers, 27 desktop computers and 4 printers i $156,150.04 $156,150.00 Palm Beach County Equipment Equipment Emergency Management 2021-11B Logistics/Deployable equipment: Fort/shelter (125k) and generator ($84,576) 1 $209,576.00 $209,576.00 P85O Equipment Equipment Law Enforcement 2021-13G SWAT Night Vision Goggles 030E-02-TILA 19 $8,600.00 $163,400.00 PASO Training Planning Law Enforcement 2021-04E y Community Business Partners Against Terrorism Program 1 $92,326.00 $92,326.00 PBSO Equipment Equipment Law Enforcement 2021-051 Y Bomb Suit (40k) and Man Portable Bomb Robot (70k) 02PE-01-BSUT and 02EX-02- RBTL 1 $110,000.00 $110,000.00 Pembroke Pines Equipment Equipment Fire Rescue 2021-13H 66 Body Helmets and Body Armor for Fire/MI5 personnel for deployment to hotzones. OILE-01-ARMR 01LE-01-HLMT 66 $1,133.00 $74,778.00 Pembroke Pines Equipment Equipment Law Enforcement 2021-01F Y Data Analytics for RTCC 13IT-00-FACE; 04HW-01-INHW 1 $214,000.00 $0.00 Pembroke Pines Equipment Equipment Fire Rescue 2021-05M Y 6 -Gas Detectors 07CD-01-DPGC 10 $2,300.00 $23,000.00 Pembroke Pines Equipment Equipment Fire Rescue 2021-12E Thermal Imaging Cameras 030E-02-TILA 3 $6,300.00 $18,900.00 Sunrise Equipment Equipment Law Enforcement 2021-10C Bear Cat for SWAT 12VE-00-MISS 1 $360,121.00 $360,121.00 8 Jurisdiction Regional Project Procurement Category Sub -Category Discipline lane Item p in in -p Detailed item Description AEI q City Unit Cost Final Budget Allocation Regional Miami Planning Personnel Emergency Management 2021-060 Regional Program Manager. This position assists the Miami and Ft. Lauderdale with regional planning needs (e.g. drafting of investment justifications, coordination of UAWG meetings, development of annual budgets, etc.). Planning 1 $110,000.00 $110,000.00 Regional Miami Planning Personnel Emergency Management 2021-06P Regional Planning, Training and Exercises Coordinator- this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. Planning 1 $75,000.00 $75,000.00 Regional PB5O Fusion Organization Personnel Law Enforcement 2021-03C V Fusion Center Analysts Organization 5 $57,500.00 $287,500.00 Regional Miami Planning Training Emergency Management 2021-06Q Regional Planning, Training & Exercise to include attendance at grant related meetings 21GN-00-TRNG 1 $20,876.00 $20,876.00 Regional Miami Organization Equipment Law Enforcement 2021-016 Y Regional Cybersecurity Analysts Project 2 $150,000.00 $300,000.00 Regional PB5O Fusion Planning Personnel Law Enforcement 2021-011-1 Y Metadata Planner 1 $43,000.00 $43,000.00 Regional PBSO Fusion Equipment Training Law Enforcement 2021-030 Y Fusion Center Operations to include computer hardware and peripherals, software maintenance, DI -15 sponsored Training, alert system and TLO program support and office supplies/equipment 041W-01-INHW 131T-00-INTL 131T-00-ALRT 1 $270,000.00 $270,000.00 Regional Miami Equipment Training Emergency Management 2021-07G Incident command software system needed for regional info sharing during emergency operations as well as non - emergency situations to provide a platform for day-to-day regional info sharing and updates. (WebEOC) 04AP-OS-CD55 04AP-03-G155 045W-04-NETW _ 1 $150,000.00 $150,000.00 Regional Ft. Lauderdale Training Equipment All Disciplines 2021-08E Regional Citizen Corps/CERT Planning, Training Exercise and Equipment 196N-00-BGPK 06CP-01-PORT 21GN-00-CCEQ 3 $100,000.00 $300,000.00 9 Jurisdiction Regional ,Project Procurement Category Sub -Category Discipline Line Item a v Detailed Item Description AELa On/ Unit Cost Final Budget Allocation Regional Ft. Lauderdale Equipment Training All Disciplines 2021-15F Deployable LTE Radio & Celluar Comm Kit - RDSTF 7 Interoperable Trailer - Regional Project 06CC-42-DSAD, 21GN-00-TRNG 1 $23,150.00 $23,150.00 Regional FDLE Equipment Equipment Law Enforcement 2021-150 Communications Interoperability System 06CP-01-PORT 1 $8,000.00 $8,000.00 Regional FDLE Equipment Equipment Law Enforcement 2021-15H 7 Satellite Radios 06CC-03-SATM 1 $6,570.00 $6,570.00 Regional FDLE Equipment Equipment Law Enforcement 2021-09B Maintenance/Sustainment - Regional Command Vehicle Wrap 21GN-00-MAIN 1 $5,750.00 $5,750.00 Regional Miami Beach Equipment Equipment Law Enforcement 2021-04F Y Regional LPR Project 131T -00-I NTL 030E-01-ALPR, 210N-DO-CNST 1 $250,000.00 $250,000.00 Regional g' q Miami Equipment E ui Equipment p Fire 2021-05N 07CD-OS-DPMG, Radiation Detection for Hazmat to include: 1 AreaRae Pro Rapid Deployment Kit RDK, cylinder (calibration), FLIR Identifinder R200 PRND, annual calibration, FTIR Technology, Autorae controler and cradles 07CS-01-KAVC, 07RD 02 PRDA O7CS-01-KEGS 1 $150,000.00 $150,000.00 Re tonal g PB50 E ui mint q p E ui mint q p Law Enforcement 2021-03E Y Regional Maritime Radar Project - Monroe 145W-02-RADR 1 $330,000.00 $330,000.00 Regional g MDEM Planning Exercise Emergency Management 2021-11C Logistics/Resource Management Project 1 $116,225.00 $116,225.00 Regional MDPD Equipment Equipment Fire 2021-151 Communications 700MHz Overlay O6CP-01-BASE, 06CP-02-BRDG 1 $436,888.00 $436,888.00 Regional PBSO Training Law Enforcement 2021-01 Y Cyber Response Training 1 $313,293.00 $313,293.00 Total $14,012,500.00 $14,012,500.00 $0.Wi $2,212,500.00 10 Jurisdicti on Regional Protect Pi ocurernent Categ ory - Sub -Categ ory Discipline ti ne Item it v Detailed item Descripti on AEL 4 Qty Unit Cost Fi nal Budget Allocation . CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: _ Fire -Rescue DEPT. CONTACT PERSON: Maria T. Martinez_ EXT. 1672 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: "State of Florida Division of Emergency Management" IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? 0 YES X NO TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? 0 YES X NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT PROFESSIONAL SERVICES AGREEMENT X GRANT AGREEMENT 0 EXPERT CONSULTANT AGREEMENT 0 LICENSE AGREEMENT ❑ PUBLIC WORKS AGREEMENT ] MAINTENANCE AGREEMENT INTER -LOCAL AGREEMENT LEASE AGREEMENT 0 PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY PURPOSE OF ITEM (BRIEF SUMMARY): T. establish the Urban Area Security Initiative 4"UASI") FY 2021 & Memorandum of Agreement ("MOA's"). COMMISSION APPROVAL DATE: 2/24/2022 FILE ID: 11336 ENACTMENT NO.: R-22-0078 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Data PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR 2/28/22 PRINT: Ty McGann, AFC /e SIGNATURE:._J J (ri_ SUBMITTED TO RISK MANAGEMENT PRINT: ANN — MARIE SHARPE Quevedo, „;"'" SIGNATURE: Terry sM°m'O " SUBMITTED TO CITY ATTORNEY 3/14/22 PRINT: VICTORIA MENDEZ -. " _— . -. SIGNATURE: T144F MID 22-50K APPROVAL BY ASSISTANT CITY MANAGER PRINT: SIGNATURE: RECEIVED BY CITY MANAGER r') `J ,. S'''`IT: ART N(R1(iGA SIGNA 1) ONE ORIGINAL TO CITY CLERK, 2) ONE COPY TO CITY ATTORNEY'S OFFICE, 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PRINT: ' SIGNATURE: PRINT: SIGNATURE: PRINT: SIGNATURE: PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER AGENDA ITEM SUMMARY FORM Fik ID: #113313 Date: 01/10(2022 Commission Meeting Date: 02124(2x22 Type: Resolution Subject: Requesting Department: Department of Fire - Rescue Sponsored By: District Impacted: All Establish Special Revenue - ULOgr Area Security rnitiatIve rant Program Purpose of Item: Resolution to establish a Special Revenue Fund titled: "Urban Area Security Initiative ("UASIl') Grant Program FY 2021'', appropriating funds in the amount of $14,012,500.00 received from the Department of Homeland Security, passed directly through the State of Florida Division of Emergency Management and authorizing the City Manager to execute Memoranda of Agreements ("MOA's) with contiguous partners, outlining their responsibilities in connection with their support of the UASI Project administered by the City of Miami Department of Fire -Rescue. Background of Item: The United States Department of Homeland Security, through the State of Florida, Division of Emergency Management ("DEMI'), has sub -granted the Urban Arca Security Initiative ("UASI") Grant Program FY 2021 to the City of Miami and contiguous partners In the amount of $14,012,500.00. This program targets homeland security funding to "high threat" urban areas in order to prevent, respond to, and recover from threats or acts of terrorism and other disasters of natural or mart -made origin. These funds will be used, as stipulated by the grant, for the purchase of specialized equipment, to conduct exercises, training and administrative services, and for the development of the Urban Area Homeland Security Strategy, and other planning activities, needed to ensure a successful program. It is now appropriate to accept said grant award, establish a special revenue project, and appropriate said grant award therein. In addition, the City Commission authorizes the City Manager to execute Memoranda of Agreements ('MOA's) with contigucus partners, Broward County Emergency Management, Broward County Sheriffs Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise; Miami -Dade County (Fire, Police and Emergency Management), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sheriff's Office, the Village of Key Biscayne, and regional projects shared across the entire region that include the members listed above as well as Florida Department of Law Enforcement, setting forth the parties' responsibilities in connection with the development and support of the UASI Program FY 2021, which is administered by the City of Miami Department of Fire - Rescue. Budget impact Analysis Item is Related to Revenue item Is an Expenditure Item Is NOT funded by Bonds Total Fiscal impact: Total Fiscal Impact; $14,012,500.00 Start Up Capital Cost:$14,012.500,00 Special Revenue Account No 11100,189000.431000.0Q00.0000U Reviewed By Department of Fire -Rosette Department of Fire -Rescue Department of Fire -Rescue Office of Management and Budget Office of Management and Budget Legislative Division City Manager's Office Office of the City Attorney Office of the City Attorney Office of the City Attorney City Commission Ty McGann Johnny Duran Eloy Garcia Pedro Lacret Merle Gouln Valentin J Alvarez Arthur Norlege V Thomas M. Fossler Bernaby r Min Victoria Mendez Marlcamen Lopez Fire Department Renew Fire Budget Review Fire Chief Review Budget Analyst Review Budget Review LeglsietNe Division Review City Manager Review ACA Review Deputy City Attorney Review Approved Forth and Correctness Meeting Completed Completed Completed Completed Completed Completed Completed Completed Completed Completed Completed 01/10/2022 11:24 AM 01110/2022 11;27 AM 02/02/2022 10:54 AM 02{03/2022 1:28 PM 02/43/2022 3:24 PM 02/03/2022 3:46 PM 02/04/2022 8:24 AM 02/10/2022 6:10 PM 02/10/2022 8:17 PM 02/14/2022 8:10 PM 02/24/2022 0:00 AM City of Miami Legislation Resolution Enactment Number: R-22-0078 C1ty Wall 3500 Pa.n Americar Crive Miami, FL 33133 w var. miamigov.coi File Number: 11336 Final' Action Date:2/24/2022 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENTS, ESTABLISHING A NEW SPECIAL REVENUE PROJECT TITLED "URBAN AREA SECURITY INITIATIVE ('UASI') GRANT PROGRAM FISCAL YEAR 2021,' AND APPROPRIATING FUNDS FOR THE OPERAT[ON OF THE SAME IN THE AMOUNT OF $14,012,500.00 CONSISTING OF A GRANT FROM THE UNITED STATES DEPARTMENT OF HOMELAND SECURITY DIRECTLY TO THE STATE OF FLORIDA'S DIVISION OF EMERGENCY MANAGEMENT ("GRANT AWARD"); AUTHORIZING THE CITY MANAGER TO ACCEPT THE GRANT AWARD AND TO EXECUTE THE FEDERALLY -FUNDED SUBGRANT AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER NECESSARY DOCUMENTS, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, IN ORDER TO IMPLEMENT THE ACCEPTANCE OF AND COMPLIANCE WITH THE GRANT AWARD; AUTHORIZING THE CITY MANAGER TO EXTEND THE FISCAL YEAR 2021 UASf GRANT PROGRAM, AS NECESSARY; AUTHORIZING THE EXPENDITURE OF FUNDS TO VARIOUS GOVERNMENTAL AGENCIES DESIGNATED FOR HOMELAND SECURITY EXPENSES PURSUANT TO THE UASI GRANT GUIDELINES: FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE MEMORANDA OF AGREEMENTS, IN SUBSTANTIALLY THE ATTACHED FORM, WITH CONTIGUOUS PARTNERS OF THE CITY OF MIAMI ("CITY") SETTING FORTH THE PARTIES' RESPONSIBILITIES IN CONNECTION WITH THE DEVELOPMENT AND SUPPORT OF THE UASI PROJECT ADMINISTERED BY THE CITY'S DEPARTMENT OF FIRE -RESCUE, CONTINGENT UPON FUNDING OF THE PROJECT BEING SECURED. WHEREAS, the United States Department of Homeland Security ("USDHS") is authorized by the Emergency Wartime Supplemental Appropriations Act of 2003 to provide funds to states for subsequent distribution to selected urban areas to address the unique equipment, training, planning, exercise, and operational needs for large urban areas and to assist states In building an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism; and WHEREAS, the USDHS, through the State of Florida's Division of Emergency Management ("FDEM'), has sub -granted an Urban Area Security Initiative ("UASI") Grant Program for Fiscal Year ("FY") 2021 to the City of Miami ("City') in the amount of $14,012,530,00 ("Grant"); and WHEREAS, the City's Department of Fire -Rescue ("Fire") will use the Grant to continue to address the unique equipment, training, planning, exercise, and operational needs of the City and its contiguous partners and to continua building an enhanced and sustainable capacity tc prevent, respond to, and recover from threats or acts of terrorism ("Project"), and WHEREAS, in accordance with the UASI Grant Program FY 2021, the attached Memoranda of Agreements ("MOAs") with the contiguous partners of the City, including 13roward County Emergency Management. Broward County Sheriffs Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hiaieah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami -Dade County (Fire. Police and Emergency Management), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sheriffs Office, the Village of Kay Biscayne, and the Florida Department of Law Enforcement (collectively "Contiguous Partners', will sot forth the parties' responsibilities in connection with the development and support of the FY 2021 UASI Grant Program administered by Fire contingent upon funding of the Project being secured; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as If fully set forth in this Section. Section 2. The following new Special Revenue Project is established and resources are appropriated as described below: FUND TITLE: UASI Grant Program Fiscal Year 2021 RESOURCES: USDHS directly to POEM $14,012,500,00 APPR.OPRIATIONS: $14,012,500.00 Section 3. The City Manager is authorized' to accept the Grant and to execute the federally funded sub -grant agreement, in substantially the attached form, for the Project. Section 4. The City Manager is further authorized' to negotiate and execute any and all other necessary documents, all in forms acceptable to the City Attorney, In order to implement the acceptance of and compliance with the Grant. Section 5. The City Manager is further authorized' to extend the FY 2021 UASI Grant Program, as necessary. Section S. The City Manager is authorized' to execute MOM, in substantially attached form, with the Contiguous Partners of the City for the purpose of setting forth the parties' responsibilities In connection with the development and support of the FY 2021 UASI Grant Program administered by Fire contingent upon funding of the Project being secured. Section 7, This Resolution shall become effective Immediately upon its adoption and signature of the Mayor 1 The herein authorization Is further subject to camp ience with ail legal requirements that may be imposed, including but not limited to those prescribed by applicable City Charter end Cty Code provisions. if the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from tie date it was passed and adopted. if the Mayor vetoes this Resoiut;an, it shall become effective immediately upon override of the veto by the City Commission. APPROVED AS TO FORM AND CORRECTNESS: 7Jf4F2b2 THE CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: Todd B. Hannon City Clerk APPROVED AS TO FORM AND CORRECTNESS By: Victoria Mendez City Attorney TMF MID 22-50K For Contract No R0521 By: Arthur Nori-:a City Manager APPROVED AS TO INSURANCE REQUIREMENTS By: Ann -Marie Sharpe, irector Department of Risi Management Counterparts and Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. FUND TITLE: Urban Area Security Initiative (" UASI") Grant Program FY 2021 RESOURCES: Department of Homeland Security ("DNS') directly to the State of Florida Division of Emergency Management ("FDE.M") $14,012,500.©© APPROPRIATIONS: $14,012,500.00 Contract Number: R0521 FEDERALLY FUNDED SUBAWARD AND GRANT AGREEMENT 2 C.F.R. §200.1 states that a "suhaward 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. §200.1, "pass -through entity" means 'a non -Federal entity that provides a suhaward to a Sub -Recipient to carry out part of a Federal program.' As defined by 2 C.F.R, §200.1, "Sub -Recipient" means "a non -Federal entity that receives a subaward from a pass -through entity to carry out part of a Federal award." As defined by 2 C.F.R. §200.1, "Federal award" means "f=ederal 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. §200.1, "subaward" means "an award provided by a pass -through entity to a Sub - Recipient for the Sub -Recipient to carry out part of a Federal award received by the pass -through entity." The following information is provided pursuant to 2 G.F.R. §200.332: Sub -Recipient's name: Sub -Recipient's unique entity identifier: Federal Award Identification Number (FAIN): Federal Award Date: Subaward Period of Performance Start and End Date: Amount of Federal Funds Obligated by this Agreement: Total Amount of Federal Funds Obligated to the Sub -Recipient by the pass -through entity to include this Agreement: Total Amount of tho Federal Award committed to the Sub -Recipient by the pass -through entity: Federal award project description (see FFATA): Name of Federal awarding agency: Name of pass -through entity: Contact information for the pass -through entity, Catalog of Federal Domestic Assistance (CDFA Number and Name Whether the award is R&D: Indirect cost rate for the Federal award: 1 City of Miami Fire Rescue —Tel I K i4 -g LLe,?Z- 5� E M W -2021-S S -00056-S01 911/2021 -0813112024 DOE -1213112023 $14,012,500.00 $23,761,785.1.8 $14,012,500.00 See Article 1, Agreement Articles Dept. of Homeland Security FL. Division of Emergency Merril. 2555 Shumard Oak Boulevard Tallahassee Florida 32399 97,067 -Homeland Security Grant Program N/A 21.40% THIS AGREEMENT is entered into by tee State of Florida, Division of Emergency Management, with headquarters in Tallahassee, Florida (hereinafter referred to as the "Division"), and City of Miami Fire Rescue, (hereinafter referred to as the' Sab-Recipient"). For the purposes of this Agreement, the Division serves as the pass-tieroutigh entity for a Federal award, end the Sub -Recipient serves as the recipient of a subaward. THIS AGREEMENT IS ENTERED INTO BASED ON THE FOLLOWING REPRESENTATIONS A. 'The Sub -Recipient represents that h Is fully wa'lfied and eligible to receive these grant fur.dss to provide the services identified herein; B. The State of Florida received these grant funds from the Federal government, and the Division has the authority to subgrant these funds to the Sub -Recipient upon the terms and conoltons autiined below; and, C. The Division has statetory authority to disburse the funds under this Agreement. THEREFORE, the Division and the Sub -Recipient agree to tie foltavroing (1) APPLICATION OF STATE LAW TO THIS AGREEMENT 2 C,F,R, §200,302 orov'`des; "Each slate must expend and account for the Federal award in accordatice with state iaws and procedures for expending and accounting for the state's own funds." Therefore, section 215.971, Florida Statutes, entitled "Agreements funded with federal or state assistance", applies to this Agreement. (2) LAWS. RULES. fREGULATlONS ANO POLICIES a. The Sub -Recipient's performance under this Agreement is subject to 2 C.F.R. Part 210, entitled "Uniform Administrative Requirements Cost Principles, and Audit Requirements for Federal Awards." P. As required by Section 215.971(1), Florida Statutes, this Agreement includes: • I. A provision specifying a scope of work that clearly establishes the tasks that the Sub -Recipient is required to perform. ii. A provision dividing the agreement into quant;iiable units of deliverables that must be received and accepted in wiling 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 and the criteria for evaluating the successful completion of each deliverable. iii. A provision specifying the financial consequences that apoly If the Sub - Recipient fails to perform the minimum levet of service required by the agreement, iv. A provision specifying that the Sub -Recipient may expend funds only for allowable costs resulting from obiigetnons incurred during the specified agreement period. v. A provision specify'ng that any balance of unobilgated funds which has been advanced or paid must be-efuiinded to the Division. w `T A provision specifying that any funds paid in excess of the amount to vwinlch the Sub -Recipient is entitled under the tears and conditions of the agreement roust be refunded to the Divtelon. c. In addition to the foregoing, the Sub -Recipient and the Division shall be governed by all applicable Stale ar.d Federal laws, rules and regulations, Inducing those identified in Attachment D, Any express reference in this Agreement to a particular statute, rule, or regulation in no way implies that no other statute, rule, or regulation applies. (3) CONTACT a in accordance with section 215.971(2), Florida Statutes, the Division's Grant Manager slsttbe responsible for enforcing performance of this Agreement's terms and conditions and small serve as the Division's liaison w'th the Sub -Recipient. As part of hisTher duties, the Grant Manager for the Division steel': I. Monitor and document Sub -Recipient performance: and, li. Review and document all deliverables for which the Sub -Recipient requests payment, b. The Division's Grant Manager for this Agreement is: Chenda gains 2555 Sbtimar� 6cute�rd Tallahassee. Fforlda 9 Telephone: 1601515-4342 Lift*: Cranc .JenKin5Q emem rlyric: it a.corn c, The name and address of the Representative of the Sub -Recipient responsible for the administration of this Agreement is: Asst Fire Chief Rabbrt Heylq 444 SW 2nd Ave.1tt) Floor Miami, FL 33130 Telephone; 305-416-5402 Fax: 305-40'0-5345 Email. RohHevla@rtlernigov.com ci. lr the event t.nat 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 will be provided to the other party. (4) TERMS AND CONG)rflO S This Agreement contains all the erns and conditions agreed upon by the parties. (5) EX.CUTION This Agreement may oe executed in any number of counterparts, any one of which may be tamer as sri Orhgiiria 3 (3) MODIFICATION 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 Budget and Scope of Work, Attachments A and B of this Agreement, (8) PERIOD OF AGREEMENT. This Agreement shall begin upon execution by both parties and will end December 31, 2023, unless terminated earlier in accordance with the provisions of Paragraph (17) of this Agreement. Consistent with the definition of "period of performance" contained in 2 C.F.R. §200.1, the term "period of agreement" refers to the time during which the Sub -Recipient 'may incur new obLgations to carry out the work authorized under" this Agreement, in accordance with 2 C.FR. §200.1, the Sub - Recipient may receive reimbursement under this Agreement only for "allowable costs incurred during the per;od of performance." In accordance with section 215.971(1){d), Florida Statutes, the Sub -Recipient may expand 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. c. The Division will reimburse the Sub -Recipient only for allowable costs incurred by the Sub -Recipient in the successful completion of each deliverable. The maximum reimbursement amount for each deliverable is outlined in Attachment A and B of this Agreement ("Budget and Scope of Work"). The maximum reimbursement amount for the entirety of this Agreement is $14,012,500. d, As required by 2 C.F.R. §200.415(a), any request for payment under this Agreement must Include a certification, signed by an official who is authorized to leanly bind the Sub -Recipient which reads as follows; "By signing this report, i certify to the best of my knowledge and belief that the report Is true, complete, and accurate, and the expenditures, disbursements and cash receipts are for the purposes and objectives set forth in the terms and conditions of the Federal award. I am aware that any false, fictitious, or fraudulent information, or the omission of any material fact, may subject me to criminal, civil or administrative penalties for fraud, false statements, false claims or otherwise. (U.S. Code Title 18, Section 1001 and Title 31, Sections 3729-3730 and 3801-3812)." e. 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, that clearly delineates; 4 (6) MODIFICATION 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 originsi of this Agreement. (7) SCOPE 9F WORK. The Sub -Recipient shall perform the work it accordance with the Budget and Scope of Work, Attachments A and B of this Agreement. (8) PERIOD OF AGREEMENT. This Agreement shall begin upon execution by both parties and will end June 30, 2023 unless terminated earlier in accordance with the provisions of Paragraph (17) of this Agreement. Consistent with the definition of "period of performance" contained in 2 C, F.R. §200.1, the term 'period of agreement' refers to the time during which the Sub-rRecipient'may incur new obligators to came out the work authorized ureter" this Agreement, in accordance with 2 C,F R. §200.1, the Sub -Recipient may receive reimbursemert 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 medifioation in accordance with either Chapter 216, Florida Statutes, or the Florida Constitution. c. The Division will reimburse the Sub -Recipient _pile for allowable costs incurred by the Sub -Recipient in the successful completion cf each deliverable. The maximum reimbursement amount for each deliverable is outlined in. Attachment A and B of this Agreement ("Budget and Scope of Work"). The maximum reimbursement amount for the entirety of this Agreement Is $14,012,500. d. As required by 2 C.F.R. §200,415(a), any request for payment under this Agreement must include a certification, siprted S?v 3n gfficiajy io is authorized to legally bind the $uh-Recipient, which reads as follows! "By signing this report, I certify to the best of my knowledge and belief that the report is true, complete, and accurate, and the expenditures, disbu"sements and cash receipts are for the purposes and objectives set forth in the terms and conditions of the Federal award. I am aware that any false, fictitious, or fraudulent information, or the omission of any material fact, may subject me to criminal, civil or administrative penalties for fraud, false statements, false claims or otherwise, (U.S. Code Title 18, Section 1001 and Title 31, Sections 3729-3730 and 3801-3812) " e. The Division wi'•I review any request for reimbursement by comparing the documentation provided by the Sub -Recipient against a performance measure, outlined in Attachment 8, that clearly delineates, 4 i. The required minimum acceptable level of service to be oerforr¢ed; and, ill The criteria for evaluating the successful completion of each deliverable. f. The performance measure required by section 215.071(1)(b), Florida Statutes, remains consistent with the requirement for a 'performance goal", which is defined in 2 C.F.R. §200.1 es `a target level of pe formarca expressed as a tangible, measurable ob ective, against which actual achievement car be compared.' it also remalrs consistent with the requirement, contained in 2 G.F.R. §200.329, that the Divis!cn and the SubRecipient"relate financial data to performance goals and objectives of the Federal award." g. If authorized by the Federal Awardlrg Agency, then the Division VII reimburse the Sub -Recipient for overtime expenses In accordance with 2 C.F.R. §2G0 430 ('"Compensation—persoral services') and 2 C.F.R. §200.431 ("Compensation —fringe benefits`). If the Sub -Recipient seeks reimbursomer..t for overtime expenses for periods when no work is performed due to vacation, heyday, illness, failure of the employer to provide sufficient work, or other similar cause (see 29 USG §207(x)(2)), then the Division will treat the expense as a fringe benefit, 2 G.F.R. §200.431(a) defines fringe benefits as "allowances and services provided by employers to their employees as compensation in addition to regular sa'aries and wages." Fringe benefits are allowable under this Agreement as long as the benefits are reasonable and are required by taw, 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 farm of regular ccmpensalion paid to employees during periods of authorized absences from Me job. such as for annual leave, family -related leave, sick leave, holidays, court leave, military leave administrative leave, end other similar benefits, are allowable if ail of the following criteria are mete They are p-cvided under established written leave policies; ii. The costs are equitably allocated to all related actly ilea, including Federai. awards; and, Ill. The accou^zing basis (cash or accrual) se ected for costing each type of leave is cons,stently fc,bwed by the non -Federal entity or specified grouping of employees. n. 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. §200,475. As required by the Reference Guide for State Expenditures, reimbursement for travel must be In accordance with section 112.06":, Florida Statutes, which includes submission of the claim on the approved state trave' voucher. If the Sub- Recipsert seeks reimbursement for travel costs that exceed the amounts stated in section 112.061(6)!0 Florida Statutes ($6 for breakfast, $11 for lunch, and $19 for dinner), then the Sub -recipient 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, .1 Participation of the Individual In the travel is necessary to the Federal award i. The Division's grant manager, as required by section 215.971(2)(c), Florida Statutes, shall reconcile and verify all funds received against all funds expended during the grant agreement period and produce a final recor cltiatton report, The final report must identify any funds paid in excess of the expenditures incurred by the Sub -Recipient. j. As defined by 2 C.F.R, §200.1, the term Improper payment' means or includes: 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 iegaily applicable requiremen`.s,: and, 1i. Any payment to an ineligible party, any payment for an IneligIbie good or service, any duplicate payment, any payment for a good or service not received (except for such payments where authorized by !awl, any payment that does not account far credit for app`icai ie discounts, and any payment where insufficient cr lack of documentation preverts a reviewer from discerning whether a payment was proper. k. Any advance payment under this Agreement is sunject to section 21r3.t81;18), Florida Statutes. The amount of advanced funds may not exceed the expected cash needs of Sub- reclpient within the first ninety (90) days of the term of this Agreement. If an advance payment is requested, the budget data on which the request is based, and a justification statement shall be included with this Agreemene as indicated In Attachment E, Justification of Advance Payment. Attachment E must specify the amount of advance disbursement requested and provide an explanation of the necessity for and proposed use of the funds, (1Ci)REC iDS a As required by 2 C.F.R. §200.337, the Federal awarding agency, Inspectors Genera!, tt e Corotroller General of the United States, and the Division. or any of their authorizes representatives, shall enjoy the right of access to any documents, papers, or older records of the Sub -Recipient which are oertineni to the Federal award, 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. Featly, the right of access ,s not limited to the required retention period but lasts as long as the records are retained. la. As roquted by sections 20.055(8)(c) and 215.97(5)(b), Florida Statutes, the Division, the Chief inspector General of ".he State cf Florida, the Florida Auditor General, or any of their authorized representatives, anan 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 t,mely and reasonable access to the Sub -Recipient's personnel for the purpose of interview and discussion related to such documents. c. As required by Florida Department of State's record retention requirements (Chapter 119, Florida Statutes) and by 2 G.F.R. §200,334, the Sub -Recipient shall retain sufficient records to show its cornplianrewith the terms of this Agreement, as well as the compliance of all subcontractors or 6 consultants paid from funds under this Agreement, for a period of five (5) years from the rate of submission of the final expenditure report. The fo iowirg are the only except!ona to the five (5) year requirement. I. If any litigation, claim, or audlt is started before the expiration of the 5 -year period. then the records must be retained until ail 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 re;entien period. Records fcr reef property and equipment acquired with Federal funds must be retained for 6 years after final disposition, iv. Wher records are transferred to or maintained by the Federal awarding agency or pass -through entity, the 5 -year retention requirement Is not applicable to the Sub -Recipient. v, Records for program 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 ^ecords pertaining to the earnrg of the program Income starts from the end of the non -Federal entity's riscai year in which the program income is earned. vi. Indirect cost rate proposals and cost Preece -km plans. This paragraph applies to the following types of documents and their supporting records: indirect cost rate comeuletions or proposals, cost &ocction plane, and any similar accounting computations of the rate at which a particu'ar group of costs is chargeable (such as computer usage chargeback rates ce composite fringe benefit rates) d. In accordance with 2 C.F.R. §200,335, the Federal awarding agency must request transfer of certain records to lea 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, 200.336, the Div Sion 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 ortg!lnat 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 tc periodic quality control reviews, provide reasonable safeguards against alteration, and remain readab;e. f. As required by 2 C.F.R. §200.303(e), the Sub -Recipient shall take reasonable measures to safeguard protected personally identifiable information and other Information the Federal awarding agency or the Division designates as sensitive or the Sub -Recipient considers sensitive consistent with applicable Federal, state. local, and tribal laws regarding privacy and obligations o` confidentiality. 7 g. Florida's Gcverrirrtert In the Sunshine Law (Section 286.011, Fionda Statutes) provides the citizens of Florida wite a right or access to gcvernmental proceedings and mandates three, basic requirements: (i) meetings of public boards or commissions must be open to the public; (2) reescrabe notice of such meetings must be given; end, (3) minutes of fine meetings must be taken and prompt'y 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 requiremente. However, the Government in the Suna iine Law applies to private certifies that provide services to gcvernmental agencies and that act on behalf of those agencies in the agencies' performance of their public duties ]f 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 Lave applies to board of directors for that volunteer fire department. Thus, to the extent that the Government in the Sunshine Law applies to the Sub -Recipient based upon the funds provided under this Agreement, the meetings of the Sub - Recipient's goverr,,ing board or the mnet;ngs of any subcommittee making recommendations to the governiing 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 shell be public records. available to erne public in accordance with chapter 119, Florida Statutes. in. Florida's Public Records Law provides a right of access to the records of the state and local governments as well as to private entitles acting on their behalf. Unless specifically exempted from disclosure by the Legislature, elf materia,s made or received by a governmental agency (or a private entity acting on behalf of such se 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, is insuffcient to bring that entity within the ambit of the public record requirements. However. when a public entity delegates a nubile. 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 tee services provided by a private entity determine whether that entity e. acting on behalf of a public agency end is therefore subject to the requirements of Florida's Public Records Law. I, The Sub -Recipient shall maintain all records for the Sub -Recipient 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 - end all other applicable laws and regulations. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO 8 THIS CONTRACT, CONTACT THE CUSTODIAN or PUBLIC RECORDS AT: (850) 815.7671, Records c@em.myflorida.com, or 2555 Shumard Oak Boulevard, Tallahassee, FL 32399. 1)AUDITS a. The Sub -Recipient shall comply with the audit requirements eontatned in 2 C.F,R. Part 20ti, Subpart F, b. In accounting for the receipt and expenditure of funds under this Agreement, the Sub -Recipient shall fellow Generally Accepted Accounting Principles ('GAAP'). As defined by 2 C.F.R. §240.1, GAAP 'has. the meaning specified in accounting standards issued by the Government Accounting Standards Board (OASB) and tee Financial Accounting Standards Board (FMB)." c. When =dueling an audit of the Sub -Recipient's performance under this Agreement, the Division shall use Generally Accepted Government Auditing Standards NAGAS°). As defined by 2 C.F.R ) 200,1, GALAS, °also known as the Yellow Book, means generally accepted government auditing standards, issued by the Comptroller General of the United States, which are applicable to financial audits!' d. If an audit shows that all or any portion of the funds disbursed were not spent in accordance with the conditions of this Agreement, the Sub -Recipient shall be held liable for reimbursement to the Division of all funds not spent In accordance with these applicable regulations and Agreement previsions within thirty days after the Division has notified the Sub-Reciplert of such non- compliance, e. The Sub -Recipient abaft have all audits completed by an Independent auditor, which isdefined in section 215.97(2)(l), Florida Statutes, as 'an independent certified public accountant licensed under chapter 473." The independent auditor shall state test the audit complied with the applicable previsions noted above. The audit must be received by the. Division no later than nine months from the end of the Sub -Recipient's fiscayear. 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: OEM 5i ng teAud its em, myiio r i d a. c o rn Qe Office of the Inspector General 2555 Shumard Oak Boulevard Tallahassee,. Fkwide 32399-2100 g. The Sub -Recipient shall send the Single Audit reporting package and Form SF -SAC to the Federal Audit Clearinghouse by submission online at. )ittp:f1herveater:c,ensus,govhfacicoIlec& ddeindex it R. The Sub -Recipient shall send any management tatter issued by the auditor to the Division at the following address: 9 OEM Si n gieAuditebem. myFlorida, corn Office of the Inspector General 2555 Shumard Oak Boulevard Taiiehasaee, F:orlda 32399-210C (12)f EFORT$ a. Consistent with 2 C,F.R. §200.328, the Sub -Recipient shall provide the Division with quarterly reports and a close-out report. These reports shall lnciude the current status and progress by the Sub -Recipient and at subcontractors in completing the work described in the Scope of Work and the expenditure of furds under this Agreement, in addition to any other Information requested by the Division. b. quarterly reports are due to the Division no later than thirty (30) days after the er.c of each quarter of the program year and shalt cs sent each quarter until submission of the close-out report Tne ending dates for each quarter of the program year are March 31, June 30, September 30, and December 31. c. The close -cut report la due 60 days after temiratrion of this Agreement or 30 days after completion of the activities contained in this Agreement, whichever first occurs. d if all required reports and copies are riot sent to the Div;son or are not competed in a manner acceptable to the Division, then the Division may withhold fu ;her payments until they are completed or may take other action as stated in Paragraph (16) REMEDIES "Acceptable to the Divisor" means tnat the work product was completed In accordance with the Budget and Scope cf Work. e. The Sub -Recipient shall provide addhlar ial program updates or information that may be required by the Division. f. The Sub -Recipient shall Crovide additional reports and information identified in Attacienert B. (13 AelON1TGRtNG. a. The Sub -Recipient shall monitor its performance under this Agreement, as wel: 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 Dei'verables and Scope of Work are being accomplished within the specified time periods, and other performance goals era being echuevec. A review shall be done for each function or activity ,n Attachment B to the 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 furter agrees to comply and cooperate 10 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 end financial management by the Sub -Recipient throughout the contract term to ensure timely completion of all tasks. (14)LlA3iLJr'Y a. Unless Sub -Recipient is a State agency or subdivision, as defined in section 768.28(2), Florida Statutes, the Sub -Recipient is solely rosponsibleto parties it deals with in carrying out me terms of this Agreement; as authorized by section 768.26(°9), 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 Agreeme-nt. For purposes of this Agreement, Sub -Recipient agrees that t is not an employee or agent of the Division but Is an independent contractor. b. As required by section 768.26(19), Florida Statutes, any Sub -Recipient which is a state agency or subdivision, as defined in secti'an 768 28(2), Florida Statutes, agrees to be fully responsible for Its negligent or tedious acts or omissions which result in claims or sults against the Division, and agrees to be liable fcr any damages proximately caused by the acts or omissions to the extent set forth in Section 7668,23, Florida Statutes. Nothing herein is intended to serve as a waiver of sovereign Immunity by any Sub -Recipient to which sovereign immunity aopiies, 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)DE,FAULT If any of the follow rig events occur ("Events of Defaull"), all obligations on the part of the Division to make further payment of funds sha'1 terminate and the Division has the opt'on to exercise any of Its remedies set forth in Paragraph (16); 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 if; a, Any warranty or representation made by the Sub -Recipient In this Agreement or ary previous agreement with the Division is or becomes false or misleading in any respect, or if the Sub- Rec plent fails to keep or perform 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 unwlil!ng to meet 'Is obligatons Jnaer this Agreement; b. Materiel adverse changes occur in the financial condition of the Sub -Recipient al any time curing the term of this Agreement, wet the Sub -Recipient fails to cure this adverse change within thirty days from the cate written notice is sent by the Division; c. Any reports required by this Agreement have not been submitted to the Division or have been submitted with Incorrect, incomplete or insufficient information; or, d. The Sub -Recipient has felled to perform and complete on time any of its obligations under this Agreement (16)RCj\1EQj1<S 11 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 within those thirty days, exercise any one or more of the following remedies, either concurrently or consecutively: a. Terminate this Agreement, provided that the Sub -Recipient Is giver at least thirty days prior written notice of the termination. The notice shall be effective when placed In the United States, first class mail, postage prepaid, by registered or certified mall -return receipt requested, to die address in paragraph (3) herein; b. Begin an appropriate legal or equitable action to enforce performance of this Agreement; c. Withhold or suspend payment of all or any part of a request for payment; d. Require that the Sub -Recipient refund to the Division any monies used fo° ineligible purposes under the laws, rules and regulations governing the use of these funds. a Exercise any corrective or remedial actions, to include but not be limited to: i. Request additional information from the Sub -Recipient to determine the reasons for or the extent of non-compliance or lack of performance, ii. Issue a written warning to advise that more serious measures may be taken if the situation is not corrected, iii Advise the Sub -Recipient to suspend, discontinue or refrain from incurring costs for any activities In question or iv. Require the Sub -Recipient to reimburse the Division for the amount of costs incurred for any items determined to be ineligible; f, The Division may Administratively close an Agreement, The Division may use the administrative close -oaf process when a Sub -Recipient is not responsive to reasonable efforts to collect required reports needed to complete the standard close-out process. The Division will make three written attempts to collect required reports before initiating administrative close-out. In addition, if an agreement is administratively closed, the Division may decide to impose remedies for noncompliance per 2 C.F.R. § 200.339, consider this information in reviewing future award applications, or apply special conditions to existing or future awards If the Division needs to administratively close an agreement, this may negatively Impact a Sub -Recipient's ability to obtain future funding. g. Exercise any other rights or-emedles 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 in this Agreement or fails to insist on strict performance by the Sub -Recipient, it will not affect, extend or waive any other right or remedy of the Division, or affect the later exercise of the same right or remedy by the Division for any other default by the Sub -Recipient. rn (17)I RMINATiON a The Division may terminate this Agreement for cause after thirty days (30) written notice. Cause can include misuse et 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 110. Florida Statutes, as amended. b. The Diveeon may terminate this Agreement for cause after rejecting an appeal submitted due to noncompliance, nonactivity, andlor a lack of expenditures for fore (4) consecutive quarterly reporting periods, c. The Division may terminate this Agreement for convenience or when it determines, in its sole discretion, that continuing the Agreement would not produce beneficial results in line with the further expenditure of funds, by providing the Sub -Recipient with th'rty calendar days prior written notice, d. The parties may agree :o 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. a, In the event that this Agreement is terminated, the Sub -Recipient will not incur new obligations for the terminated portion of the Agreement after the Sub -Recipient has received the notification of termination. The Sub -Recipient will cancel as many outstanding obiigatlorts as possible. Costs ncurred after receipt of the termination notice will be disallowed. The Sub -Recipient shall not be relieved of liability to the Division because of any broach of Agreement by the Sub -Recipient. The Division may, to tee extent authorized by law, withhold payments tc the Sub -Recipient for the purpose of set-off until the exact amount of damages due the Division from the Sub -Recipient is determined (18) . QCURirMENT a The Sub -Recipient strait ensure that any procurement involving funds authorized by the Agreement complies with all applicable federal and state laws and regulations, to Include 2 C.F,R, §§200,318 through 200.327 as well es Appendix tt to 2 C.F.R. Part 200 (entitled "Contract Provisions for Non -Federal Entity Contracts Under Federal Awards'). b Ala required by 2 C.F.R. §20G_313(i), the Sub -Recipient shell "rrairtein reco-de sufficient to detail the history of procurement These records will include but are not necessarily limited to the folio ,ing: eetiorele for the method of procurement, selection of contract type, contractor selection or rejection, end the basis for the contract price," c. As required by 2 C.F.R. §200.310(b), the Sub -Recipient shall "maintain oversight to ensure that contractors perform in accordance with the terms, conditions, and specifications of their contracts or purchase orders." in order to demonstrate compliance with this requirement, the Sub - Recipient shall document, in its quarterly report to the Division, the progress of any and all subcontractors performing work under this Agreement. 13 d. Except for procurements by micro -purchases pursuant to 2 C F.R. §200.320(a)(1) or procurements by small purchase procedures pursuant to 2 C.F.R. §200.320(a)(2), if the Sub -Recipient chooses to subcontract any of the work required under this Agreement, then the Sub-Reclplent shall forward to the Division a copy of any solicitation (whether competitive or non-competitive) at least ten (10) days prior to the publication or communication of the solicitation. The Division shall review the solicitation and provide comments, If any, to the Sub -Recipient within seven (7) business days. Consistent with 2 C F.Ft. §200.325, the Division will review the solicitation for compliance with the procurement standards outlined in 2 C.F.R. §§200.318 through 200.327 as well as Appendix ti to 2 C.F.R. Part 200. Consistent with 2 C.F.R. §200.318(k), the Division will rot substitute its Judgment for that of the Sub -Recipient. While the Sub -Recipient does not need the approval of the Division in order to publish a competitive solicitation, this review may allow the Division to identify deficiencies in the vendor requirements or in the commodity or service specifications. The Division's review and comments shall not constitute an approval of the solicitation. Regardless of the Div!sion's review, the Sub -Recipient remains bound by all applicable laws, regulations, and agreement terms. if during its review the Division identifies any deficiencies, then the Division shell communicate those deficiencies to the Snub -Recipient as quickly as possible within the seven (7) business day window outlined above It the Sub -Recipient publishes a competitive solicitaton after receiving comments from the Division that the solicitation Is deficient, then the Division may: Terminate this Agreement In accordance with the provisions outlined in paragraph (17) above: and, it. Refuse to reimburse the Sub -Recipient for any costs associated with that solicitation. e. Except for procurements by micro -purchases pursuart to 2 C.F.R. §200.320(a)(1) or procurements by small purchase procedures pursuant to 2 C.F.R.. §200.320(a)(2), it the Sub -Recipient chooses to subcontract any of the work required under this Agreement, then the Sub -Recipient shall forward to the Division a copy of any contemplated contract prior to contract execution. The Division shall review the unexecuted contract and provide comments, if any, to the Sub -Recipient within seven (7) business days. Consistent with 2 C.F.R. §200.325, the Division will review the unexecutod contract for compliance with the procurement standards outlined in 2 C.F.R, §§200.310 through 200.327 as well as Appendix It to 2 C.F.R. Part 200, Consistent with 2 C.F.R, §200.318(k), the Division wllr not substitute its judgment for that of the Sub -Recipient White the Sub -Recipient does not neec the approval of the Division in order to execute a subcontract, this review may allow the Division to identify deficiencies in the terms and conditions of the subcontract as well as deficiencies in the procurement process that tee to the subcontract, The Division's review and comments shall not constitute an approval of the subcontract. Regardless of the Division's review, the Sub -Recipient remains bound by all applicable laws. regulations, and agreement terms. If during its review the Division identifies any deficiencies then the Division shall communicate those deficiencies to the Sub -Recipient as quickly as possible within the seven (7) business 14 day w;rdow outlined above. If the Sub -Recipient executes a subcontract after receiving a communication from the Division that the subcontract is non -compliant, the, the Division may: I. Terminate this Agreement in accordance with the provisions outlined In paragraph (17) above; and, li. Refuse to reimburse the Sub• -Recipient for any costs associated with that subcontract, f, The Sub -Recipient agrees to include In the subcontract that (i) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor Is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shell hold the Division and Sub -Recipient harmless against all clabns of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extant allowed and required by law. effected g. As required by 2 C.F.R. §200.318(c)(1), the Sub -Recipient shall 'maintain written standards of conduct covering conflicts of interest and governing the actions of its employees engaged in the selection, award and administration of contracts'" h. As required by 2 C,F.R. §200.319(b) contractors that develop or draft specifications: requirements, statements of work, or invitations for bids or requests for proposals must be excluded from competing for such procurements. The Sub -Recipient or pass -than entity must disclose to the Division, in writing, any real or potential conflict of Interest that may arise during the administration of the federal award, as oe`ined by federal statutes or regulations, or their own existing policies, within five (5) days of learning of the conflict of interest. 'Conflict of interest" is considered as any situation where an employee, officer, or agent, any members of his er her immediate family, or his or her partner has a close personal relationship, business relationship, or professional relationship, with a recipient or subreciplent. As required by 2 C.F.R. §200,319(a), the Sue -Recipient shall conduct any procurement under this agreement "In a manner providing full and open competition."' Accordingly, the Sub -Recipient shalt not: Place unreasonable requirements on firms In order or them to qualify to do business; ii. Require unnecessary experience or excessive bonding; Ri. Use noncompetitive pricing practices between firms or between affiliated companies, contracts; equivalent; iv, Execute noncompetitive contracts to consultants that are or retainer Authorize, condone, or ignore organizational conflicts of interest; vi. Specify only a brand name product without allowing vendors to offer an 15 vii. Specify a brand name product instead of describing the performance, specifications, or other relevant requirements that pertain to the commodity or service solicited by the procurement; viii. Engage in any arbitrary action during the procurement process; or, k. Allow a vendor to bid on a contract if that bidder was involved with developing or drafting the specifications, requirements, statement of work, invitation to bid, or request for proposals. j. IE]xcept in those cases where applicable Federal statutes expressly mandate or encourage" otherwise, the Sub -Recipient, as required by 2 G.F.R. §200.318(c), shall not use a geographic preference when procuring commodities or services under this Agreement. k. The Sub -Recipient shall conduct any procurement Involving invitations to bid (I.e. sealed bids) in accordance with 2 C.F.R. §200.320(b)(1) as well as section 287.O57(1)(s), Florida Statutes, I. The Sub -Recipient shall conduct any procurement involving requests for proposals (I.e. competitive proposals) in accordance with 2 C.F,R, §2)0.320(b)(2) as well as section 207.057(1)(b), Florida Statutes. rn. For each subcontract, the Sub -Recipient shall provide information to the Division as to whether that subcontractor is a minority business enterprise, as defined In Section 288.703, Florida Statutes on the required Procurement Method Report (Forrn 5). Additionally, the Sub -Recipient shall comply with_the requirements of 2 C.F.R. §200.321 ("Contracting with email and minority businesses, women's business enterprises, and labor surplus area firms"). n. FEMA has developed helpful resources for Sub -Recipients using federal grant funds for procurements. These resources are generally avelable atat tjttaliwww.ferna.goelgrantstpreggiement. FEMA periodically updates this resource page so please check back for the latest information. While not ail the provisions discussed in the resources are applicable to this subgrant agreement, the Sub -Recipient may find these resources helpful when drafting its solicitation and contract for compliance with the Federal procurement standards outlined in 2 C.F.P.. §§200,318 through 200.327 es well as Appendix it to 2 C.F.R. Part 200. (19)ATTACHMENTS ANP EXHIBITS a. All attachments to this Agreement are incorporated as if set out fully. b. fn the event of any inconeistenciee 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 conflict or Inconsistency, c. This Agreement has the following attachments: Exhibit I - Funding Sources ii. Exhibit 2 — Certification Regarding Telecommuntcations and Video Restrictions 16 Exhibit 3 ._ Certification Regarding Lobbying N. Attachment A — Program Budget v. Attachment B — Scope of Work vi. Attachment C _ Deliverables and Performance vii, Attachment D -- Program Statutes and Regulations viii. Attachment E — Justification of Advance Payment Ix. Attachment F — Warranties and Representations x. Attachment G - -Certification Regarding Debarment, Susnensicn, Ineligibility and Voluntary Exclusion xi, Attachment H — Statement of Assurances xli, Attachment I— Mandatory Contract Provisions xiii. Attachment J -- Financial and Program Monitoring Guidelines xiv. Attachment K — EI-IF Guidelines xv. Attachment L — Reimbursement Checklist .(2P)FRYMENTS a. if the necessary funds are not available to fund this Agreement es a result of action by the United States Congress, the federal Office of Management and Budgeting, the State Chief Financial Officer or under subparagraph (8)b, of this Agreement, ail obligations on the part of the Division to make any further payment of funds shall terminate. and the Sub-Reclelent shall submit its closeout report within thirty days of receiving notice from the Division, b, Invoices shall be submitted at least quarterly and shell include the supporting documentation for all costs of the project or services, The final invoice shall be submitted within thirty (30) days after the expiration date of the agreement. An excianatlon of any circumstances prohibiting the submittal of quarterly invoices snail be submitted to the Division grant manager as par; of the Sub - Recipient's quarterly reporting as referenced in Paragraph (12) of this Agreement. c. Any advance payment under this Agreement is subject to 2 C.F.R. §23Q.305 and, as applicable, section 218.181(16), Florida Statutes. Ali requests for advance payments will be reviewed and considered on a case -by -case basis, 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 snail be Included In this Agreement as Attachment E. Attachment E will seeo; y 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. After the Initial advance, if any, payment shall be made on a reimbursement basis as needed. 17 (21 R PAYIME,NTS a. All refunds or repayments due to the Division under this Agreement are to be made payable to the order of 'Division of Emergency Management", and mailed directly to the following address: Division of Emergency Management Cashier 2555 Shurnerd Oak Boulevard Tallahassee FL 32399-2100 b. In accordance with section 215.34(2), Florida Statutes, if a check or other draft is returned to the Diviscn for collection, Sub -Recipient shall pay the Div;sior a service fee of $1500 or 5% of the face amount of the returned check or draft, whichever is greater. 1221MANDATED COj DITlONS a. The validity of this Agreement is subject to the truth and accuracy of all the information, representations, and materials submitted or crcvided 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, representatlors, and materials are incorporated 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, b. This Agreement shall be construed under the laws of the State of Florida, and venue for any actions arising out of this Agreement shall be in the Circuit Court of Leon County. If any provision of this Agreement is in conflict with any applicable statute or rule, or is unenforceable, then the provision shall be null and void to the extent of the conflict, and shall be severable, but shall not Invalidate any other provision of this Agreement. c, Any power of approvel or disapproval granted to the Division under the terms of this Agreement shall survive the term of this Agreement. d. The Sub -Recipient agrees to comply with the Americans With Dlsabillties Act (Public Law 101-333.42 U.S.C. Section 12101 et sec), which prohibits discrimination by public and private entities 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 dlss;riminatorj vendor list may not submit a bid an a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a pubic entity for the construction or repair of a pubic building cr public work, may not submit bids on leases or real pro arty to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, cr consultant wider a contract with a public entity, and may not transact business with any public entity Ir 8 excess of $25,COC.G© for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. f, Any Sub -Recipient which is not a local 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: i. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a federal department or agency: II. Have rot, within a five-year period preceding this proposal been convicted of or had a civil judgment rendered egeirst 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 stuatements, or receiving stolen property: iii. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any offenses enumerated In paragraph (22) f. H. of this certification; and,. lv, Have not within a five -yea' period preceding this Agreement had one or more public transactions (federal, state or local) terminated for cause cr 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. 1e in addition. the Sub -Recipient shaft 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 lo unilaterally cancel this Agreement if the Sub - Recipient refuses to allow public access to all documents, papers, letters or other material subject to the provisions of crapter 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 obiigatioe 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 Li.S.C, Section 1324e(e) [Section 274A(e) of the Immigration and Nationality Act (°INA")j The Division shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) cf the INA. Such violation by the Sub -Recipient of the employment provisions 19 contained In Section 274A(e) of the INA snail be grounds for unilateral cancellation of this Agreement by the Division. I, Section 287.050D5, Florida Statutes, requires that any state funds provided for the purchase of or improvements to real property are contingent upon the contractor or po.tical subdivision granting to the state a security interest In the property at least to the amount of state funds provided for at least 5 years from the date of purchase or the completion of the improvements or as further required by law, in, Unless preempted by federal law, the Division may, at its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287.135(5), RS., or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities In the Iran Petroleum Energy Sector List, cr been engaged In fuseless operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel. (23)0BBYING PROHIBITIQN a. 2 C.F.R. §200.450 prohibits reimbursement for costs associated with certain loobylrg activitiea. b. Section 2'I6,ee7, Florida Statutes, prohibits "any disbursement of grants and aids appropriations pursuant to a contract or grant to any person or organization unless the terms of the grant or contract prohibit the expenditure of funds for the purpose of lobbying the Legislature, the Judicial branch, ore state agency " c No funds cr other resources received from the Division order thin Agreement may be used directly or indirectly to influence legislation or any other official action by the Florida Legislature or any state agency. d, The Sub -Recipient certifies, by its signature to this Agreement, that to the best of nis or her knowledge and belief: i. No Federal appropriated funds have been paid or will be paid, by or on behalf cf the Sub -Recipient, to any person for influencing or atternptirg to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connector 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 furds have been paid or will be paid to any person for infiuenci ,g cr attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection w'Ih this Federal contract, grant, loan or cooperative agreement, the Sub -Recipient Shall corrpiete and submit Standard Forrn-LLL, "Disclosure of Lobbying Activities.' 20 iii, The Sub -Recipient shell require that this certification be included In the award documents for at, subawards (including subreontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all Sub -Recipients shall certify and disclose, lv, This cartlficattor is a material representatlan 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 1302, Titie 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. v. If this subgrant agreement amount is $100,000 or more, the Sub -Recipient, and subcontractors, as applicable, shall sign Attachment M — Certification Regarding Lobbying. (24)COPYRIGIIT, PATENT AN4 TRADEMARK EXCEPT AS PROVIDED BELOW, ANY AND ALL PATENT RIGHTS ACCRUING UNDER OR iN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY RESERVED TO THE STATE OF FLORIDA, AND, ANY AND ALL COPYRIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY TRANSFERRED BY THE SUB -RECIPIENT TO THE STATE OF FLORIDA. a. If the Sub -Recipient has a pre-existing patent or copyright, the Sub -Recipient shall retain all rights and entitlements to that pre-existing patent or copyright unless the Agreement provides other,vlse, b. if any discovery or inversion is developed In the course of or as a result of work or services performed under this Agreement, or in any way connected with it, the Sub -Recipient shall refer the discovery or invention to the Division for a determination whether the State of Florida will seek patent protection in its name. Any patent rights accruing under or in connection with the performance of this Agreennaar` are reserved to the State of Florida. If any books, manuals, films, or other copyrightable material are produced, the Sub -Recipient shall notify the Division. Any copyrights accruing under or in connection with the performance under thle Agreement are transferred by the Sub -Recipient to the State of Fiorlda. c. thirty days of execution of this Agreement, the Sub -Recipient shall disclose all lnteltectuat properties relating to the performance of this Agreement which he or she knows or should know could give rise to a patent or copyright. The Sub -Recipient shall retain all rights and sntlthements to any pre-existing intellectual property which is disclosed. Fai!ure to disclose will indicate that no such property exists, The Division shall then, under Paragraph (24) b., have the right to all patents and copyrights which accrue during performance of the Agreement. d. If the Sub -Recipient qualifies as a state university under Florida law, then, pursuant to section 1004.23, Florida Statutes, any invention conceived exclusively by the employees of the Sub - Recipient shall become the sole property of the Sub -Recipient. In the case of joint inventions, that is Inventions made jointly by one or more employees of both parties hereto, each party shall have an equal, 21 undivided interest in and to such joint Inventions. The Division shalt retain a perpetual, Irrevocable, fully - paid, nonexclusive license, for its use and the use of its contractors of any resulting patented, copyrighted or trademarked work products, developed solely by the Sub -Recipient, under this Agreement, for Florida government purposes. (25)LEGAL AUTHORIZATION{ The Sub -Recipient certifies that It has the legal authority to receive the funds under this Agreement and that its governing body has authorized the execution and acceptance of this Agreement. The Sub- Recipiert also certifies that the undersigred person has the authority to legally execute and bend Sub - Recipient to the terms of this Agreement. (26)EQUAL OPPORTUMIT ' e TPLOYMENT a, in accordance with 41 C•F.R• §60.1,4(b), the Sub -Recipient hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, es defined in the regulations of the Secretary of Labor at 41 CFR Chapter 6G, which Is paid for in whole or In part with funds obtained from the Fedarai Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, fear, insurance, or guarantee, or undertaken pursuant to any Federal program Invoiv'ang such grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: Curing the pe errnance of this contract, the contractor agrees as follows: i. The contractor will rot discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees ere treated during employment without regard to their race. color, religion., sax, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the foitooring. Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, ncticas to be provided setting forth the provisions of this nondiscrimination clause. IL The contractor will, in all solicitations or advertisements for employees placed by or on aehaif of the contrectcr, slate that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin, ill, The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employs® or applicant or another employee or applicant, This provision shat, not apply to Instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job 22 functions discloses tee compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such dtsclosute Is In response to a format complaint or charge, in furl ierance of an Investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish Information. iv, The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section and shall post copies of the notice In conspicuous places available to employees and applicants for employment. V. The contractor wtl comply with all previsiors of Executive Order '11246 of September 24, 1465, and of the rules, regulations, and relevant orders of the Secretary of Labor. vi. The contractor will furnish ail information and reports required by Executive Order 11246 of September 24, 19035, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. vii. in the event of the contractor's noncompliance wife the nondiscrimination clauses of this ccntrect or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 1124'3 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. viii. The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor, The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, Including sanctions for noncompliance: Povided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. b The Sub -Recipient further agrees that it wilt be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicart so participating is a State or local government, the above equal 23 opportunity clause Is not applicable to any agency, instrumertality or subdivision of such goverment which does not participate in work on or under the contract. c The Sub -Recipient agrees that It wit assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that It will furnish the administering agency end the Secretary of Labor such information as they may require for the supervelon of such compliance, and that it will otherwise assist the admin'stering agency in the discharge of the agency's primary responsib'lity for securing compliance. d. The Sub -Recipient further agrees that It will refrain from entering into any contract or contract modification subject to Executive Orcer 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated al'sgibllity for, Government contracts and federally assisted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the ecual opportunity clause as may be it -posed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part LI, Subpart B of the Executive order. In addition., the Sub -Recipient agrees that Nf It falls or refuses to comply with these undertakings, the administering agency may twine ary or ail of the following actiors: cancel, terminate, or suspend in whole or In part tnis grant (contract, roan, insurance, guarantee); refrain from extending any further assistance to the Sub -R clpient under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has beer received from such Sub -Recipient; and refer the case to the Department of Justice for appropriate legal proceedings. (27)COPELANID ANTI -K JQ BACK ACT The Sub -Recipient hereby agrees that, unless exempt under Federal law, it will incorporate or cause to be Incorpora-ed Into any contract for construction work, or modification thereof, the following clause; I. Contractor. The contractor srrali comply with 18 U.S.C. § 874, 40 § 3145, and the reguirerrents of 29 C.F.R pt. 3 as may be applicable, wnlch are incorporated by reference into this contract. O. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require and also a clause requiring the subcontractors to include these clauses it any lower tier sUbcontracts. The prime contractor shell he responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. iii. Breach. A breach of the contract clauses above may be grounds for termination of the contract, anc for debarment as a contractor and subcontractor as provided In 29 C.F.R. § 5.12. (28)CONTRACT WORK HQURS AND SAFETY STANDARDS If the Sub -Recipient, with the funds authorized cy this Agreement, enters into a contract that exceeds $1r00,000 and involves the employment of mechanics or laborers, then any such contract 24 must include a provision for compliance with 40 U.S.C, 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than cne and a half times the basic rate of pay for all hours worked In excess of 40 hours In the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work In surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation. (28)CLEAi'4AI AQT AND NE FED R_Al., \MIER POLLUTION QONTRQ . ACT If the Sub -Recipient, with the funds authorized by this Agreement, enters into a contract that exceeds $150,000, then any such contract must include the following provision: Contractor agrees to comply with all applicable standards, orders or regulations Issued pursuant to the Clean Air Act (42 U.S.C, 7401-7871g) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387) and will report violations to FEMA and the Regional Office of the Environmental Protection Agency (EPA). (30) USPEIySIONANDDE8ARMENT If the Sub -Recipient, wit the funds authorized by this Agreement, enters Into a contract, then any such contract must include the following provisions' I. This contract Is a covered transaction for purposes of 2 C F.R. pt. 180 and 2 C,F.R. pt. 3000, As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.985), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C,F R. § 180.935). ii. The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into, ill. This certification Is a mater'al representation of fact retied upon by the Division. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Division, the Federai Government may pursue avallable remedies, Including but not limited to suspersicr ardlor debarment, iv. The bidder or proposer agrees to comply with the requirements or 2 C.F.R. pt. 180, subpart C and 2 C,F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in Its lower tier covered transactions. 25 (3118YRD Al'FI-LOBBYING AMENDMENT If the Sub -Recipient, with the funds authorized by this Agreement, enters into a contract. then any such contract must include the following clause: Byrd Anti -Lobbying Amendment, 31 U.S.C, § 1352 (as amended). Contractors who apply cr bid For an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or en employee of a member of Congress in connecticn with obtaining any Federal contract, grant, or any other award covered by 31 J.S.C. § 1352. Each tier shall also disclose any lobbying with non - Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient If the Sub -Recipient enters Into a contract with a subcontractor for an aware of $100,000 or more, the subcontractor shalt sign Attachment M — Certification Regardmg Lobbying, ‘32)_clONTRACTING WITH SMALL ANr3, 4J$'1NES5ES., Irs1OMEN'$ BUSINESS ENTERPRISES, AND LABOR SURPL.JS AREA FIRMS a. If the Sub -Recipient, with the funds authorized by this Agreement, seeks to procure goods or services, then, in accordance with 2 C.F.R, §200.321, the Sub -Recipient shall take the following affinrative steps to assure that minor ty businesses. women's br.sinsas enterprises, and labor surplus area firms are used whenever 9ossibie: i. Piecing qualified small end rnincrlty businesses and women's business enterprises on solicitation lists; li. Assuring that small and minority businesses, and women's business enterprises are solicited wherever they are potential sources; iii. Dividing total requirements, when economically feasible, Into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; iv Esta.bilshieg delivery schedules, wher he requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; v. Using the services and assistance, as aeororirets of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; ard vi. Requiring the prime contractor, if subcontracts are to be el, to take the affirmative steps lusted ii paragraphs i, through v. of this subparagraph. b. The requirement outlined in subparagraph a. abcve, sometimes referred to as "sociioeconomiic contracting," goes not impose an obligation to set aside either the solicitation or award of a contract to these types of firms. Rather, the requirement only imposes an obligation to carry let and document the six affirmative steps Identified above. 26 c. The 'socioeconomic contracting" requirement outlines the affirmative steps that the Sub -Recipient must take:, the requirements do not preclude the Sub -Recipient from undertaking additional steps tc involve small and minority businesses and women's business enterprises. d. The requirement to divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises, does not authorize the Sub -Recipient to break a single project down into smaller components in order to circumvent the micro -purchase or small purchase thresholds so as to utilize streamlined acquisition procedures (e.g. "project spatting'). f331 Ay°SURANC5S The Sub -Recipient shall comply with any Statement of Assurances incorporated as Attachment H. IN WITNESS WHEREOF, the parties hereto have executed this Agreement. SUB•RECIPIENT: CITy44 MIAMI FIRE RESCUE By. Name and Title: Arthur riesta. Cttw Manager Date: FiD# 599 i000375 If signing electronically: By providing this electronic signature. 1 am attesting that 1 understand that electronic signatures are legally binding and have the same meaning as handwritten signatures. 1 am also confirming that internal controls have boon maintained, and that policies and procedures were properly followed to ensure the authenticity of the electronic signature. This statement is to codify that I confirm that this electronic signature is to be the legally binding equivalent of my handwritten signature and that the data on this form is accurate to the best of my knowledge. STATE OF FLORIDA DIVISION 0 EMERGE Y MANAGEMENT By Name and t'';. Kevin G thrie Dir .r Date 27 EXHIBIT —1 THE FOLLOWING FEDERAL RESOURCES ARE AWARDED TO THE SUB -RECIPIENT UNDER THIS AGREEMENT; Fedora! Program: HOMELAND SECURITY GRANT PROGRAM Federal Agency: S,Qo r ent cf Homolanc Security, Federzl Eneioerlcv Mar meat Catalog of Federal Domestic Assistance title and number: 97,0137 Award amount: S 14 ,012500.00 THE FOLLOWING COMPLIANCE REQUIREMENTS APPLY TO THE FEDERAL RESOURCES AWARDED UNDER THIS AGREEMENT; Federal Program: HQ,M -AND SECURITY GRANT PROQP,A+M List applicable compliance requirements as follows: Sub -Recipient is to use funding to perform etgibie activates es identified FY 2021 Department of Homeland Security Notice of Funding Opportunity. 2. Sub-Rsclplent is subject to al! administrative end flnancfat requirements as set forth In this Agreement or will not be'In compliance with the tens of the Agreement. Sub -Recipient must comply with specific laws, rules, or regulations that pertain to how the awarded resources must be used or how ellglbllity determinations are to be made. NOTE: 2 C,F,R, Part 200, and section 215.97{5}(a), Florida Statutes, require that the Information about Federal Programs and State Projects Included in Exhibit 1 be provided to the Sub -Recipient, 28 EXHIBIT -- 2 Certification Regarding Telecommunications and Video Restrictions Effective August 13, 2020, DI-ISrFEMA Sub -Recipients, as well es their contractors end subcontractors, may not use grant funds under the Nonprofit Security Grant Program covered by this Agreement and provided in FY 2021 or previous years to: 1. Procure or obtain, extend or renew a contract to procure or obtain, or enter Into a contract to procure or obtain any equipment, system, or service that uses "covered telecommunications equipment or services' as a substantial or essential component of any system, or as critical technology of any system; or 2. Enter Into, extend or renew contracts with entitles that use or provide, as part of its performance of this agreement or any other contractual Instrument, any equipment, system, or service that uses "covered telecomrnui:cations equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition regarding certain teiecommuntcaticns and video surveillance services or equipment is mandated by section 883 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (FY 2010 NDAA), Pub. L. No. 115-232 R018), and 2 C.F,R, § 200.216. Sub -Recipients may use DHS/FEMA grant funding to procure replacement equipment and services impacted by this prohibition, provided the costs are otherwise consistent with the requirements of the FY 2021 Preparedness Grants Manual, applicable appendix to the Manual, and appiicabie NOFO, DHS/FEMA will publish additional guidance in a subsequent Information Bulletin or similar notice Per section 889(f)(2)-(3) of the FY 2019 NDAA, covered telecommunications equipment or services means: 1. Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation, (or any subsidiary or affiliate of such entities); 2, For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahue Technology Company (or any subsidiary er affiliate of such entities); 3. Telecommunications or video surveillance services provided by such entities or using such equipment; or 4. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense in consultation with the Director of National intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the People's Republic of China. in the event the Sub -Recipient identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology es part of any system, during contract performance or at any time or by any other source, the Sub -Recipient shall report the information to the SAA: 1. Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (If known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. 2. Within 10 business days of submitting the aforementioned information: Any further available information about mitigation actions undertaken or recommended. to addition, the Sub -Recipient shall describe the efforts it undertook to prevent use or submission of covered 29 telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equiomont or services. 5 b -Recipient; CITY OF MIAMI FIRE RESCUE By, Date: Arthur Noriega, City Manager Printed Name and Title if signing electronically: By providing this electronic signature, I am attesting that 1 understand that electronic signatures ere legally binding and have the same meaning as handwritten signatures. 1 am also confirming that Infernal controls hove been maintained, and that policies and procedures wore properly followed to ensure the authenticity of the electronic signature. This statement is to certify that I confirm that this electronic signature is to be the legally binding equivalent of my handwritten signature and that ! understand that it is my responsibility, on behalf of the organization, to ensure that we adhere to these restrictions. EXHIBIT - 3 CERTIFICATION REGARDING LOBBYING Check the appropriate box: 4-1 Thla Certification Regarding Lobbying is required because the Contract, Grant, Loan, or Cooperative Agreement wilt exceed $100,000 pursuant to 2 C.F.R. Part 200; Appendix 11(1): 31 U.S.C. § 1352; and 44 C.F.R. part 18. Q This Certification is rio required because the Contract. Grant, Loan, or Cooperative Agreement will be less than $100.000. APPENDIX A, 44 C.F.R, PART 13 - CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds nave been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awardlr.g of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for Influencing or attempting to Influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress In connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Fonm.LLL, "Discicsure Form to Report Lobbying." in accordance with its instructions. 3, The undersigned shall require that the language of this certification be included In the award documents for all subawards at all tiers (including subcontracts, subgrants, end contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly, Thie certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification Is a prerequisite for making or entering into this transection imposed by section 1352, title 31. U.S. Code, Any person who fails to file the required certification shalt be subject to a civil penalty of not less than $10,000 and not more than $90;3,000 for each such failure. The Sub -Recipient cr subcontractor, Cit f gf Miami , certifies or affirms the truthfulness and accuracy of each statement of Its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Sub-Reclpientrsubcontractor's Authorized Official Arthur N rte a. Cif+ fv4ara ar Name and T►tie of Sub-Recipient/subcontractor's Authorized Official Date 31 ATTACHMENT A Program Budget Below is a general budget which outlines eligible categories and their allocation under this award. The Sub, -Recipient is to utilize the 'Program Budget` as a guide for completing the "Budget Detail Worksheet" below. The Equipment category will require Authorized Equipment List (AEL) reference number. The Authorized Equipment List (AEL) is a list of approved equipment types allowed under FEMA's preparedness grant programs. The intended audience of this tool is emergency managers, first responders, and other homeland security professionals. The list consists of 21 equipment categories divided into sub -categories, tertiary categories, and then individual equipment items. The AEL can be found at btl ;www.ferna.goviauthorized-equipment-list. The transfer of funds between the categerre5 listed in the °Program Budget and Scope al Wore Is permiW .1. However, the tranufer of funds between Issues Is strictly probibltecL ✓. a� TaO 'Y`.§, Y .E ? �'"9s'� 'a'�i_`i4 '"a ` �1 � -:. -Vel '..nqr a i s 3 FY 2021 - State Homeland Security Grant Program — Urban Area Security Initiative Issue #45 City of Miami Fire Rescue Award Allocation — issue 45 $14,750,600.01 State Management & Administration withheld 5% $7737,5000.00 Expendable Award Allocation after 5% reduction $14,012,500.00 LETP-Type Activities (25% of award ailocatlon) This amount is not in addition to the remaining award amount but Instead signifies the amount needed to meet the 25% re uiremert. $3.687,500.00 Management and Administration (the dollar amount which corresponds to 4% of the total local agency allocation is shown in the column on the right). H $560,500.00 li Y i�. F N.G, ,"r. i1 S' � F A- .. ..l S �' Y&° 9 f 1- '�^ ;.�C�� fz {. ' fTi". Y0. 1 ds lg yyl ..a 4 1 tl I i} � / x231 - -3 t •{ '#3 a -S -iq al '�0{'� a T .0 yy _..i s vRts�4q wJ �a al Q - v ,� �' 32 BUDGET DETAIL WORKSHEET The Sub -Recipient is required to provide a completed budget detail worksheet, to the Division, which accounts for the total award as described in the "Proposed Program Budget" If any changes need to be made to the "Budget Detail Worksheet", after the execution of this agreement, contact the Grant Manager listed in this agreement via email or letter. gt,Plf{rti i'�,trA - � _ ,, 'N iu=rl Y ", +.. ., .g- . isu • _�_ _�_ __ Qii111ttt�! v< _ _ -.__.___ Unit Cfisl TotaI Cost ____ . _.�... _ . .. . >-..__ lJ g. __I___ 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 ongoing DHS/FEMA national initiatives Developing related terrorism and other catastrophic event revention activities Developing and enhancing plans and protocols Developing or conducting assessments Hiring of full or part-time staff or contractors/consultants to assist with planning activities (not for the purpose of hiring public safety personnel fulfilling traditional public safety duties Cybersecurity - Planning, Training and Exercises (Planning); Line Item 2021-01 1 513,497.00 $73,497,40 t Cybersecurity - Metadata Planner; Line item 2021-01 1 $43,000.00 $43,000.00 COVE - Screening, Search and Detection (LPR Analyst); Line Item 2021-04 1 $62,549.44 $62,549.00 4 Cross Cutting - Planning (PTE to Include Planners and Consultants) 1 $1,508,967.00 $1,508,967.00 E Materials required to conduct planning activities CAVE - Public Information and Warning (C/BPAT); Line item 2021-04 1 $92,326.00 $92,326.4(1 4 Travel/per diem related to planning activities 32A Overtime and backfill costs (in accordance with operational Cost Guidance) Issuance of MITI -compliant Tribal identification cards Activities to achieve planning inclusive of people with disabilities and others with access and functional needs and limited English proficiency Coordination with Citizen Corps Councils for public ' information/education and development of volunteer programs Update governance structures and processes and plans for emergency communications Development, and review and revision of continuity of operations plans Development, and review and revision of the THIRAISPR continuity of operations plans f ' ' TOT i!. PLANNING EXPEN©IT rl.,a,;tit Unit Cost St,750 3 00 f f tart Cost IS # mAflowable Organizational Activities (HSGP and LETP) • Program management Development of whole community partnerships Structures and mechanisms for information sharing between the ublic and ivete sector Implementing models, programs, and workforce enhancement initiatives Tools, resources, and activities that facilitate shared situational awareness between the public and private sectors Operational support ____________L_....7J 32' Utilization of standardized resource management concepts Responding to an increase in the threat level under the National Terrorism Advisory System (NTAS), or needs in resultin from a National Special Security Event Reimbursement for select operational expenses associated with increased security measures at critical infrastructure sites incurred (up to 50 percent of the allocation) ST/CP - Interdiction and Disruption (Operational OT for FEMA approved events; Line item 2021-02 1 $5,000.00 $3,000.00 2 Overtime for information, investigative, and intelligence sharin activities (up to 50 percent of the allocation) Hiring of new staff positions/contractors/consultants for participation in information/intelligence analysis and sharing groups or fusion center activities (up to 50 percent of the allocation) Cybersecurity- Cyber Analysts; Line item 2021-01 1 $290,000.00 $290,000.00 1 3 Intelligence and info Sharing - I & I - Fusion Center Analysts; Line item 2021-03 $57,500.00 $287,500.00 Cost of migrating online services to the ".gov" domain TOTAL ORGANIZATIONAL Allowable Exercise Coss EXPEND! Quantity TuRES Unit Cost $532,50o.o7 Total Cost IJ Jr Design, Develop, Conduct and Evaluate an Exercise Full or Part -Time Staff or Contractors/Consultants - Full or part-time staff may be hired to support 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 CBRNE exercises. The applicant's formal written procurement policy or the Federal Acquisition Regulations (FAR) must be followed. 32C- Cybersecurity Planning, Training and Exercises (Exercises); Line item 2021-01 $300,00G.00 3340,000.4{} 1 Response — Public Health, Healthcare and EMS (Development of Closed POD Exercise and Training Video); Line item 2021-14 1 $75.515.00 $75,515.00 B Overtime and backfill costs -- Overtime and backfill costs, including expenses for part-time and volunteer emergency response personnel participating in FEMA exercises Implementation of HSEEP Activities to achieve exercises inclusive of people with disabilities and others with access and functional needs Travel — Travel costs (i e., airfare, mileage, per diem, hotel, etc.) are allowable as expenses by employees who are on travel status for official business related to the planning and conduct of the exercise project(s). - - Supplies — Supplies are items that are expended or consumed during the course of the planning and conduct of the exercise project(s) (e.g., copying paper, gloves, tape, non -sterile masks, and disposable protective equipment). i lnteroperable communications exercises i Activities to achieve planning inclusive of people with limited English proficiency Unit --- $375 515.00 TOTAL EXERCISE EXPENDITURES Quanta, s Overtime and backfill for emergency preparedness and response personnel attending DHS/FEMA-sponsored and approved training classes 32 Overtime and back,`ill expenses for part-time and volunteer emergency response personnel participating in DHS/FEMA training Training Workshops and Conferences Activities to achieve training inclusive of people with disabilities and others with access and functional needs and limited En fish proficient Full or Part -Time Staff or Contractors/Consultants Cybersecurtty — Planning, Training and Exercises Trainin Line item 2021-01 j $313,293.00 $313,293.00 Travel Supplies are items that are expended or consumed during the course of the planning and conduct of the exercise project(s) (e.g„ copying paper, gloves, tape, non -sterile masks, and disposable protective equipment), Instructor certification? re -certification Coordination with Citizen Corps Councils In conducting training exercises interoperable communications training Activities to achieve training inclusive people with limited English proficiency immigration enforcement training e fig' Q� ';�. ;'4'. 32 Eligible Equipment Acquisition Costs The table below highlights the allowable equipment categories for this award. A comprehensive listing of these allowable equipment categories, and specific equipment eligible under each category, are listed on the web -based version of the Authorized Equipment List (AEL) at that jwwv. fcmQ:.gcy'a- t ±ipment ht. Quantity Unit Cost Total Cost Issue tt Personal protective equipment Emergent Threats — On -Scene Security, Protection end LE Gas Masks); AEL #01AR-02-APR; Line item 2021.05 10 $691.00 $6,910.00 5 Response — On -Scene Security, Protection and LE (Ballistic Protection); AEL #OILE-01-HLMT, 01LE-01-ARMR, 01LE-01- SHLD)Line item 2021.13 1 $226,218.00 $226,218.00 8 Explosive device mitigation and remediation equipment Emergent Threats — Interdiction and Disruption (Bomb Suits/Bomb Robots); AEL #02PE-01-BSUT and 02EX-02•RBTL; Line Item 2021-05 1 $135,000.00 $135,000.00 5 CPRNE operational search and rescue equipment Cybersecurity — Analysts' Equipment, AEL #05H5-00-MALW, 03HS-00-PPWL; 05HS-00-FRNS; 04HW-01-INHW and 190N-00- BGPK; Line item 2021-01 2 $5.000.00 $10,000.00 1 CDVE — Screening, Search and Detection (Regional LPR Initiatives); AEL #030E-01-ALPR, 04AP-02-AVLS, 131T- 00-INTL,I3LE-00-SURV, 21GN-00-INST, 21GN-00-CNST and 21GN-00-SHIP; Line item 2021-04 1 $837,438.00 $837,448.00 4 Emergent Threats - On -Scene Security, Protection and LE NVG ; AEL #030E-02-TILA; Line item 2021.05 1 $34,325,00 $34,325.00 5 Response - Mass Search and Rescue (TRT Enhancements, Tablets, Thermal Imaging Cameras); AEL #030E-01-CTAC, 030E-02-TILA, 01AR-01-SAR, 041-1W-01-INHVY, 21GN-00-SHIP; Line Item 2021.12 1 $184,412.00 $184,412.00 8 Response - On -Scene Security, Protection and LE (NVG and Lighting); AEL #030E-02-TILA, 030E-LTPA; Line item 2021-13 1 $485,800.00 $486,800.00 8 Information technology ST/CP — Intelligence and Information Sharing (Video Walls and Covert Surveillance Technology); AEL #04HW-01-INHW, 04M0- 01-VCAM, 04SW-04-NETW, 04SW-05-SCAD, 04M0-03-DISP, 12TR-02-TEQP, 030E-02-ROVL, 131T-00-INTL, 21GN-00-INST and 21GN-00-OCEQ); Line item 2021-02 I $995,341.00 $995,341.00 2 Intelligence and Info Sharing - I & I - (RTCC EnhancementNideo Display); AEL #04MD-01-DISP, 21GN-00-INST; Line item 2021-03 1 $29,930.00 $29,930.00 3 32 5 COVE - Planning {VIR Counter Terrorism Training System); AEL #04AP-08-SiMS; Line item 2021.04 1 $178,000,00 $178,000:00 4 Cross Cutting - Operational Coordination (WebEOC); 04AP-06-COSS, 04AP-03-GiSS, 04SW-04-NETW, 04AP- 02-AVLS 1 $265,000.00 $255,000.00 6 {,/�{ .�y1 q� .fly.-�yj�,Lr� �5,y.f , •. !_'��,e �niaa m t,eciulpr�,.ent h . . ��"� k , :� t , . .. t .... a . , _ ;;ii1teres mile on')mm u0ic?tIQtls e4.t?lo. er't °., .. - ".. i ` . ',.. ,::., '-_'...• Emergent 'Threats - Operational Communications (Microwave Downlink); AEL #06CP-03-MWAV, Line item 2021.06 1 $2$1,000.00 $291,000.00 6 Response -- Operational Communications (Repeaters, Radios, Sat phoneslradlas, Cellular Coms Kits, Overlay); AEL 1006CP- 01-BASE, 06CP-02-BROG, 06CC-03-SATMM, OOCP-01 -PORT, 0$CC-02-DSAD, 21 ON-00-TRNO, O6CP-01-PORT, OOCP-01- REPT, 06CC-03-SATE, 030E-01-CTAC; Line item 2021-15. 1 8703,484.00 $703,484.00 9 ...00,1 T':51, M r. ,. ,?i,•! .i y ''F WI': Sf""i�gU/CV:ilc .`i. � 'CS r . _ t < --\ . ,:t, tii :' ... � f�, 1. 4. 1 ; Emergent Threats - Screening, Search and Detection (Hazmat Detectors, Monitors, Meters); AEL #07CD-01-DPMG, 07ED-01- IMOB, 077,2-00-NCBR, 07RD-02-PRDA, 07CD-01-DPGC, 07CS- 01-KAVC, 07CS-01-i<LCS and 16SC-00-PMON; Line item 2021. 05 'f $368,735.00 $358,735,00 6 ya °)1!iedl `:'ppLta.,d S 4.fly r J f r i- ,, ¢ .. �,�5 ��/�, ��,,��y,;; tt y 4 SG` :, "Y r�R d s)I i? C rP'fY�eOfOr PaY:eP C l�$) -& L_ i .. y - ., ,, .1' , f` t • r r :,A.; r + v 1. r , �v , , Response - Logistics and Supply Chain Management (Oeneratora, Power Cells, Shelter); AEL #108C-00-SOLR, LOGE-Oa-GENR and 1953-00-SNEL; Line Item 2021.11 1 $433,363.00 $433,365.00 8 :QBNFt0fBrg lai>rials �, _ ' :61V0401.4' f 2�?Ff1 .q+rY..J`^i l#F •T 1 Ir n T , ... .: y 1. Emergent Threats - Critical Transportation (MCI 9us1MTU); AEL #12VE-00-ABUS; Line item 2021.05 1 ;683,861.00 $583,961.00 6 Emergent Threats - Environmental Response, Health and Safety (Hazmat Trailer/Equipment); AEL 0127R-00-TEQP, 01C13 -04-I NSM, 01C$-+02-ENSM, 01 VT-02-FTWR, OIVT-02• GARM, 011/7-02-GLOV, 012A -04 -HEAR, 07013-01-DPGC, 012A- 02-FTWC, 07CD-04-DCSO, 01$P-02-FTWR, 07CD-01-DPFI, 0 tSP-02-GLOV, 07CD-01-DPPI, 01AR-02-APR, 01AR-02-APRC, O4AP-02.OAPT, 07CD-01-KLSV, 01AR-0I-SCBT, 0802.01- WWCD, 030E.02 TILA, 08D2-02-EDCS, 0802.03-TDEW,19GN- 00 -COMP, 0802-04-SOLN,11Ri-00-RFCB, O7RD-02-HHSM and 030E-03-CACS; Line item 2021.05 1 $114,133,00 $114,133.00 5 32ar Response - Critical Transportation; AEL 12VE-00-MISS; Line Item 2021.10 4 1 I $760,121.00 $760,121.00 8 �; ::�. ie trtetiotnent Intelligence and Info Sharing - I & I -- (Forensic Video Covert Streaming Systems); AEL 1131-E-00-SURV, 04NRD-03-DISP, 041.9W-01-INIiW and 10CIE-00-GENR; Line Item 2021.03 1 $134,058,40 $134,058.00 3 .4 :6 1Ft .106, a4 de l liii c*iiieffi N ff t �k=, ),, ,'A ..-. }..:w.A� . .[ , -,., %i". k . f Y '. ,, •' t Cybersecurltyi (COOP Protects), AEL #14C1 -01 -COOP, Line Item 2021-01 1 $77,000.00 $77,000,00 1 ST/CP (Access Control to include Election Security); AEL #148W-01.PACS and 2144.00.4NST, Line item 2021.02 1 $250,000,00 $250,000.00 2 STICP (Physical Protective Measures -CCTV, Bollards); AE.. #148W-01-VIDA, 14SW-0f WALL, 210N-00-INST, 04MD-03- D1SP, 21©W -00 -MAIN, 04HW-01 d1.411W) 1 $1,369,124.00 $1,369,124.40 2 Intelligence and info Sharing -- interdiction and Disruption (Regional Maritime Radar Project); AEL #14SW-01-RADR; Line Item 2021-03 1 $330,000.00 $330,000.00 3 Response - Communications (Backup Ethernet); AEL 44SW- 01 -COOP; Line item 2021-18 1 $20,000.00 1 $20,000.00 9 `--- Crisp t�tloi and SCreei ln9,Sys#en'is . : '' ; .. .. Anlnial Care -anti Forelgn'1�iri al Disease .. •. trait . twat h� K # 1 ; A s:,. ,, rr[ y ,.„..4. ,, , Response - Mass Search and Rescue (Fireboat), AEL #17WC- 00-BOAT, 21f N-00 TRI4G; Line item 2021-12 a 1 $173,765.00 $173,755.00 8 CBRNE Prevention'and R.esppnse Unmanned:Aircralt •.•. Ck3RNE Aviation Equipment . C,kt C 1 __. -.. is . !,,� ' S,____� . f .,3 v Y. .....+i . . ^•.1... . ... -.. .. .. • ;'::, ;.. .. -. ,. ... ? - "47 ' '. '',%'_ - f ' . . c "l Y e ti I 6 Y € t 0: Critical'emergertcy supplies ',',,,, 6(:',1,400'77-.: t '47 -, toc1r rl> y: fi thin pr rnt ovatlon:4OAta this Written eppro+ra 40,ii be , to"+t ed;1) �? .; . �. v . En��itioi�,(ktl5s upsa�f�r'�'"��.s9s�fer:r�7istn��ai:�r>renb"�ratbn3 -1 '. t intelligence and Information Sharing -1 & I - Fuaion Center 1 Operations; AEL#21GN-00.0CE©; 04HW-01-INHW; 13IT-00- INTL, 131T-00-ALRT; Line item 2021-03 1 $270,000.00 $270,000.00 3 32 14 I -Cross Cutting - Operational Coordination (EOC Enhancements); AEI. #21GN-00-OCEQ, 06CP-05-VCON, 06CP- a1 -PORT, 04MD-03-DISP, 04HW-01-HlICD O5PM-00-PTCH, 06CC-03-SATP, 06CC-03-SATE, 06CC-04-SAPS, 06CC-01- CELL, 14SW-01-PACS, 14C1 -00 -COOP, 21GN-00-iNST, 04HW- 01-CABL, 04HW-01-INHW and 21GN-00-INST; Line item 2021- 07 1 $505,600.00 1 $505,600.00 ____1 6 Mitigation -Community Resilience fCitizenCarp/CERT); AEL #21GN-00-CCEQ, 04AP•06-SIMS, 06CP-0I-PORT; Line item 2021-08 1 3497,893.00 $497,893.00 7 Mitigation - Long Term Vulnerability Reduction (MaintenanceilSustalnment of Equipment); AEL #2IGN-00- MAIN; Line item 2021.09 1 5148,750.00 I $148,750.00 7 TOTAL EQUIPMENT 1 Hiring of full-time or part-time staff or contractors/consultants' to assist with the management of the respective grant program; application requirements, and compliance with reporting and data collection requirements EXPENDITURES $10,400,353.00 M&A Salary Personnel, Line item 2021-11 1 $510,500.00 $510,600.00 Development of operating plans for information collection and processing necessary to respond to DHS/FEMA data calls Overtime and backfill costs - Overtime expenses are defined as the result of personnel who worked over and above 40 hours of weekly work time in the performance of FEMA - approved activities within the scope of this grant. Backfill Costs also called "Overtime as Backfill" are defined as expenses from the result of personnel who are working overtime in order to perform the duties of other personnel who are temporarily assigned to FEMA - approved activities outside their core responsibilities. Neither overtime nor backfill expenses are the result of an increase of Full - Time Equivalent (FTEs) employees. Travel expenses M&A Travel, Line item 2021-17 1 _ $20,000.00 $20,000.00 Meeting -related expenses 32 1 Authorized office equipment: including personal computers, laptop computers, printers. LCD projectors, and other equipment or software which may be required to support the in lementation of the homeland security strattggy 7 ' Office Supplies, Line Item 202'1-17 I $20,000.00 $20,000.00 The following are allowable only within the agreement period'. Recurring fees/charges associated with certain equipment, such as cell phones, faxes. Leasing and/or renting of space for newly hired personnel to administerprograrns within the grant program. Recurring Expenses, Lino item 2021.17 .# '} l Az e A TOTAL 1 AWARD EXPENDITURES 310,oco,00 .0 - $io,0o0.G0 ` ., SJM r $14,012,500 32 ATTACHMENT i3 SCOPE OF WORK Sub-Relpients mutt co,npiy with ail the requirer, eats in 2 C.F.R. Part 200 tUniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards). Funding is provided to perform eligible activities as identified in the Domestic Homeland Security -- Federal Emergency Management Agency National Preparedness Directorate Fiscal Year 2021 Homelend 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: !, Issue and Project Description — Issue 45: The Urban Area Security initiative (UASI) has allowable Manager ant end Administration (M&A) costs associated with it. The Diviaign of Emergency Management, as the designated State Administrative Agency, will retain five (5) percent of the total UASI amount allocated to Florida for M&A purposes. These funds will provide the SRA with the.means to manage and administer the UASI grant. The proper management and administration of these funds ensures that each project listed will be fulfilled, or partially fulfilled, more efficiently While remaining In conipllancewith the OHS Federal Fiscal Year 2021 Homeland Security Grant Program Cauldance. IL Cstegarias and Eligible Activities FY 2021 allowable costs are divided into the following categories for this agreement: Planning, Organizational, Exercise, Training, Equipment and Management and Administration. Each category's allowable costs have been listed in the "Budget Detail Woricsheet° above. A. Allowable Planning Related:. Costa HSGP funds may be used for a range of emergency preparedness and, management planning activities such as those associated with the development, review, and revision of the-THIRA, SIR, continuity of operations plans, and other ptanning activities that support the Goal and placing an emphasis on updating and maintaining a current EOP that conforms to the guidelines outlined in CPG W7rt2.0. G 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 piens end protocols; • Developing or conducting assessments; • Hiring of MI -or part»time staff or contract/consultants to assist with planning activities (net for the purpose of hiring public: safety personnel fulfilling traditional public safety duties); • Materials required to conduct planning activities; • Travel/per (Item related to planning activities; • Overtime and backfth costs (in accordance with operational Cost Guidance); • Issuance of ‘611/111I -compliant Tribal identification card; • Activltles to achieve planning Inclusive of people with disabilities and others with access and functional needs; • Coordination with Citizen Corps Councils for public information/education and development of volunteer programs; • Update governance structures and processes and plans for emergency communications; • Development, anti review and revtsion of continuity of operations, plans, • Development, and review and revision of the THIRA/SPR continuity of operations plans; and • Activities to achieve planning inclusive of people with limited English proficiency. 35 B. Allowable Organization Rotated Coats (HSGP and UASI Only) Sub-Reclplents proposed exnendltures of SHSP or UASI funds to support organization 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 sector; • Implementing models, programs, and workforce enhancement initiatives to address ideologically inspired radicalization to vloience In the homeland; • Tools, resources, and activities that facilitate shared situational awareness between the pubfo and private secto.s. • Operational Suoport; • Utilization of standardized resource management 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 loveunder the National Terrorism Advisory System (NTAS) or needs resulting from a National Special Security Event; • Migrating online services to the ".gov" Internet domain; and • Paying salaries and benefits for personnel to serge as qualified Intelligence Analysts. Par the Personnel Reimbursement far Intelligence Cooperation and Enhancement (PRICE) of Homeland Security Act, Pub. L. No. 110412, §2, codified In relevant part, as amended, at 6 U.S.C. § 609(a), HSGP end UASI funds may be used to hire new staff and/or contractor positions to serve as ,nteliigerzce analysts to enable information/intelligence sharing capabilities, as well as support existing intelligence analysts previously covered by HSGP or UASI funding. See 6 U.S.C. § 609(a). To be hired as an Intelligence analyst, staff and/or contractor personnel must meet at least ore of the following criteria: • Complete training to ensure baseline proficiency in Intelligence analysis and production within six months of b®,ng hired; and/or, • Previously served as an intelligence analyst for a minimum of two years either in a federal Intelligence agency, the rnl'itary or state and/or coal law enforcement intelligence unit. Intelligence Analyst Activities Allowable Coats (I4SGP and UASI) At fusion center analytical personnel must demonstrate qualifications that meet or exceed competencies ldentttled in too Common Competencies for state, local, end tribal Intelligence Analysts, which outlines the minimum categories of training reacted for Intelligence analysts. A certificate of completion of such training must be on file with the SAA. States and Urban Areas must justify proposed expenditures of HSGP or UAS1 funds to support organization activities within their IJ submission All SAAB are allowed to utilize up to 50 percent (ail%) of their HSGP funding and all Urban Areas are allowed up to 50 percent (50%) of their UASI funding for personnel costs. At the request of a Sub -Recipient of a grant the FEMA Adrministrator may grant a waiver of the 50 percent (a0°,) limitation noted above. Request for waivers to the personnel cap must be submitted by the SAA to GPD in writing on official letterhead, with the follorwirg Information: • Documentation explaining w^y the cap should be waived • Conditions under which the request Is being submitted; and • A budget and method of calculation of personnel costs both in percentages of the grant award and in total doter amount, To avoid supplanting issues, the request must also include a three- year stafng history for the requesting entity. Law Enforcement Terrorism Prevention (LETP) Activities Allowable Costs (HSGP and 11ASI) 39 LETP Activities eligible for use of LETPA focused funds include but are not limited to: • Maturation and enhancement of designated state and major Urban Area fusion centers. Including Information ahar'ng and analysis, threat reccgnition, terrorist interdiction, and training/ hiring of intelligence analysts; • Coordination between fusion centers and other analytical and investigative efforts including, but not limited to Joint Terrorism Task Forces (JTIFs), Field Intelligence Groups (FIGs), High Intensity Drug Trafficking Areas (HIDTAs), Regional information Sharing Systems (MSS) Centers. criminal Intelligence units, real-time crime analysis centers and DHS intei!igence, operational, analytic, and investigative entities; • Implementation and maintenance of the Nationwide SAR Initiative, Including training for front line personnel on identifying and reporting suspicious act!vltfes_ tips/leads, and online/social media -based threats, as well as the execution and r7aragement of threat assessment programs to Identify, evaluate, and ana'yze indicators and behaviors Indicative of terrorism, targeted violence, threats to life, and other criminal activity; • Management and operation of activities that support the execution of the intelligence process and fusion centers, including but not limited to; Fusion Liaison Officer (FLO) programs, security programs to protect the facility, personnel, and information, are the protection of privacy, civil rights, and civil liberties. • implementation of the "If You See Something, Say Something" campaign to raise public awareness of indicators of terrorism and terrorism -related crime and associated efforts to increase the sharing of Information with public and private sectcr partners, Ircluding nonprofit organizations. Note: DieS requires that all public and private sector partners wanting to implement and/or expand the DHS If You See Something, Say Something®" campaign using grant funds work directly with the DHS Office of Partnership and Engagement (OPE) to ensure ail public awareness materials (e.g., videos, posters, tri-folds, etc.) are consistent with the DHS's messaging and strategy for the campaign and compliant with the initiative's trademark, which is licensed to OHS by the New York Metropolitan Transportation Authority. Ccord'.naticn with OPE, through the Campaign's Office (seesay@hq.dhs.gove must be facilitated by FEMA. • Increase physical security, through law enforcement personnel and other protective measures, by implementirg preventive and protective measures at critical infrastructure site or at -risk nonprofit organizations, • Building and sustaining preventive radiological snd nuclear detection capabilities, including those developed through the Securing the Cities initiative; and • Integration and Interoperability of systems and data, suci7 as computer aided dispatch (CAD) end record management systems (RMS), to facilitate the collection, evaluation, and assessment of suspicious activity reports, tips/leads, and onlinelsociai media -based threats. Organizational activities under I-ISOP and LIASI include: Operational Overtime Costs, In support of efforts to enhance capabilities for detecting, deterring, disrupting, and preventing acts of terrorism and other catastrophic events, operational overtime coats are alleviabie for increased protective security measures at critical Infrastructure sites or other high-rlsk locations and to enhance public safety during mass gatherings and high -profile events In that regard. HSGP Sub -Recipients are urged to consider using grant funding to support soft target preparedness activities. HSGP or UASI funds may be used to support select operational expenses associated with increased security measures in the authorized categories cited below: • Sackflll and overtime expenses for staffing State or Major Urban Area fusion centers; • Hiring of contracted security for critical infrastructure sites; • Participation In Regional Resiilency Assessment Program (RRAPr activities; • Public safety overtime: 40 • Title 32 or State Active Duty Nattena( G.;ard deployments to Votect critical infrastructure sited, including all resources that are part cf the standard National Guard deployment package (Note Consumable costs, such as fuel expenses, are not allc'wed except as part of the standard National Guard deployment package): • Increased boron( security activities In coordination with CBP, • National Terrorism Advisory System; • Designated National Security Events; • Special Event Assessment Rating (SEAR) Level 1 through 4 Events • States of Emergency; • National Critical Infrastructure Prior'tization Program (NCIPP) • Directed Transit Patrols; and • Operational Support to a Federal Agency. Operational Overtime Requests: • Except for Sr elevated NTAS alert, HSGP or UASI funds may only be spent for operational overtime costs upon prior written approval lay FEMA. The SAA must submit operational overtime requests in writing to its assigeee FEMA Program Analyst (PA). FEMA will consider requests for seeder event activities up to one year in advance. However, such requests must be within the award's current period of performance Arlo must not result in the need for a request to extend the period of perfcrmance. • All operational overtime requests must clearly expiate how the request meets the criteria of one or more of the categories listed above. Requests crust address the threat environment as it relates to the event or activity requiring operational overtime support and explain now the overFirre activity is responsive to the threat. • Post -event operational overtime requests wit oniy be considered on a case -by -case basis, where It is demonstrated that exigent circumstances prevented submission of a request in advance of the event or activity. • Under no circumstances may DHSIF'EMA grant funding be used to pay for costs already supported by funding from another federal source. • States with UASI jurisdictions can use funds retained at the state levet to reimburse eligible operational overtime expenses incurred by the state (per the above guidance I'mitations). Any UASI funds retained by the state must be used ir direct support of the high -risk urban area. States must prcvido documentation to the UAWG and DHS/FEMA upon request demonstrating how any UASI funds retained by a state would directly support the high -rick urban area. • FEMA will consult and coordinate with appropriate DHS components as necessary to verify Information used to support operational overtime requests. Personnel Costs HSGP and UASI) dersornal hiring, overtime, and backfill expenses are permitted under this grant to perform ai owalrie HSGP planning, training, exercise, and equipment activities. Personnel 'nay include but are not Ilniitea to training and exercise coordinators, program managers for activities directly associated With HSGP and UASI funded activities, intefi gene analysts, and Statewide Interoporability coordinators (SWIG): Sub -Recipients shod; refer to Information Bulletin No. 421b, Clarification on the Personnei Reimbursement for Intelligence Cooperation and Enhancement of Homeland Security Act of 2006 (Puhhiic Law 110-412 —the PRiCE Act), October 30, 2010. HSOP funds may not be used to supocrt the hiring of any personnel to fulfil traditional public health and safety duties nor to supplant traditional public ''realth and safety positions and responsibilities, The following definitions apply to personnel costs: • Hiring. State end local entities may use grant funding to cover the salary of newly *ad personnel who are exclusively underrtaitirg a'ilotiva}aie DHSiPEMA grant activities as specified 41 in this guidance. This may not include new parsonrel who ere hired to fulfill any non- DHS/FEMA program activities under any circumstances. Hiring will always result in a net increase of Full Time Equivalent (FTE) employees. • Overtime. These expenses are limited to the additional costs that result from personrei working over and above 40 hours of weekly work time as the direct result of thee performance of DHS/FEMA-approved activities specified in this guidance. Overtime associated with any other activity is not ell ble. • Backftll-Related Overtime, Also called "Overtime as 13acisfili,° these expenses are limited to overtime costs that result from personnel who are working overtime (as identified above) to perform the duties of other personnel who are temporarily assigned to Ohio/FEMA-approved activities outside their core responsibitilies. Neither overtime nor bacicfill expenses are the result of an ircrease.of FTE employees. • Supplanting. Grant funds will be used to supplement existing funds and will not replace (supplant) funds that have been appropriated for the same purpose. Applicants or recipients may be required to supply documentation certifying that a reduction in non-federal resources occurred for reasons other than the receipt or expected receipt of federal funds. Organization (OPSG) Personnel Costs: OPSG funds may be used for domestic travel and per diem, including costs associated Men the deployment/redeployment of personnel to border areas and for travel associated with law enforcement entities assisting other local jurisdictfors in law enforcement activities (travel costs must be in accordance with applicable travel regulatlens). Up to 50 percent of an OPSG award may be used to pay for all personnel costs (only to the extent that such expenses are for the allowable activities within the scope of the grant). At the request of a recipient or Sub -Recipient, the FEMA Administrator (or designee) may waive the 50 percent personnel cap. Waiver decisions are at the discretion of the FEMA Administrator and will he considered on a case -by - case basis, Further, changes in scope or objective also require FENIA's prior written approval pursuant to 2 C.F.R. § 200.308(e)(1)(i), A formal DPSG personnel waiver request should: • Be on official letterhead, Irclude a written justification, and be signed by the local jurisdiction. • Include a budget and method of calculation of personnel costs both in the percentage of the grant award and in total dollar amount, reflecting the charge in scope or objective to the project. • Include an approved Operations Order from the USBP Sector office that supports the local jurisdiction's written justification. • Be ccordir,ated with the USBP Sector, SAA, and the ©HS/CBP Office of the Border Patrol (OSP). As with all OPSG personnel costs, OPSG grant funds will be used to supplement existing fends and wilt not replace (supplant) funds that have been appropriated for the same purpose. Applicants or recipients may be required to supply documentation certifying that a reduction In non-federal resources occurred for reasons other than the receipt or expected receipt of federal funds, Operational Overtime Costs. OPSG funds should be used for operational overtime coats associated with law enforcement activities in support of border law enforcement agencies for' increased border security enhancement, Overtime pay is for enhanced patrol for certified public safety officers, along limited support for other law enforcement direct support personnel (e.g„ Communication Officers/Dispatchers, non -sworn patrol pilots, etc.). Overtime shall be reimbursed consistent with the note federal entity's overtime policy and the requirements as stated below: • Overtime is time worked that exceeds the required number of hours during an employee's designated shift. • Overtime must be worked to Increase patrol capacity and be in support of identified and approved USBP border security operations. 42 • The OPSG overtime hourly rate of pay will be no more than the approved overtime rate per local law and policy and must be in accordance with applicable State and Federal regulations. • All overtime expanses under OPSG must be reasonable for the services rendered and conform to the non-federal entity's established written policy, which must apply to both federally funded and non -federally funded activities and comply with the other applicable requirements under 2 G.F.R. §§200.4e0-200,431 • The non-federal entity may not utilize OPSG funding to pay for an employee's overtime hours or pay that exceeds 16 hours worked in any 24 -hour period. Temporary or Term Appointments s Sub -Recipients may utilize temporary or term appointments to augment the law enforcement presence on the borders. However, applying funds toward hiring full-time or permanent sworn public safety officers is unallowable. • OPSG-funded temporary or term appointments may not exceed the approved period of performence,. • For OPSG purposes, temporary appointments are non -status appointments for less than one year. • For OPSG purposes, term appointments are non -status appointments for one year, extendable for orte year as necessary. • OPSG funding for temporary or term appointments may pay for salary only. elenefits are not allowable expenses for term or temporary employees. a OPSG remains a non -hiring program, Appropriate uses of temporary or term appointments include: To carry out specific enforcement operations work for ongoing OPSG-funded patrols ttuoughoet the Sector Area of Operation; • To staff operations of limited duration; such as OPSG-enhanced enforcement patrols targeting specific locations or criminal activity; and, • To ftR OPSG positions In activities undergoing transition or personnel shortages and local haokfiit policies (medical/military.depioymentsl. • OPSG term end temporary appointments must have all necessary certifications and training to enforce state and local laws. OPSG funds will not be used to train or certify term or temporary appointments except as otherwise stated in the OPSG section of the Preparedness Grants Manual and the HSGP NOFO. • In addition to these terms Sub -Recipients must follow their own applicable policies and procedures regarding temporary or term appointments. Unallowable Costs (OPSG) OPSG unallowable costs include costs associated with evidence collection, arrest processing, prosecution, and Traffic/DUI checkpoints, such as evidence documentation cameras, fingerprinting supplies, alcohol breathalyzers, portable wort fights, traffic barricades, and similar law enforcement expenses. Additional unailewable costs also include costs associated with staffing and general IT computing equipment and hardware, such as personal computers, faxes, copy machines, modems, etc. OPSO Is not intended as a hiring program. Therefore, applying funds toward hiring full-time or permanent sworn public safety officers is unallowable. OPSG funding shall not be used to suppiarit inherent routine patrols and law enforcement operations or activities not directly related to providing enhanced coordination between local and federal.raw enforcement agencies. Finally, construction andlor renovation costs, and exercise expenses are prohibited under OPSG. C. Allowable Exercise Related Costs Exercises conducted with grant funding should be managed and conducted consistent with HSEEP, HSEEP guidance for exercise design, development, conduct, evaluation, and improvement planning is located at lit Parrza.aci lomergency-tuena!rersdrafiovel-p rvreui re.gexQrclsesfiseat). 43 • Design, Develop, Conduct, and Evaluate an Exercise • Full or part-time staff or contrectorslconeeltants • Exercise Planning Workshop • Fule or part-time staff or contractors/consultants • Overtime and backfi!l costs, including expenses for part-tirne acrd volunteer emergency response personnel participating In DHS)FEMA exercise • Implementation of HSEEP • Activities to achieve exercises inclusive of people with disabilities and others with access and functional needs • Travel • Supplies associated with allowable approved exercises • intercperable communications exercises Additional Exercise information Sub-Recioients that decide to use HSGP funds to conduct an exercises) are encouraged to complete a progressive exercise series. Exercises conducted by states and nigh risked urban areas may be used to fulfill similar exercise requirements required by other grant programs, Sub -Recipients are encouraged to Invite representativesipianners involved with other Federally mandated or private exercise activities. States and high risked urban areas are encouraged to share, at a minimum, the multi -year training and exercise schedule with those departments, agencies, and organizations included in the plan. • Validating Capabilities. Exercises examine and validate capabilities -based planning across the Prevention, Protection, Mitigation, Response, and Recovery mission areas. The extensive engagement of the whole community, including but not limited to examining the needs and requirements for individuals with disabilities, individuals with limited English proficiency, and others with access and functional needs, is essential to the development of an effective and comprehensive exercise program. Exercises are designed to be progressive —Increasing in scope and complexity and drawing upon results and outcomes from prior exercises and real - world incidents to challenge participating communities. Consistent with Homeland Security Exercise and Evaluation Program guidance and tools, the National Exercise Program (NEP) serves as the principal exercise mechanism for examining national preparedness and measuring readiness. Exercises should align with priorities and capabilities identified in a multi -year T1=P, • Special Event Planning. If a state or Urban Area will be hosting a special event (e.g., Super Bowl, 0-8 Summit), the special event planning should be considered es a training or exercise activity for the purpose of the multi -year TEP. States must include all confirmed or planned special events in the Multi -year TEP. The state or Urban Ares may plan to use HSGP or LAS' funding to finance training and exercise activities in preparation for those events. States and Urban Areas should also consider exercises at major venues (e.g , arenas, convention centers) that focus on evacuations, communications, and command and control. • Regional Exercises, States should also anticipate particioating in at feast one Reg'onal Exercise annually. States must include all confirmed or planned specie; events in the Multi- year TEP. • Role of Non -Governmental Entitles in Exercises. Non -governmental participation in all levels of exercises is strongly encouraged. Leaders from non -governmental entities should be included In the pllanning, 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 entitles, defined as the private sector and private non-profit, faitr+,-based, community, participation in exercises shouicl be coordinated with the'ocel Citizen Corps Councils) or their equivalent and other partner agencies,. FDCM 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, + 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-Raciplent must provide the Division with ail receipts that document the costs incurred by the Sub -Recipient in order to attend the exercise, • in order the receive payment for successfully conducting an authorized exercise, the Sub - Recipient must provide the Division with an ExPLAN, AARiIP, 1PC/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 ocsts 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 page(s) from the Exercise Plea which identifies the participant agencies and a printed page(s) from the State (arid County or Regional) MYTEP reflecting the exercise. • If you require food/water for this event, request must come to the Division within 25 days prior to the event, in the following format: Exercise Title: Location: Exercise Date: Exercise Schedule: Estimated Number of Participar.ts that will its fed: Estimated Cost for food/Water: Description, of the Exercise: O. Allowable Training. Related Costs (SN-IGP and UAW) Allowable training -related costs under HSGP include the establishment, support, conduct, and attendance of training specifically Identified under the HSGP end 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/ile or other assessments (e.g,, National Emergency Communications Plan NECP Goal Assessments) and contribute to building a capeolilty that will be evaluated through a formai exercise, Any training or training gaps, including those for children, older adults, pregnant women, and individuals with disabilities and others who also have access or functional needs, should be identified in the AAR/IP and addressed in the state or Urban Area training cycle, Sue -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 (ADDIE) model of instructional design • Overtime and backtill for emergency preparedness and response personnel attending DHSiFEMA-sponsored and approved training classes • Overtime and backfili expenses for part-time and volunteer emergency response personnel participating in DHS/FEMA training • Training workshops and conferences • Activities to achieve training inclusive of people with disabilities and others wdn access and functional needs and limited English proficiency 45 • 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 projects) • Instructor certification/re-certlficetlon • Coordination with Citizen Corps Councils in conducting training exercises • lnteroperable communications training • Activities to achieve planning inclusive of people with limited English proficiency • Immigration enforcement training Additional Training Information Per DHS/FEMA Grant Programs Directorate Policy all/ Review and Approval Requirements for Training Courses Funded Through Preparedness Grants, issued on July 19, 2018, states, territories, Tribal entities and high -risk urban areas are no longer required to request approval from FEMA far personnel to attend non -OHS FEMA training as long as the training is coordinated with and approved by the state, territory, Tribal or high -risk urban area Training Point of Contact (TPOC) and falls within the FEMA mission scope and the. rurisdiction's Emergency Operations Plan (EOP), The only exception to this policy is for Countering Violent Extremism courses. DHSJFEMA will conduct periodic reviews of all state, territory, and Urban Area training funded by DHS!FEMA. These reviews may include requests for ail course materials end 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 expanded 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 NTEi7 Responder Training Oaveluprrteiif Center (RTDC) website. DHS/FEM4 Provided Training. These trainings include programs or courses developed for end delivered by institutions and organizations funded by DHS/FEMA. This includes the Center for Domestic Preparedness (COP), the Emergency Management Institute (EMI), and the National Training and Education Division's (NTED) Training Partner Programs (TPP), TPP includes the Center for Homeland Defense and Security, National Domestic Preparedness Consortium (NDPC), Rural Domestic Preparedness Consortium (RDPC), and training partners through the Continuing Training Grants program. Approved State and Federal Sponsored Course Catalogue, This catalogue lists state and Federal sponsored courses that fail within the OHS/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 weerefir tresoondertraining. ov. Training Not Provided by DfS/FEMA. These trainings include courses that are either state sponsored or Federal sponsored (non-DHS/FEMA), coordinated and approved by the SAA or their designated TPOC, and rail within the DetSJFEMA 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 caursas are developed for and/or delivered by institutions or organizations other than Federal entities 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, and recover from acts 46 of terrorism or catastrophic events. in addition, State&, territories, Tribes, and Urban Areas are encouraged to incorporate the private sector in government -sponsored training and exercises, Additional information. on both DHS/FEMA provided training and other federal and so=te training can be found at wwvY,Firstrespondertraining.ttoe. Training Information Reporting System ("Web -Forms"). Web -Forms is an electronic Reen/data management system built to assist the SAA and Its designated State, territory and Tribal Training Point of Contact (TPOC). Reporting training activities through Web -Forms is not required under FY 2021 HSGP, however, the system remains available and can be accessed through the FEMA ToolkIt located at pftpt{:I/ r+ vaflfetresoendertrai insegovi€rt/ in order to support grantees in their own tracking of training deliveries. 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 ail receipts that document the casts incurred by the Sub -Recipient in order to conduct the course." • For courses that are non -OHS 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 workshops, 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. E. Allowable Equipment Related Costa (SHGP and LIAS1) The 21 allowable prevention, protection, mitigation, response, and recovery equipment categories for HSGP era listed on tee Authorized Equipment List (AEL). The AEL. is available at htts+s://www.feme.gov/authorized-equipment-fiat. Some equipment Items require prior approval from DI-iS/FEMA before obligation or purchase of the items. Please reference the grant notes for each equipment item to ensure prior approval is not required or to ensure prior approval Is obtained if necessary, Unless otherertse stated, ail equipment must meet all mandatory regulatory and/or DHSIFEMA-adopted standards to be eligible for purchase using these funds; In addition, recipients will be responsible for obtaining and maintaining all necessary certifications and licenses for the requested equipment. 47 Grant funds may be used for the procurement of med eel countermeasures. Procurement of medical countermeasures must be conducted in collaboration with State/city/local heath departments who administer Federal funds from NHS for this purpose. Prccuresent must have a sound ti seat -based ;uatificatIon with en aim to reduce the consequences of mass casualty incidents during the first crucial hours of a response. Prior to procuring nharrnaceutihcais, grantees must have in place an inventory management plan to avoid large periodic ,darieticns in euppiles due to coinciding purchase and expiration dates. Grantees are encouraged to enter into rotational procurement agreements with vendors and distributors. Purchases of pharmaceuticals must Include a budget fcr the d sposel cf expired huge within each fiscal year's peiicd of performers e for HSGP The cost of disposal cannot be carried over to another FEMA grant or grant period. Tee equipment, goods, and supplies ("the eligibie equipmerr.t") purchased with funds provided under this agreement are for the purposes specified in "Florida's Domestic Security Strategy'. Equipment purchased with these funds will be utilized In the event of emergencies, reelecting, but rot limited to, terrorism -related hazards. The Sub -Recipient shal' place the equipment throughout the State of Florida ie such a manner that, in the event pf an emergency, the equipment can be deployed on the scene of the emergency or be available for use at a fixed location within' two (2) hours of a request for said deployment, The Florida Division of Eme gercy Management (FDEM) must approve any purchases of equipment not itemized in a project's approved budget in advance of the purchase. The Sub -Recipient will. In accordance with the statewide mutual aid agreement or other emergency response purpose as spec!freo in. the "Florida Domestic Security Strategy," ensure that all equipment purchased wit^ these funds is used to respond to any end all incidents within its regional resperse area as aoplicabie for so tong as this Agreement remains in effect. Prior to requesting a response, the FDEM will take prudent and appropriate action to determine that the level cr intensity of the Incident is such that the specializec equipment and resources are necessary to relegate the outcome of the incident. Allowable Equipment (OPSG) OPSG equipment is intended to be incidental to the enhanced border security operations being performed. The grant Is not intended to oe used to oettit or supply genera. equipment to BUTT T law enforcement agencies, Equipment must be relatable to and justified by the operational benefit ,t will provide. • Equipment Marking. Because equipment purchased with OPSG funding is intended to be used to support OPSG activities, It may be appropriately marked to ensure its ready identification and primer., use for (het purpose. When practicable, any equipment purchased with OPSG funding should be promlrently marked as follows: "Purchased with OHS funds for Operation Stonegarcien Use" • Fuel Cost and/or Mileage Reimbursement. There is no cap for reimbursement of fuel and mileage costs in support of operational activities, • Vehicle and Equipment Acquisition, Including Leasing and Rentals; Allowable purchases under OPSG include patrol vehicles and other mission -specific equipment whose primary purpose is to Increase operational caoabi hies on or near a border nexus in support of approved border security operations. A detailed justification must be submitted to the respective FEMA HO Program Analyst prior to purchase. • Medical Emergency Countermeasures; Allowaote purchases under OPSG Include narcotic antagonist pharmaceuticals, detection and ident?fiicatIon equipment, safe storage and transportation, personnel protective equipment, and initial equipment training, as will be reflected in the AEL and explained in I8 438. 48 F. Unallowable Costs (HSGP, UASI and OPSGj • Per FEMA policy, the purchase of weapons and weapons accessories, Including ammunition, is not allowed with HSGP funds. • Grant funds may not be used `or the purchase of equipment not approved by pHS!FEMA, Grant funds must comply with IS 426 and may not be used for the purchase of the following equipment: flrearms ammunition; grenade iarmchers,'cayonets; or weaponized aircraft, vessels, or vehicles of any kind with weapons Installed. • Unauthorized exercise -related costs Include: c Reimbursement for the maintenance or car and tear costs of general use vehicles (e.g., construction vehicles), medical supplies, and emergency response apparatus (e.g., fire trucks, ambulances). o Equipment that is purchased for permanent installation and/or use, beyond the scope of the conclusion of the exercise (e.g., electronic messaging sign). G. Re-glomai Border Projects (OPSG) Subrecipienta are encouraged to prioritize the acquisition ana development of regional projects on the borders to maximlae interoperabll°ty and coordination capabilities among federal agencies and with state, local, and tribe, law enforcement partners Such regional projects Include: • Communications equipment: • Radio systems and repeaters • Integration with regional intelligence And information sharing effort (i.e. fusion centers) o Intelligence analysts • Situat'Onal Awareness equipment: o License Plate Reader Networks o Visua! detection and survell!erce systems o Sensor Systems c Radar Systems (for air and/or marine incursions) o Aircraft systems (manned cr unmanned) H. Critical Emergency Supplies (SHSP and UASI) Critical emergency supplies, such as shelf stable products, water, and r,,eoicat aqutpment and supplies are an allowable expense under SHSP and UASI. Prior to the allocation of grant funds for stockpiling purposes, each state must have DHS/FEMA's approval of a five,year viable inventory management plan, which should include a distribution strategy and related susta.nment costs if planned grant expenditure Is over S100,000.00. If grant expenditures exceed the minimum threshold, the five-year inventory management plan wilt be developed by the recipient and monitored by FEMA, FEMA will provide program oversight and technical assistance as it relates to the ourchase of critical emergency supplies under UASI. FEMA wilt establish guidelines and requirements for the purchase of these supplies under UASI and monitor development and statue of the state's Inventory management plan. I, Construction and Renovation (SHSP and UASI) Project construction using SHSP and UASI funds may not exceed the greater of $1.000,000 or 15% of the grant award. For the purposes of the limitations on funding levels, communications towers are not considered construction 'kitten approval must be provided by DHS/FEMA prior to the use of any HSGP funds Fof construction or renovation, When ap:olying for construction funds, recipients must submit evidence of approved zoning ordinances, architectural plans, and any other locally required planning permits. Additionally, recipients are required to submit a SF -424C form with budget retail citing the project costs 49 Recipients using funds for construction projects must comply with the Davis -Bacon Act (codified as amended at 40 U.S.C. §§ 3141 et seq.), Recipients must ensure that their contractors or subcontractors for construction projects pay workers no less than the prevailing wages for laborers and mechanics employed on projects of a character like the contract work in the civil subdivision of the State in which the work is to to performed. Additional information regarding compliance with the Davis -Bacon Act, includin s Department of Labor (DOL) Wage determinations, is available online at at salvia u.del.geylvyt5digpitc tract liar .Yx . J. Communications Towers When applying for funds to construct communication towers, aubrecipients must submit evidence that the Federal Communication Commission's Section 106 of the National Historic Preservation Act, Pub. le No. 89-665, as amended, review process has been completed. K. Disposition Where original or rePiacement equipment acquired under a Federal award is no longer needed for the original project or program or for other activities currently or previously supported by a Federal awarding agency, except as otherwise provided in Federal statutes, regulations, or Federal awarding agency disposition instructions, the Sub -Recipient must request disposition instructions from FDEM Office of Domestic Preparedness and the State Adrninlstratftie Agency will request deposition instructions from Federal awarding agency as required by the terms and conditions of the Federal award. The Sub -Recipient shall notify the FDEM Office of Dornestic Preparedness at: 2555 Shurnard Oak i3lvd., Tallahassee, Florida 32399 one (1) year in advance of the expiration of the equipment's posted shelf -fife or normal life expectancy or when it hes been expended. The Sub -Recipient shall notify the FDEM immediately If the equipment is destroyed, lost, or stolen. L Requirements for Small Unmanned Aircraft System (S14SF, UASI, and OPSG) All requests to purchase Small Unmanned Aitcraft; Systeme (SUAS) with FEMA grant funding must comply with IS 426 anct Ili 436 wind include a description of the policies and procedures in place to safeguard individuals' privacy, etvll rights, and civil liberties of the jurisdiction that will purchase, take title to or otherwise use: the. SUAS equipment. M. Acquisition and Use of Technology to Mitigate UAS (Countes-UAS) Prior to the testing, acquisition, installation, or use of UAS detection and/or mitigation systems, entities should seek the adviceof counsel experienced with both federal and state criminal, surveillance, andcornmunications taws_ Subrecipients should conduct their own legal and technical analysis of each UAS detection andksr mitigation system and should not rely solely on vendors' representations of the systems' legality or functionality. For further information please see the DhfS press release on this topic: h• m.fero ivv.dil govLnewys/Z)2D/ji8j17tinteragenc -. issues- edviseeeussetecfinofpgy-detect-and-mltkiate-unmanned-elrcraft, N. FiretNet Firstelet provides pubile. safety entities with mission -critical broadband data capabilities and services including, but not limited to messaging, image sharing, video streaming, group text, voice, data storage, application, location -leased services, and (duality of Service, Priority, and Preemption. Public safety entitles seeking to enhance their operational capabilities using broadband techeisiopy may seek grant funding from appropriate programs to support the following: • Planning for letegration of information technology (IT) infrastructure, software, end site upgrades necessary to connect to FirstNet Y Handheld broadband devices Including smeriphones, feature phones, tablets, wearabies, push-totalk (PTT) devices • Vehicle•mounted or otherwise field operated data devices, such as ruggedized laptops • Network access devices, including pgrtabie Wi-Fi devices, Universal Serial Bus (US6) mederns/dongles, trunk -mounted modems, routers 50 • Customer -Owned and Managed (COAM) broadband deployable equipment, enabling public safety to own and dispatch coverage expansion or capacity enhancement equipment within their jurisdiction • Broadband device accessories that enet?leefficient and safe public safety operations such as headsets, belt ceps, earpieces, remote Bluetooth sensont, rugged zed cases • Subscriber Identification Modules (SIMs)JUniversaal integrated Circuit Cards (UICCs) to allow public safety users to update existing devices to operate on public sataly prioritized services • One-time purchase and subscription -based applications for public safety use which could include, among several other options, enterprise mobility ranagement (f~MM), Mobile device management (MDM), mobile Virtual Private Network (VPN), identity services, or cloud service tools Sub -Recipients must be coordinated with the Statewide inieroperabiii#y Coordinator(SWC) and FirstNet on the planning, deployment timelines, and operational availability of the network deploymentwithin a specific state or territory and to ensure that project does not conflict with network planning efforts and compiles with all technical requirements. Firstetet requires participating agencies to demonstrate asubseription to public safety -prioritized broadband servtees to purchase Eirstflet broadband devices or applications. FEMA information Bulletin (IB) #366 has been rescinded by prior NOFOs and remains rescinded as the technical requirements and nationwide network architecture has been developed, and FirstNet Is operational. Subrectpients, however, must coordinate with FirstNet in advance of any strategic acquisition of broadband LTE equipment to ensure that purchases adhere to all applicable standards for public safety entities. 0. SAFECOM Emergency communications systems and equipment must meet applicable $ EcOM Guider -ice. Sub -Recipients must be coordinated with the SWIG ana the State Interoperab Governing Body (810B) to ensure interoperabilfty and long-term compatibility. P. Cybersecurity Sub -Recipients must use ✓-t$GP funds for cybersecurity projects that support the security and functioning of critical infrastructure and core capabilities as they relate to terrorism preparedness and may simultaneously support enhanced preparedness for other hazards unrelated to acts of terrorism, Q. Law Enforcement Readiness (SI4SP,. UASI, and OPSG) OPSG greet funds may be used to increase operational, material, and technological readiness of SLTT law enforcement agencies. The Delegation of ImmigrationAuthority, Section 287(g) of the Immigration and Nationality Act (INA) program allows a state or local law enforcement entity to enter into a partnership with ICE, under a joint Memorandum of Agreement (MOA), to receive delegated authority for immigration enforcement: wlthln their jurisdictions SHSP, UASI, or OPSG grant funds may be requested and may be approved on a case -by -case basis for immigration enforcement training In support of the border security mission. Requests for trainln.g-will be evaluated on a case - by -case 108818 and car► only be used for certification lie the section 287(g) program provided lay DelSJICE. SHSP, UASt, or OPSG Sub-Peolpients with agreements under Section 2870 of the Immigration and Nationality Act (e U.S.C. § 1357(g)) to receive delegated authority for immigration enforcement within their jurisdictions may also be reirnbursesd for section 287(g) related operational activities with approval from FEMA on a case -by -case basis. For OPSG, Sub -Recipients must be authorized by USBP Head tIrters arid Sectors, and operational activities must be coordinated through a USBP Sector. R. Maintenance and Sustalnment (SHSP, IJASI, and OPSG) The use of ti)HSJFEMA preparedness grant funds for maintenance contracts, warranties, repair or replacement costs, upgrades, and user fees are allowable, as described in FEMA Policy FP 2115-182- 125-1 under all active and future grant awards„ unless otherwise noted. Except for maintenance plans 51 or extended warranties purchased Incidental to the original purchase of the equipment. the period covered by maintenance or warranty plan must not exceed the POP of the spec`flc grant funds used to purchase the plan or warranty. G-ent funds are intended to support the Goal by funding erosscts that build and sustain the core capabilities necessary to prevent, protect against, mitigate the effects of, respond to, are recover from those threats that pose the greatest risk to tee security of the Nation. in order to provide recipients the ability to meet tnis objective, the pol;oy set forth in FEMIA's 16 379, Gutcance to State Administrative Agencies to Expedite the Expenditure of Certain DFlS/FEfv1A Grant Funding, initially for FY 2007.2011, allows `or the expansion of ellg,ble maintenance and sustainment costs which must be In (1) direct supper; of existing capabilities; (2) must be an otherwise allowable expenditure under the applicable grant program; tom) belied to one of the core capabilities In the five mission areas contained within the Goal. and (4) shareable through the Emergency Management Ass!stence Con -pact, Additionally, eligible costs may also be in support of equipment, training, and critical resources that have previously been purchased with either federal grant or any other source of funding other teen DHS/F EMA preparedness grant program dollars S. Management and Administration (IL'M&Aj (MCSGP & t1AS€) Maoagernenl and administration (M&A) activities ate those directly relating to the management and administration of t•fSGP funds, such as financial management and monitoring. Sub -Recipients awarded M&A costs under this agreement can retain a maximum of up to 5% of their total agreement award amount for M3&A costs. Allowable M&A activities include + Hiring of full -tine or part-time staff or contractors/consultants: o To assist with the management of the respective grant program. o To assist with application requirements, o To assist with compliance reporting and data collection requirements. Management end Miminlstratlon {M&A) {OPSO) Management and administration (MSA) aclivitiee are those directly relating to the management and administration of °PSG funds, such as financial management and monitoring. Recipients may retain up to 2 5% of the overall OPSG allocation prior to passing -through funding to Sub-Reciaients. This fueling must es deducted in an equal percentage from each Sub -Recipient. Sub -Recipients end friendly forces may retain finding for M&A purposes; however; the total amount retained, cannot exceed 5 percent of the Sub -Recip'ient's subawerd. Friendly forces are local law enforcement entities that are subordinate Sub -Recipients under OPSG. in other words, friendly forces are entities that receive a subaward from a Sub -Recipient under the OPSG program. Friendly forces must comply with all requirements of Sub-Pecipients under 2 C.F.R. Part 200. T. Procurement All procurement transactions will be ccnducted In a manner providing full and open competition and shell comply with the standards articulates €n: • 2 C.F,R Part 200; ▪ Chapter 287, Florida Statues; and, ▪ Subreciplenes local procurement eoticy. To ttze extent that one standard is more stringent than another, the Sub -Recipient must follow the more stringent stanaard. For example, if a State statute imposes a stricter requirement than a Federal regulation, then the ub-Fteclp'ent must adhere to the requirements of the State statute. 52 The Division shall pre -approve ail scopes of work for projects fundec under this agreement, Aoditionelly, the SUS -Recipient sheit not execute a piggy -back contract unress theft local written policy allows for piggybacking and 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-Recipent must provide the Division with a suspension and debarment form for each vendor that performed work under the agreement. Furthermore, it requested by the Division, the Sub -Recipient shall provide copies of solicitation documents including responses and justification of vendor selection. Contracts may include; State Terre Contract: A State Term Contract is a contract that is competitively procured by the Division of State Purchasing for selected products and services for use by agencies and eligible users. Florida agencies and eligib,e users may use a request for quote to obtain written pricing or services information From a state term contact vendor for commodities or contractual services available on a state term contract from that vendor. Use of state term contracts is mandatory for Florida agencies in accordance with section 267,056, Florida Statutes. Alternate Contract Source: An Alternate Contract Source is a contract let by a Federal, state, or local government that has been approved by the Department of Management Services, basso on a determination that the contract is coat -effective end in the best interest of the state, for t.se by one or all Florida agencies for purchases, without the requirement of compet,tive procurement. Alternate contract sources are authorized by subsection 267.042(16), Florida Statutes, as implemented by Rule 60A-1.046, Florida Administrative Code. General Services Administration Schedules: The General Services Administration (GSA) is an independent agency of the United States Government, States, tr°bes, and local governments, and any instrumentality thereof (such as local education agencies or institutions of higher education) may participate in his GSA Cooperative Purchasing Program. ). Refer to the appropriate GSA Schedule for additional requirements. U. Piggybacking The practice of procurement by one agency using the agreement of another agency Is cal ed piggybacking. The ability to piggyback onto an existing contract is not unlimited. The 5.rbrecipierts written procurement policy must be submitted to the SAA and must ailvw for piggybacking. 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 end conditions of the new contract, including the Scope of Work, must be substantially the same as those of the existing contract. The piggyback contract nay 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" for a broader or materially different contract, Section 215.971, Florida Statutes Statutory changes enacted by the Legislature impose additional requirements on grant and Sub - Recipient agreements funded with Federal or State financial assistance. In pertinent part, Section 215.971(1) states: An agency agreement that provides state financial assistance to a Recipient or Sub -Recipient. as these terms are defined in s. 215.97, or that provides federal financial assistance to a Sub - Recipient, as defined by applicable United States Office of Management and Budget circulars, must include all of tiro following. • A provision specifying a Scope of Vlio'k that clearly establishes the tasks that the Recipterr,t or Sub Recipient is required to perform. 53 • A provision dividing the agreement into quant f able units of deliverables that must be received and accepted in writing by the agency before payment. Each deliverable most be directly related to the Scope of Work and specify the required minimum Fever of service to be performed and the criteria for evaluating the successful completion of each deliverable. • A provision specifying the financial consequences that apply It tte Recipient or Sub -Recipient Fails to perform the minimum level of service required by the agreement. The provision can be excluded from the agreement only if financial consequences are prohibited by the federal agency awarding the grant. Funds refunded to a state agency from a Reco'ent or Sub - Recipient for failure to perform as required under Vie agreement may be expended only in ;rect support of the program from which the agreement originated. • A provision specifying that a Recipient or Sub -Recipient of ~ederal or state financial assistance may expend funds only for allowable costs resulting from obligations incurred during the specified agreement period. • A provision specifying that any balance o' i.mobligated funds which has been advanced or pale must be refunded to the state agency. • A provision specifying hat any funds paid in excess of the amount to which the Recipient or Stb-Recipient is entitled under the terms and conditions of the agreement must be refunded to the state agency. • Any additional information re,quired pursuant to s. 215.97. V. Unique Entity Identifier and System for Award Management (SAM) Sub -Recipients for this award must: • Be registered in. SAM; • Provide a valid DUNS number. and • Continue to maintain en active SAM registration with current information at all times d&ring wI :ich it has an active federal award. VV. Reporting Requirements 1. Quarterly Programmatic Reporting: The Quarterly Programmatic Report Is due within thirty (30) days after the and 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 gees twee (3) consecutive quarters from date of execution without the Sub -Recipient reflecting any activity ardor expenditures it will result in the issuance of a noncompliance letter, and a written justification must then he provided. o used on the SAA's determination, the Sub -recipient will have 30 days to submit a fetter of appeal to the SAAII-ISA. n Subreciplente will only be allowed one opportunity to appeal. o if the appeal is denied, or if there is no response to the notification of noncompliance, the Sub -recipient's funds will be terminated. • If a report goes four (4) consecutive quarters froth date of execution without the Sub - Recipient reflecting any activity and/or expenditures it will result in termination of the agreement. 54 F ror ;amniotic Reporting Schedule Reporting Period _ Report due to FDEM no later than January 1 through March 31 April 30 April t through June 30 Jule 31 July! 1 through September 30 October 31 October 1 through December 31 T January 31 2. Programmatic Reporting -Biannual Strategic Implementation Report (l3SIR» After the end of each reporting period, for the fife of the contract unless directed otherwise, the SAA, will complete the Biannual Strategic Implementation Report. In the Grants Reporting Too! (ORT) etioseiwww,r ortlnc,odp.ghs.goe. The reporting periods are January 9 -June 30 and July i-December 31. Data entry is scheduled for December 1 and June 1 respectively. Future awards and reimbursement may be withheld if these reports are delinquent. 3. Reimbursement Requests: A request for reimbursement may be sent to your grant manager for review and approval at any time during the contract period. Reimbursements must be requested within ninety (90) calendar days of expenditure of funds, and quarterly at a minimum. Failure to submit request for reimbursement within ninety (90) calendar days of expenditure shall result in denial of reimbursement. The Sub -Recipient. should Include the category's corresponding line item 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. 4. Close-out Programmatic Reporting: The Close-out Report is due to the Florida Division of Emergency Management no later than sixty (60) calendar days after the agreement Is either completed or the agreement has expired. 6. Administrative Closeout An administrative closeout may be conducted when a recipient is not responsive to the Division's reasonable efforts to. collect required reports, forms, or other documentation needed to complete the standard award and/or closeout process. FDEM will make three written attempts to collect required information before initiating an administrative closeout.. If an award is administratively closed, FDEM may decide to Impose remedies for noncompliance per 2 C.F.R. § 200.338, consider this Information in reviewing .future award applications, or apply special conditions to existing or future awards. X. Period of Performance (FOP) Extensions Extensions to the period of performance identified in the agreement are allowable under limited circumstances and will only be considered through formal, written requests tithe SAA. All extension requests must contain specific and compelling justifications as to why an extension Is required, and must address the following: 1. The grant program, fiscal year, and agreement number; 2. Reason for the delay —Including details of the legal, policy, or operational challenges that prevent the final expenditure of awarded funds by the deadline; 3. Current status of project activity; 4. Requested POP termination date and new project completion date; 5. Amount of funds reimbursed to date; 55 6. Remaining available funds; 7. Badget outlining how the remaining funds will be expended; 8. Plan for completion, Including milestones and timeframes for achieving each milestone and the position or person respcnalble for implementing the pier for completion; and 9. Certification that the activity(ies) wl:ll be completed within the extended POP without any modification to the original statement of work, as described in the investment justification and as approved by FEMA. Extension requests are typically granted for no more than a six-month period, and will be granted only due to compelling legal. policy, or operational challenges. Extension requests will only be considered for the following reasons; • Contractual commitments by the recipient or subrecipient with vendors prevent completion of the project within the existing POP; • The project must undergo a complex environmental review that cannot be completed within the existing POP; • Projects are long-term by design, and therefore acceleration would compromise core programmatic goals; or • Where other special or extenuating circumstances exist. Y. Programmatic Point of Contact Contractual Point of Contact Programmatic Point of Contact Chande Jenkins FDEM 2555 Shumard Oak Blvd Tallahassee, FL 32399-2100 (850) 816-4342 Chanda.Jenkins@ern, myflcrida,com Z. Contractual Responsibilities Amy Garman FDEM 2553 Shurrard Oak Blvd. Tallahassee, FL 32399.2100 (851) 813-4366 Amy, G arm ongem. myfl grid a.00m • The FDEM shall determine eligibility of projects and approve changes in Scope of Work. • Toe FDEM shall administer the financial processes. AA. Failure to Comply • Failure to comply with any of the provisions outlined above shall result in disallowance of reimbursement for expenditures. 56 ATTACHMENT C DELIVERABLES AND PERFORMANCE State Homeland Security Program (HSGP): HSGP supports the implementation of risk driven, capabilities -based State Homeland Security Strategies to address capability targets set in Urban Area, State, and regional Threat end Hazard identification and Risk Assessments (THIRAs). The capability levels are assessed in the State Preparedness .Report (SPR) and inform planning, organization, equipment, training, and exercise needs to prevent, protect against, mitigate, resealed to, and recover from acts of terrorism and other catastrophic events. Planning Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost of successfully completing Planning activities consistent with the guidelines contained in the Comprehensive Planning Guide CPG 101 v,2. For additional information, please see Jea„gl nryuev,lama.aovipdf/about/divisionatntar :i'G 101 1f2.udf 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 (NPG) and place an emphasis on updating and maintaining a current Emergency Operations Plan (EOP) are eligible. The Sub -Recipient can successfully complete a planning activity either by creating or updating such plan(s). Organization Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual eligible costs for Personnel, Intelligence Analysts, Overtime and Operational Overtime. Exercise Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub -Recipient for the actual cost of successfully completing an exercise which meets the Department of Homeland Security Homeland Security Exercise and Evaluation Program (HSEEP) standards and is listed in A) the State of Florida Multi -Year Training & Exercise Plan (MYTEP), and i3) County or Regional TEP for the region in which the Sub -Recipient is geographically located. information related to TEPs and HSEEP compliance can be found online at: jritps;//www.11i.4hs.gov/hseee. For the purposes of this Agreement, any exercise which is compliant with HSEEP standards and contained in the State of Florida MYTEP qualifies as an authorized exercise. The Sub -Recipient car successfully complete an authorized exercise either by attending or conducting that exercise. Training Deliverable: Subject to the funding limitations of this Agreement, the Division shall reimburse the Sub•Recipientfor the actual cost of successfully completing a training course listed on the Department of Homeland Security (DHS) approved course catalog, For non-DHS approved courses the Sub -Recipient shall obtain advance FDEM approval using the Non -TED form by contacting their grant manager. The OHS course catalog is available online at: jettpletreining,terneesove For the purposes of this Agreement, any training course listed on the DHS approved course catalog qualifies as an authorized course. The Sub -Recipient can successfullycomplete an authorized course either by attending or conducting that course. Equipment Deliverable: Subject to the funding limitations of this Agreement, the Division Shall reimburse the Sub -Recipient for the actual cost of purchasing an item Identified in the approved project funding template and budget of this agreement and listed on the DHS Authorized Equipment List (AEL), For the purposes of this Agreement, any item listed on the AEL qualifies as an authorized item, The 21. allowable prevention, protection, mitigation, response, and recovery equipment categories and equipment standards for HSOP are listed on the web -based version of the Authorized Equipment List (AEL) on the Lessons Learned Information System at htttefikzeta.fe r+e.00vlauthorized _equipment-ils4. in addition, agencies will be responsible for obtaining and maintaining all necessary certifications and licenses for the requested equipment. 57 Management Deliverable: Subiect to the fundin n tatti; ne of ibis Agreement, the DIv'sion shall reimburse the Sub -Recipient fcr the actual cost for Marragerner:t end Administratlor. (M&A) act'vflies, Costs for allowable items will be reimbursed if Incurred and completed within the period of performance, in accordance with the Budget and Scope of Work, Attachments A and B of this agreement, ATTACHMENT 0 Program Statutes and Regulations 1) Age DiscrirninatIon Act of 1275 42 U.S.C. § 8101 et seq. 2) Americans vuth Disabilities Act of 1990 42 U.S C. § 12101-12213 3) Chapter 473, Florida Stfitutes 4) Chapter 215, Florida t ees 5) Chapter 252, Florida Stat.ltes 8) Title VI of the CM Rg.hts Act of 1964 42 U.S.C. § 2000 of seq. 7) Title VIII of the Civil Rights Acts of 1968 42 U SC. § 3501 et seq. 8) Copyright notice 17 U.S.C. §§401 or402 9) Assurances, Ac'ministrat've Requirements, Cost Principles, Representations and Certifications 2 C.F.R. Part 200 10) Debarment and Suspension Executive Orders 12549 and 12659 11) Drug Free Workplace Act of 1988 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 Remedes 34, U.S.C. § 3729-3733 also 31 U.S.G. § 3801-3812 15) Fly Anor'ca Act of 197449 U.S.C. § 41102 also 49 U.S.C. § 40118 16) Hotel and Motel Fire Safety Act of 1990 15 U.S.C. § 2225a 17) Lobbying Prohibitions 31 U.S.C, § 1352 18) Patents and Intellectual Property Rights 35 U.S.C. § 200 at seq. 19) Procurement of Recovered fa;2teriais section 6002 of Solid Waste Disposal Act 20) Terrorist r"inanc`ng Executive Order 132.24 21) Title IX of the Education Amendments of 1972 (Equal Opportunity in Education Act) 20 U.S.C. § 1881 et seq. 22) Tralficl<Ina Victims Protection Act of 2000 22 U.S.C, § 7104 23) Reiab'Iftation Act of 1973 Section 504, 29 U.S.C, § 794 24) USA Patriot Act of 2001 18 U.S.0 § 175-172c 25) VVhistlebiower Protection Act 10 U, S.C. § 2409, 41 US.C. § 47712, and 10 U.S.C, § 2324, 41 U.S.C. § 4334 and § 4310 28) 53 Feder Rag star 8034 27) Rule Chapters 27P-9, 27P-11 and 27P-19, Florida Administrative Code 59 ATTACHMENT E JUSTIFICATION OF ADVANCE PAYMENT SUB -RECIPIENT: If you are requesting an advance, Indicate same by checking the box below. J ADVANCE, IU Qt'1ESTED Advance payment of$ le requested. Balance of payments will be made on a reimbursement basis, Mese flurad3 are needed to pay staff, award Uenefts to cl 4nta, duplicate forms and purchase start-up supplies and equiprnent. We would not be able to operate the program without this advance, If you are requesting an advance, compete the following chart and line Item justification below. 1_ST1MATED EXPENSES BUDGET CATEGORYILINE iTENIS (list applicable itne items) Fiscal Year 2021 Anticipated Expenditures for First Three Months of Contract Fer example ADMINISTRATIVE COSTS, For example PROGRAM EXPENSES: TOTAL EXPENSES: a LINE ITEM JUSTIFICATION (For each fine 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 contract term. Support documentation should inclucla, but is not limited to the following: quotes for purchases, delivery timelines, salary and expense projections, etc. to provide the Division reasonable and necessary support that the advance will be expended within the first ninety (90) days of the contract term. Arty advance funds not expended within the first ninety (90) days of the contract term shall be returned to the Division Cashier, 2555 Shuntard Oak Boulevflrci, Tallahassee, Florida 32399, within thirty (30) clays of receipt, along with any interest earned on the advance) 'REQUESTS FOR ADVANCE PAYMENTS WILL BE CONSIDERED OAI A CASE BY CASE BASIS' Signature of Sub -Recipient Date _ Name and Title of Sub-fiecipleni. 60 ATTACHMENT F WARRANTIES AND REPRESENTATIONS Financial Mariaaement The Sub -Recipient's financial management system must comply with 2 C.F.R. §2CC.302. Procurements Any procurement undertaken with funds authorized by this Agreement must comply with the requirements of 2 C.F,R, §2CO. Part D --Post Federal Award Requirements --Procurement Standards (2 C F.R. §§200,318 through 200.327), ,punines Hours The Sub -Recipient shall have its off ces open for business, with the entrance door open to the public; and at least one employee on site, from: T londay to Friday 8:00am to 5:00prn excluding holidays Licensing er&PermizUnq All subcontractors or employees hired by the Sub -Recipient shall have al current l'.ceraees and penrits required for the particular work for which they are hired by the SubRecipient, 6l ATTACHMENT G CERTIFICATtON REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Subcontractor Covered Transactions The prospective subcontractor, of the Sub -Recipient certifies, by submission of this document, that neither it, its prircipals, nor its affiliates are presently debarred, suspended, proposed for aebarrrrent, declared ineligible, voluntarily excluded or disqualified from participation in this transaction by any Federal department or eger:cy. SUB -CONTRACTOR: By: Signature Name and This Sub -Recipient's Name FDENI Contract Number Street Address DHS Grant Award Number City, State, Zip Date 62 ATTACHMENT H STATEMENT OF ASSURANCES All of the instructions, guidance, limitations, and other conditions set forth in the Notice of Funding Opportunity (NOFO) for this program are Incorporated here by reference In the terms and cordltions of your award. All Sub Recipients must comply with any such requirements set forth In the Program NOFO. Ail Sub -Recipients who receive awarde made under programs that prohibit supplanting by law must ensure that Federai funds do not replace (suopient) funds that nave Peen budgeted for the same pLrrpose through non -Federal sources Alt Sub -Recipients must acknowledge their use of fedoral funding when issuing statements, press releases, requests for proposals, bid invitations, and other documents describing projects or programs funded in whole or in part with Federal funds Any cost allocable to a particular Federal aware provided for in 2 C.F.R, Part 230. Subpart E may rot be charged to other Federal awards to overcome fund deficiencies, to avoid restrictions imposed by Federal statutes, regulations, or terms arc conditions of the Federal awards, or for other reasons. However, this prohibition would not preclude a Sub -Recipient from shifting costs that are allowable under two or more Federal awards in accordance with existing Federal statutes, regulations, or the terms and conditions of the Federal award. Sub -Recipients are required to comply with the requirements set forth in the government -wide Award Terra regarding the System for Awerd Management and Universal idert:tier Requirements located at 2 C.F.R. Part 25, Appendix A, the full text of which Incorporated here by reference in the terms and conditions of your award. All Sub -Recipients must acknowledge and agree to comply with applicable provisions governing OHS access to records, accounts, documents, information, facilities, and staff. 1. Sub -Recipient must cooperate with any compliance review or compliant investigation conducted by the State Administrative Agency or OHS. 2. Sub -Recipient will give the State Adm,ristratrve Agency, CHS or through any authorized representative, access to and the night to examine and copy, records, accounts, and other documents and sources of information related to the federal financial assistance award and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by OHS regulations and other applicable laws or program guldarce. 3. Sub -Recipient must submit timely, complete, and accurate reports to the FDEM and maintain appropriate backup accumentation to support the reports, Sub -Recipients must also comply wen all other special reporting, data collection and evaluation requirements, as prescribed by law or detailed in program guidance. 4. Sub -Recipient we'll acknowledge their use of federal funding when issuing statements, press releases, requests for proposals, bid invitations, and other documents deserting projects or programs funded in whole or in part with. Federal funds. 5. Sub -Recipient who receives awards made under programs that provide emergency communications equipment and its related activities must comply with SAFECOM Guidance for Emergency Communications Grants, including provisions on technical standards that ensure and enhance interoperable communications, 8. When original or replacement equipment acquired under this award by the Sun -Recipient is no longer needed for the crginsi project or program or for other activities cur.Rently or previously 63 supported by DHSr'FEMA, you must request instructions from FDEM to niaiee proper dispositions of the equipment pursuant to 2 C.F.R. Section 200.313. 7. DHS/FEMA funded activities that may require en EHP review are sub ect to FEMA'a Environmental Planning and Historic Preservation (EHP) review process. This review does not address all federa'i, state, and local requirements. Acceptance of federal furairi,g requires recipient to comply with ail federal, state, and local laws. Failure to obtain all appropriate federal, stale, and local environmental permits and clearances may jeopardize federal funding If ground disturoing activities occur during construction. applicant will monitor ground disturbance, and if any potential archeological resources are discovered, applicant will immediately cease work in that area and notify the pass through entity, if applicable, and DHS/FEMA. 8. Sub -Recipient will comply with the applicable provisions of the fotowing laws and po''cies prohibiting discrimination. a Title Vi of the Civil Rights Act of 1984, es amended, which prohibits discriminator based on race, color, or national origin (including limited English proficiency). b. Section 504 of the Rehabilitation Act of 1973, as amended, which prohibits discrimination based on disability, c. Title IX of the Education Amendments Act of 1972, as amended, which prohibits discrimination based on sox in education programs or activities. d. Age Discrimination Act of 1975, which prohibits dlecriminatiori based on age A. U.S. Department of Honretand Security regulation C C.F.R, Part 19, which prohibits discrimination based on religion in social service programs. 64 ATTACHMENT I MANDATORY CONTRACT PROVISIONS Provisions: Any contract or subcontract funded by this Agreement mush contain the applicable provision cuttinaa in Appendix 11 to 2 C.F,R, Part 200. ft Is the responsibility of the sub -recipient to include the required provisions. The following is a list of sample provisions from Appendix 1I to 2 C.F,R• Part 200 that may be rag aired:1 Appendix 11 to Part 200 —Contract Provisions for No}e-Federal Entity Contracts Under Federal Awards In addition to other provisions required by the Federal agency or roar -Federal entity, all contracts made by trio nor -Fedoras sooty under the Federal award must contain provisions covering the following, as applicable. (A) Contracts for more than the simplified acquisition threshold, which Is the inflation aejusted amount determined by the C!vilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 190x3, must address administrative, contractual, or legal remedies !n instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B) Ail contracts in excess of $10,000 must address termination for cause and far convenience by the non -Federal entity including the manner by which it will he affected arid the Oasis far settlement, (C) Equal Employment Opportunity. Except as ctherwisa provided under 41 CFR Part 60. all contracts that meet the definition of "federally assisted construction contract" in 41 OFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1,4(b), In accordance with Executive Order 11246, ' Equal employment Opportunity'" (30 FR 12319, 12935. 3 CFR Part, 1064-1965 Cornp., P. 339), as arrermed by Executive Order 111376, "Amending Executive Order 11246 Relating to Ecual Employment Opportunity," and implementing regulations at 41 CFR part 60, ''Office o` Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor. (D). Davis -Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts In excess of $2.000 awarded by non -Federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3146.3140} as supplemented by Department of Labor regulations (2.9, CFR Part, 6, 'Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). in accordance with the statute, contractors must be required to pay Wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. Jr addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the current provaLing wags Ce1ermrnation issued by the Department of Labor in each solleitation. The decision to award a ccntract or subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also induce a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (20 CFR Part 3, "Contractors and Subcontractors on Public Building or Pub lc Work Financed in Whole or in Part by Loans or Greets from the United Statea"'). The Act provides teat each contractor or Sub -recipient must be prohibited from inducing, by any means, any person employed In the construction, completion, or repair o:° public work, to give up any part of the compensation to which he or she is otherwise entitled. The non - Federal entity must report all suspected or reported violations to the Federal awarding agency. (E) Contract Woes Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non -Federal entity In excess of $100,000 that involve the employment of mechanics or lanorere must induce a provision for compliance with 40 U.S.G. §§ 3702 and 3704, as 1 For example, the Davis -Bacon Act is not applicable to other FEMA grant and oceeerative agreement programs, including the Public Assistance Program or Hazard Mitigation Grant Program; however, sub - recipient may include the provision in its subcontracts. 65 supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C, § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours, Work in excess of the standard work week Is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week, The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work In surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement"' under 37 CFR §4012 (e) and the recipient or Sub -recipient wishes to enter into a contract with a Small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, develo mental, or research work under that "funding agreement," the recipient or Sub -recipient must comply with the requirements of 37 CFR Part 401, "Rights to inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any Implementing regulations issued by the awarding agency. (G) Clean Air Act (42 U.S.C. §§ 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended —Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non -Federal award to agree to comply with ail appicable standards, orders or regulations Issued pursuant to the Glean Air Act (42 U.S.C. §§ 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S,C. §§ 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). (H) Debarment and Suspension (Executive Orders 12549 and 12689)--A contract award (see 2 CFR § 180.220) must not be made to parties listed on the governmentwide Excluded Parties List System In the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that Implement Executive Orders 12549 (3 CFR Part 1986 Comp., p. 189) and 12689 (3 CFR Part 1989 Comp., p. 235), "Debarment and Suspension." The Excluded Parties List System In SAM contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. (S) Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352) —Contractors that apply or bid for an award of $100,000 or more must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to Influence en officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining arty Federal contract, grant or any other award covered by 31 U.S C. § 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier tepee the non -Federal award. (.1) See § 200.323 Procurement of recovered rreterlais. (K) See §200216 Prohibition on certain letecotnmurtication and video survelilance services or equipment. CO See §200,322 Domestic preferences for procurements (Appendix 11'to Part 200, Revised Eff 11/22!2020). Please note that the sub -recipient alone is responsible for ensuring that all language included in its contracts meets the requirements of 2 C.F.R. § 200.327 and 2 C.F.R. Fart 200, Appendix 11. AT TAGHMM1ENT J FINANCIAL AND PROGRAM MONITORING GUIDELINES Florida has en: -lanced state and local capability and capacity to prevent, prepare and respond to terrorist threats since 1999 through various funding sources including federal grant funds, The Florida Division of Emergency Management (FDEM) has a responsibility to track and monitor the status of grant activity and items purchased to ensure compliance with applicable Homeland Security Grant Program (HSGP) grant guidance end 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 or -site visits. There are too primer) areas reviewed during monitoring activities - financial and programmatic monitoring. Financial monitoring primarily focuses on statutory and regulatory compliance with administrative grant requirements. 4; %evolves the review of records associated wit'," tale purchase and disposition of property, projects and contracts. programmatic monitoring seeks to val;date and assist In the grart progress, targeting Issues that may he hindering project goals and ensuring compliance with the purpose of the grant end overall grant program. Programmatic monitor`ng involves the observation of equipment purchased, protocols and other associated records. Ver~sous levels of financial and programmatic review may be accomplished during the monitor ng process. Monitprinc Selo: "on d act n • Each year the FDEM wil! conduct monitoring based on a 'Risk Assessment°. The risk assessment tool Is used to help In determining the priority of Sub -Recipients that should be reviewed end the level of monitoring hat should be performed, it is important to note that although. a given grant may be closed, it is still subject to either desk or on -site monitoring for a five (8) year period �ollowing closure. Areathat wilt be exmina Ir�t,nclu e± • Management and administrative procedures; • Grant Polder maintenance; • Equipment accountability and sub -nand receipt procedures; • Program for obsolescence; • Status of equipment purchases: • Status of training for purchased equipment; • Status and number of response tralnings conducted to include number trained; s Status and number of exercises; • Status of planning activity; • Anticipated projected completion; • Difficulties encountered in completing projects; • Agency NIMS/ICS compliance documentation; • Equal Employment Opportunity (EEO Status); • Procurement Policy FDEM may request additional rnonitcringlinformetlon of 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. Monitoring Activities: Desk reviews and site visits are two forms of monitoring. Desimonitoring Is the review of projects, financial activity and technical assistance between FDEM and the applicant via e-mail and telephone„ On -site monitoring are actual visits to the Sub -Recipient agencies by Division representatives who examines records, procedures and equipment. 67 Desk monitoring Is an on -going process, Sub -Recipients will be required to participate In desk top monitoring as determined by FDEM. This contact will provide an opportunity to identify the need for technical assistance (TA) and/or a site visit If FDEM determines that a Sub -Recipient Is having difficulty completing their project As dlfficuttiesideficierc!es are identified, the respective region or sponsoring agency vwi I be notified by the program office via email, Information will Include the grant Sub -Recipient agency name, veer and project descriptior. and the nature of the ssue !r. quest on. Mary of the issues that arise may be resolved at the regional or sponsor ng agency !eve,. Issues ;hat require further TA will be referred to FDENI for assistance. Examples of TA inclt,de but are not limited to: • Equipment selection or available vendors • Eligibility of items or services • Coordination and cartnership with other agencies within or outside the region or discipline • Record Keeping • Rebating Requirements • Documentation Ir support of a Request for Reimbursement On -site monitoring mil be conducted by FDENI or designated personnel. On -site monitoring visits will be scheduled In advance with the Sub -Recipient agency POC designated in the grant agreement. FDEN1 will also conduct coordinated financial and grant file monitoring. Subject matter experts from • ther agencies within the region or state may be called upon to assist in the form of a peer review as needed. On -Site Monit_orino protocol On -site mon bring visits wit beau with those grantees that are currently spending or nave completed spending for that federal fiscal year (FFY), Site visits may be combined when geographically convenient. There is a flnancla!t programmatic On -site monitoring checklist to assist in the completion of all required tasks. Site Visit Preparation A letter will be sent to the Sub -Recipient agency Point of Contact (POC) outlining the date, time and purpose of the sits visit before the planned arrival date The appointment should be confirmed with the grantee's writing (email Is acceptable) anc documented in the grantee folder. The physical location of ar..y equipment located at an alternate site should be confirmed with a representative from that location and the addross should be documented in the grantee folder before the site Wait. Q Slte Monitoring Visit 0 too FDEM personnel have arrived at the site, an orientation conference will be conducted. Curing tats time, the purpose of the site visit and the items FDEM intends to examine will be identifies. Ad objectives of the site visit will be explained during this tin's. FDEM personnel will review all tiles and supporting documentation. Once the supporting documentation has been reviewed, a tour/visual/spot inspection of equipment will be conducted. Each item selected for review should be visually inspected whenever possible. Bigger items (computers, response vehicles, etc.) should have an asset deo& (information/serial number) placed In ..e prominent location or, each piece of eaulpriort 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 n excess of '$',0a0. per item). 68 If an item is not available (ceing used during time of the site visit), the appropriate documentation must be provided to account for that particular piece of equipment. Other programmatic issues can be discussed at this tim e, such as missing quarterly reports, payment voucherlrein^.bursement, equipment, questions. etc. Post Monitoring Viet FDEM personnel will review the On -site monitoring worksheets and backup documentation as a team and discuss the events of the On-s,te monitoring. Within Forty -Five (45) calendar days of the site visit, a post monitoring letter will be generated and sent to the grantee explaining any issues and corrective actions required or commendations. Should issues or findings be identified, a noncompliance letter to that effect will be generated and sent to the Sub -Recipient. The Sub -Recipient will submit a Corrective Action Plan within a timeframe as determined by POEM Noncompliance on behalf of sub -grantees is resolved by management under the terms of the Sat -Grant Agreement. The On -site monitoring report and all Pack up documentation w!l then be Included In the Sub - Recipient's rte, Monftorlttq Responstbl_;at ee of Pass-thru Entitles Subreclpients who are pass -through entities are responsible for monitoring their subreclpients in a manner consistent with, the terms of the federal award at 2 C.F.R. Part 200, including 2 C.F.R. § 200.331 Till includes the pass -through entity's responsibility to monitor the activities of the subrecip:ient as necessary to ensure that the subaward Is used for authorized purposes, in compliance with federal statutes, regulations, and the terms and conditions of the subeward; anc that subaward pe ormanco goals are achieved. Subrecipient responsibilities also include but are not limited to; accounti't5 of receipts and expenditures, cash management, maintaining adequate financial records, reporting and refunding expenditures disallowed by zrudits, monitoring if acting as a pass -through entity, other assessments and reviews, and ensuring overall compliance with the tents and conditions of the award or subaward, as applicable, including the terms of 2 C.F.R. Part 200. 69 ATTACHMENT 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 Planning and l-14storiic Preservation (EHP) laws and requirements prior to initiation of the project: • New Construction, Installation and Renovation, including but not limited to: o Emergency Operation Centers o 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 50 years old or older • Any ether construction or renovation efforts that change or expand the footprint of a facility or structure including security enhancements to improve perimeter security • Ph foal Security Enhancements. Including but not limited to: o Lighting o Fencing a Closed-circuit television (CCTV) systems • Motion detectionsystems o Banters, doors, gates and related security enhancements In addition, the erection of communications towers that are Included in a jurisdiction's interoperable communications plan is allowed, subject to elf applicable laws, regulations, and licensing provisions. Communication tower projects must be subrtiitted to FEMA for EHP review. EHP SCREENING FORM SUBMISSION !, For projects requiring EHP review, the Sub -Recipient must submit the EHP Screening Form to the State Administrative Agency (SAA) for review prier to funds being expended. The SAAPolrrt of Contact for EH-IP review is: M. Felicia Pini ock Bureau of Preparedness — Domestic SP�GSt ilZ 2555 Shurnard Oak Boulevard Tallahassee. Florida 3Z39 -21Q Lete obone: 1850-i315-4343 Felicie.P.innockt em.rnvflorida,com II. The SAA POC will forward EHP Screening Forms to DHS/F'EMA for review and approval. III. Sub -Recipient's must receive written approval from the SAA prior to the use of grant funds for project Implementation. THE PROJECT MM NOT BEGIN UNTIL FINAL FEMA APPROVAL 1$ RECEIVED, 70 ATTACHMENT L REIMBURSEMENT CHECKLIST ?LAMING 1. Does the amount billed by consultant add up correctly? L y U Q 2. Has ail 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 contraetorrconauitent cf Sub - Recipient, an agenda and signup sheet with meeting date 4. Has the Incice from consultant/contractor been Included? (Note — grant agreement must be referenced on the invoice.) 5. Has proof of Payment been lnciuded? Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electroric Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement S. Has Attachment 0 (found within Agreement with FDEM) been completed for this contractor/consultant and included in the reimbursement package? El 7. Has proof of pu-chase methodology been Included? Please see Form 5 of Reporting Forms or Purchasing Basics Attachment if further clarity Is needed. Sole Source (approved by FDEM for purchases exceeding $4000) State Contract (page showing contract ft, price list) Competitive bid results (e.g. Quotewire. bid tabulation page) Consultants Contrar;tors (Note. this applies to contractors also billed under Organization) TRAINING I. Is the course OHS approved? r 2. Is there a course or catalog number? 1-71 3. If rot, has FDEM approved the ron-t7HS training? ® 4. Have Sign -In Sheets Rosters and Agenda bean provided? Q 5. o. If billing for overtime and/or backfill, has documentation been provided that lists attendee names, department, # of hours spent at `.raining, hourly rate and total amount eat(' to each attendee? Hove documentation from entity's financial system been provided as proof attendees were paid? For backfill, has a dear delineation/cross reference been provided showing who was backfitling who? 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? 7. Have any expenditures occurred in support of the training sash as printing costs, costs related to administering the training, planning, scheduling, faculties, materials and suppltos„ reproduction of materials, and equipment? If so, receipts and proof of payment must be submitted. 7) Canceled check, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement 7. Has proof of purchase methodology been included? Please see Form 5 of Reperirng Forme or Purchasing Basics Attachment ff flintier clarity is needed. Sofia Source (approved by FDEM for purchases exceeding $25,000) Stabs Contract {page showing contract*, price filet) Competitive bid results (e.g. Cuotewire, bid tabulation page) EXERCISE 1. Has documentation been provided on the purposelobjectives of the exercise? Situation Manual Exercise plan r""1 2. If exercise has been ccnductec are the folloeirg ,nduded. After-ect'cr, report 5ign•In shoots Agar Eta Rosters ❑ °. It bi:firg for overtime end bac:Will, has a spreadsheet been provided that lists attendee nerves, department, tl of hours spent et exercise, hourly rate and total paid to each attendee? Have documentation from entity's financial system been provided to trove attendees were paid? For backbit, has a clear delineation/goes referents been provided showing who was backtilfing who? E Fl OUIPIKENT 4. Have the names on the sign -In sheets been crofts -referenced with the names of the individuals for whom exercise reimbursement costs are being sought? 5 Have any expenditures octiun®d 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, bark statement or transaction history (Showing the transaction was processed by the bank) rlectranlc Fends Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement 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, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funds Transfer (EFT) Contlrmntion Credit Card Statement & payment to credit card company for that statement 7, Has proof of purchase methodology been included? Meese see Form 5 of Reporting Forms or Purchasing Basics Attachment if further clarify Is needed. Sole Source (approved by POEM for purchases exceeding °625,4)00) State Contract (page showing contract #, price list) Competitive bid results (e.g. Quotewlre, bid tabu?eticn peep) ❑ 1. Have all Invoices been included? 72 Li I E J } 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, bank statement or transaction history (Showing the transaction was processed by the bank) Electronic Funcs 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 DHS been Included? 6. Has proof of purchase methodology been included? Pleas& sea Form 5 of Reporting Forms or Purchasing Basics Attachment if further clarity is needed. Sole Source (approved by FDEM for purchases exceed'ng $25,000) State Contract (page showing contract #, price list) Competitive b'd results (e.g. Quotewire, bid tabulation page) TRAVEL/CONFERENCES n 1 ! ! 1. Have all receipts beer turned in. Itemized and do the dates on the receipts match travel dates? Airplane receipts Proof of mileage (Gcogle 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 2. If trove Is a conference has the conference agenda been Included? 3. Has proof of payment to traveler been Induced? Canceled check. bank statement or transact?on history (Showing the transaction was processed by the bank Electronic Funds Transfer (EFT) Confirmation Credit Card Statement & payment to credit card company for that statement Copy of paycheck if reimbursed through payroll SAP ARY POSITIONS Has a ylrined timesheet by employee and supervisor been included? Tlmesheet must certify the hours end information presented as true and correct. 2 Has proof for time worked by the employee beer Included? is time period summary Included? Statement of Earnings Copy of Payroll Check Payroll Register Forfuslon center analysts, have the certification documents been provided to the SAA to demonstrate compliance with training and experience standards? ORGANIZATION I! 1. If billing for overtime and backflll, has a spreadsheet bean provided that lists attendee names, department, # of hours spent at exercise, hoJrly rate and total paid to each attendee? Have documentation tram entity's financiel system been provided to prove atterdees were pair}? 73 For backfill, has a clear delineation/cross reference been provided showing who was backfill,ng who? FOR ALL REIMBURSEMENTS - THE FINAL t /1 CK 1. Have all relevant forms been completed and included with each request for reimbursement (Including Daily Activity Reports for OPS©)? 2, Have the costs incurred been charged to the appropriate POSTE category? n I' n 3 Does the total on all Forms submitted match? 4, Has Reimbursement Form been signed by the Grant Manager and Financial Officer? 5. Has the reimbursement package been entered into Sub-Recicients recordsispreedsheet? O. Have the quantity and unit cost been rotated on Reimbursement Budget Breakdown? 7. If this purchase was made via Sole Source, have you included the approved Sole Source documentation and lustlfcation? 8, Do all of your vendors have a current W-9 (Taxpayer Identification) on tile? 9. Has the Attachment G (found within Agreement with FDEM) or proof of SAM.gov registration been provided for the contractors/consultants with the reimbursement package. Please note: FDEM reserves the right to update this checklist throughout the life of the grant to ensure carnpiiance with applicable federal and state rules and regulations. 74 FY 2021 Budget -Miami -Ft, Lauderdale UASI Exhibit #2 tannin -non Regional Project Peoriaemem Cate;ory sub -Category Discipline tine item I Detailed Item Description net a Qty Unit Cost Rivet Budget Allocation BEMA Planning J Personnel Emergency Management 2023-06A Mana Emergency ement Planner g 1 5115,325.00 $115,325.00 BEMA Equipment Equipment Emergency Management 2021-13A Light Towers I'or Night Field Operations 030E-03-1TPA 20 511,000.00 5249,000.00 850 Planning Training Emergency 2021 066 650 PTE - CEMP/COOP%COG - National Homeland Security Conference 1 $14,000.00 $14,000.OD 650 Equipment E i- Pm Equipment 4u Fire Rescue 2021-05A Y ,BINS Microwave Downlink System 06CP-03-MWAV 1forAircraft 5226,000.00 $226,000.00 650 Equipment Equipment All Disciplines 2021-058 Bomb Suit 02PE-01-BSUT 2 $12,500.00 $25,000.00 650 Equipment Equipment Fire Rescue 2021-OSC Microwave Downlink System for SUAS 06CP-03-MWAV 5 513,000.00 $65,000.00 534,325.00 B50 Equipment Equipment Law Enforcement 2021-05D 3 COD Night Vision Goggles 030E-02-TILA 1 534,325.00 Coral Gables Equipment Training Fire Rescue 2021•12A CBRNE Response Small Fireboat and applicable NASEILA Eire Boat training, NFPA 1405, 1005, RIMS 508, 509 17WC-00-BOAT, 216N -00 -TANG 1 5173,755.00 5173,755.00 Coral Springs Equipment Equipment Law Enforcement Law Enforcement 2021.01A 2021 04A y 'Real Time Crime Center Facial Recognition Software 131T -00 -FACE 1 599,293-00 50.00 Coral Springs Equipment Equipment Y License Plate Reader System (I.PR) (fixed to existing poles) 030E-01-AIPR, 216N-00-INST, 210N-OO•SHIP 6 530,000.00 5180,000.00 Coral Springs E ipment qu Equipment Law Enforcement 202102A Y Portable Bollards for Special •.Events and Pulling Locations 14SW-01-WALL 7 $7,143.00 $50,001.00 IWisANcdoe aMI o lut t:retnNsaeat Category , " _ Sab'C tsge* Oltclp9na uac 7wn K pegged ttenr DesMpt an AEi M Y tieitOost e h acrtIea Fort Lauderdale Equipment Equipment Emergency Management 2021-07A Ft. Lauderdale EOC - Enhancement 21GN-00-OCEQ, 06CP-05-VCON, 06CP-01-PORT, 04MD-03-DISP, 04HW-01-HHCD 05PM-00-PTCH, O6CC-03-SATP, 06CC 03-SATB, 06CC-04-SADS, 06CC-01-CELL, 14SW-01-PACS, 14C1.00 -COOP, 21GN-00-IN'ST, 0411W-01-CABL 1 $79,450.00 $79,450.00 Fort Lauderdale Equipment Training All Disciplines 2021-08A Ft. Lauderdale CERT (Equip $7,300 and Training $7,300E 216N-00-CCEQ 1 $14,600.00 $14,600.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-139 i Ballistic Helmets OlLE-01-HLMT 4 $1,835.00' $7,340.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-05E Twin Port Gas Masks for Bomb Squad O1AR-02-APR 10 $691.00 $6,910.00 Fort Lauderdale Equipment Equipment Fire Rescue 2021-128 TRT Enhancements to include supplied (10( air respirators and a throwable camera 01AR-01-SAR, 030E-01-CTAC, 21GN-00-SHIP 1 $35,512.00 $35,512.00 Fort Lauderdale Equipment Equipment Emergency Management 2021-15A Repeater for CERT O6CP-01-REPT 1 $20,000.00 $20,000.00 Fort Lauderdale Equipment Equipment API Disciplines 2021-018 IT Contingency Operations System (Redundancy IT System to include servers, application licenses network peripherals) 14CI-01-COOP 1 $42,000.00 $42,000.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-03A Y RTCC Enhancement to include 3 Video displays 04MD-01-OISP, 21GN-00-INST 1 $29,930.00 $29,930.00 Fort Lauderdale Equipment Equipment Law Enforcement 2021-13C Night Vision Goggles for SWAT 030E-02-TILA 6 $12,400.00 $74,400.00 2 lwrisdlctlon Fort Lauderdale Realanal nailed Procurement Cergary Equipment ui q P sub -Category D€scip%x1 Une Item x Detailed krm Pctniption AELa Qty Untt Cost Mel Eudget Allocation Equipment q P ment Law Enforcement 2021-028 Y CCTV system installed at EOC and RTCC 145W-01-VIDA, 210N -004W:1 $14,100 2 -DO $28,200.00 Fort Lauderdale Equipment E ui Equipment 4 P $16,174.00 Fire Rescue 2021.159 Hazmat Enhancement to include 1 deployable tactical comms kit and 1 throwable camera 06CC-02-DSAD, 039 E-OI-CTAC 1 $16,174.00 Hialeah Equipment Equipment Law Enforcement 2021.020 Y Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Hialeah Police Department the opportunity to install CCTV equipment In the area of soh targets and enhance our ability to deter and investigate terrorist activity.) 14SW-01-VIDA 04HW-01-INHW 04M0 -03-015P 21614 -00 -MAIN, 21614-00-INST 35 $16,072.00 $562,520.00 Hialeah Training Planning All Disciplines 2021-06C PT&E: HazMat courses, Homeland Security Conference and updating local COOP Plan 1 $135,614.00 $135,614.00 Hialeah Planning Personnel Law Enforcement 2021-048 Y LPRAnalyst Sustainment 1 $62,540.00 $62,549.00 Hialeah Planning Personnel Emergency Management 2021-060 Emergency Management Planner 1 $100,000.00 $100,000.90 $407,448.00 Hialeah Equipment Equipment Law Enforcement 2021-04C Y License Plate Reader System (CPR) Fixed on poles 13LE00-5t1RV 04AP-02-AVLS 030E-01-ALPR 18 $22,636.00 Hollywood Exercise Planning _ All Disciplines 2021.OIC Y Cybersecurity Exercise and Plan Development 1 $273,497.00 $273,497.00 Hollywood Equipment Equipment Emergency Management 2021-078 EOC Enhancements to include computer 04HW-01-INHW 1 $60,000.00 $60000.00 Key Biscayne Equipment Equipment Fire Rescue 2021-130 Ballistic Vest and Helmets for Fire OILE-01-SHLD 0111-01HLMT 1 523,200.00 $23,200.00 M&A Management and Adminlstratio n All Disciplines 2021.17 M&A M&A 1 $560,500.00 $560,500.00 Miami Equipment Equipment All Disciplines 2021.09A Maintenance/Sustainme nt/ Repair/Replacement for HSGP Purchased Equipment. EM $138,000; Fire $5,000 21614 -00 -MAIN 1 5143,000.00 $143,000.00 3 Miami Equipment Miami Miami Miami Regional too fact Not uremant Equipment Equipment Planning Equipment Sub-Categnry Equipment Equipment Equipment Training Equipment Olsuiptine Emergency Management All Disciplines All Disciplines All Disciplines Fire Rescue One hem M 2021-07C 2021-16A 2021-15C 2021-D6E 2021-150 Detailed Item Description EOC Enhancements/Maintenance/ Sustainment This project will continue services fora Metro -Ethernet line that provides fast network connectivity between the City's network and the E911 backup center. Satellite Phone Sustainment Citywide 112 months). This project will sustain the satellite phones that are installed throughout City Departments including police and lire stations which allow all first responders to communicate when primary communication services are down. Includes Key Biscayne P,T & E. This project will support multi -disciplinary projects for the City of Miami under the leadership of MEM. Project scope will involve a full scale exercise, revision of planning documents such as the CEMP/COOP/COG and trainings that benefit terronsm-related emergency management trainings. Trainings will include ICS, Hazmat 160 and any other specialized courses needed due to staff attrition. Fire $54,894, EM $171,258 Deployable Repeaters AFIM 21GN-00-DCEQ 14CI-00-COOP 075E-03-ENVS 06CC-0S-PRTY 06CC-02-DSAD 21GN-00-INST, 04MU-03-DISP, 04HW-01-INHW 14(1.01 -COOP 0ECC-0]-S,AIU Or 1 p Unit Cost $210,000.00 520,000.00 530, 000.00 5226,152.00 06CP-01-REPT 6 521,714.00 Final Iludget Anotafwn 5210,000 00 $20.000.00 $30,000.0f 5226,152.00 $130,264.00 Planning Equipment All Disciplines 2021-0116 CERT/Miami - Training and equipment 1 I $170,000.00 4 5170,000.001 luxlsdlnlan Reabnel Project Procurement rAtfgory sub -c tyory Discipline tine liens -11 Detailed line Description ACE N My Unit Fort 55,000.00 Final audget Alfocatfcn $5,000.00 Miami Organization Organization Fire Rescue 2021020 V Operational OT for Special Events approved by rEMA; Fire $22,000 1 Miami Law Equipment Equipment Enforcement 71121 -02F. Y 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. ) 145W-01-VIOA 641iW-01-INHW 04MD-03-OISP 210N•00 -MAIN 1 $313,567:00 $313,567.00 Miami Equipment 'E ui Equipment Law Enforcement 2D21-D4D Virtual Reality Counter -Terrorism Training System Project 1 $178,000.00 $176,000.00 Miami ___ ce Miami Equipment Equipment Law Enforcement 2021-10A Armored Response Project • Bearcat 12VE-00-MISS 1 $300,000.00 $300,000.00 Equipment Equipment Law Enforcement 2021-13E ' Ballistic Vest for SWAT and M9 O1LE-01-ARMR 25 $4,436.00 $110,900.00 Miami Planning Personnel Emergency Management 2021.06F Emergency Management Coordinator (12 months). This position will assist with the development/revision of citywide emergency management plans such as the CEMP, COG and COOP. 1 585,000.00 585,000.00 Miami Planning Personnel Emergency Management 2021066 Emergency Management Planner (12 months). This position will assist with general planrring responsibilities related to the implementation of the UASI grant • program. _ 1 565,000.00 585,000.00 ' Miami Planning Personnel Emergency Management 2021.06H Equipment Inventory Planner (12 months). This position will be responsible for resource management tracking and planning portion of the EEO, process, ] $60,000.00 $60,000.00 Miami Equipment Equipment Fire Rescue • 2021-05F 4 -Gas Meters and calibration sensors (69) 07CD-01-DPM6 1 564,950.00 $64,950.00 Jurisdiction Regional hplert Pro -comment Gtr gory Sub -Category txsciptlne tine item it Uetalted item (*scriptSon AFL II qty Unit Cost Final Budget Allecatton Miami Equipment Equipment Equipment Fire Rescue Fire Rescue 2021.010 PSAP Go Kits (COOP Project) 14C1 -01 -COOP 1 $35,000.00 $35,000.00 Miami Equipment 2021-05G 1HAT Explosion Detection P O7ED-01-IMOB, 0722.00-NCBR 5 $18.500.00 592,500.00 Miami Equipment Equipment Fire Rescue 2021-12C Tablets for Survey 123 0411W-01-INHW 50 51,700.00 $83,000.00 Miami Beach Equipment Equipment Law Enforcement 2021-02F Y Target Hardening at Miami Beach Facilities Fire Stations, Satellite ( Police Stations, Youth Centers( 145W-01 21GN-00-INST 1 $264,836.00 $264,836.40 Miami Gardens Equipment Law Enforcement Enforcement 2021-02G Y u Video Wall & Covert Surveillance Technology 04HW-01-INHW„ 04MD-01-VCAM, 12TR-02-TEQP, 030E-02-ROVL, 04SW-04-NETW, 04SW-05-SCAD 1 5327,884.00 5327,884.00 Miami -Dade Equipment Equipment Emergency Management 2021.07D WebEOC Municipal Enhancement 04MD-01-0055 1 $75,000.00 $75,000.00 Miami -Dade Planning Planning Emergency Management 2021-061 THIRA/SPR for the County 1 -- 590,000.00 - 590,000.00 Miami -Dade E ul mint q p E ui mint q P Emergency Management 2021-0214 y Security Camera/Access Control for MD Elections Department HQ 145W-01VIDA, 21GN-00-INST ! $150,000.00 5150,000.00 Miami Dade Planning Contractor Emergency Management 2021-061 Whole Community 1 5161.000.00. $]61,000..00 Miami -Dade Miami -Dade - Exercise Contractor Emergency Management 2021-14A Closed POD Exercise and Training Video I $75,515,40 515,515.00 - - -- - Equipment Equipment Emergency Management 2021-021 Y Access Control at MD Elections Department Building 145W-01-PACS, 2lGN-OOINST 2 $250,000.00 5250,000.00 Miami -Dade - Miami -Dade 2 - Equipment Equipment taw Enforcement 2021-038 2021-021 Y - -- Forensic Video Covert Streaming Systems 13LE-00-SURV, 04HW-01-INHW, 04M0-03-DISP, 1OGE-00-GENR 1 5134,058.00 5134,058.00 Equipment - - Equipment Law Enforcement Y Multi Functional Video Wall and work stations for Fusion Center and RTCC 04HW-01INHW 1311 00-INTL 21GN 00 (WED 21GN-04-INST, 04M0-03- CUSP r 1 5667,457.00 5667,457.00 Miami -Dade Equipment Equipment Fire Rescue 2021.1 TA Mobile Solar Power Supply Unit 108C -00.501R 1 5107.554.00 5107,554 110 lurtsdkgon Regional Proleo Procurement Category tub .Eatrgory Wscipl nr Use nom Detailed Item Description AEI.* City Unit Cost 1treat Budget Allge,aIisn Miami -Dade Miami -Dade Equipment Training Equipment Training Fire Rescue Fire Rescue 2021-05H 2021.06K MCI Ambulance Bus/Mobile Treatment Unit IMTU) NIMS KS Position Specific Training 12VE-00-ABUS 1 $583,961.00 $105,000.00 $583,961.00 $105,000.00 Miami -Dade Planning Training Fire Rescue 2021.061 Planning, Training and Exercises: UASI Homeland Security N/A 1 $5,000.00 $5,000.00 Miramar Equipment Equipment Fire Rescue 2021-08C Training Mannequins for CERT 04AP-08-SIMS 3 $4,000.00 $12,000.00 Miramar Equipment Equipment Fire Rescue 2021-080 Miramar CERT Equipment 216N-00-CCEQ 1 $1,293.00 $1,293.00 Miramar Equipment Equipment Fire Rescue 2021-07E WebEOC Fleet Eyes Software OS CDSS, 04AP-02-AVLS 1 $30,000.00 530.000.00 Miramar Equipment Equipment Fire Rescue 2021-120 Thermal Imaging Cameras 030E-02-TIIA 5 $9,030.00 $45,000.00 Miramar Equipment Equipment Fire Rescue 2021-23F Ballistic Helmets 011E-01-HLMT 2 $10,000.00 $10,000.00 Miramar Exercise Exercise Emergency Management Emergency Management Emergency Management 2021.01E Cybersecurlty Election Based Incident Response TTX 1 $100,000.00 $100,000.00 Miramar Miramar Planning Training Contractor Planning 2021-06M 2021.06N THIRA/SPR for the City PT&E: Homeland Security Conference and ICS courses (Virtual if necessary) 1 1 $50,000.00 $71,000.00 $50,000-00 $71,000.00 Miramar Equipment Equipment Fire Rescue 2021-051 y Personal Radiation Detectors {PRD) 07RD-02-PRDA 4 $2,500.00 $10,000.00 Monroe Equipment Equipment Law Enforcement 2021-1013 SWAT Personnel Carrier with Corns 12VE-U0-MISS 1 $100,000.00 $100,000.00 Monroe Equipment Equipment Late Enforcement 2021.1St APXB000 700/800 Portable Radios 06CP-01-PORT 6 $5,403.00 $32.418,00 Monroe Equipment Exercise Emergency Management 2021-051 Radiation Portal Monitor 155C-00-PMON $18,285.00 $18,285.00 7 Jurisdiction f`ianxl Project PraCui[ 1'9 f:Yi Category Sub. I Discipline rryi4ne One Item �a b Oftener/ item UescrbPdon And Qry Unk Curt Rn af +rdgrt Alucabea Monroe Palm Beach County _ Equipment Equipnieet Fire Rescue 2021-05K Hairnet Trailer with various hazmat equipment and PPE 12TR-00-TEQP, 01CB-04-ENSM, O iCB-02-ENSM, 01VT-OZ-FTWR, 01 VT-02-GARM, O1VT•02-GLOV, 012A -04 -HEAR, 07CD-01-DPGC, see template for list of AELs 1 $114.133.00 $114,133.00 Equipment Equipment Emergency Management 2021-07F EOC Technology Upgrades to include 53 microcomputers, 104 laptops, 2 all -in -one computers, 27 desktop computers and 4 printers 1 5156,150.00 $1Sfi,150.00 Palm Beach County Equipment Equipment Emergency Management _ 2021-11B Logistics/Oeplaya1le equipment: Fort/shelter(125k) and generator 5584,576) 1 $209,576.00 5209,576.00 PESO Equipment Equipment lew Enforcement 2021-136 SWAT Night Vision Goggles 030E-02-TILA. 19 $8,600 00 $163,400.00 P850 Training Planning Law Enforcemem 2021-04E Y Community Business Partners Against Terrorism Program 1 $92,376.00 $92,326.00 P550 Equipment Equipment Law Enforcement 2021-051 Y Bomb Suit (40k) and Man Portable Bomb Robot {70k) O2PE-01-BSUT and 02EX-02- RIBTI 1 $110,000.00 $110,000.00 Pembroke Pines OILF-01-HIMT Equipment Equipment t Fire Rescue 2021-13H - 66 Body Helmets and Body Armor for Fire/EMSpersonnel for deployment to hotrones. tillE-01-ARMR 66 $1,133-00 $74,778.00 Pembroke Pines Pembroke Pines Equipment Equipment Law Enforcement 20214 Y Data Analytics liar RTCC 131T -00 -FACE; 0413W-01-fNHW 1 $214,000.00 $0.00 Equipment Equipment Fire Rescue 2021-05M Y 6 -Gas Detectors 07CD-01-DPGC 10 $2,300.00 $23,000.00 Pembroke Pines Equipment Equiptent File Rescue 2021-12E Thermal Imaging Cameras 030E-02-T1lA 3 55,300.00 $18,901.00 Sunrise Equipment Equipment Law Enforcement 2021-10C Bear Cat for SWAT 12VE-OD-MISS 1 $360,129.00 $360,121.00 8 lrrtedieboet Regional "eat Procurement Category Sub -Category Discipline une nets t 5 Detailed Item Description AEI a City Unit Con Final Budget Allocation Regional Miami Planning Personnel Emergency Management 2021-060 Regional. Program Manager. This position assists the Miami and Ft. Lauderdale with regional planning needs (e.g. drafting of iniresimejit justifications, coordination of I1'AWG meetings, development of annual budgets, etc.). Planning 1 $110,000.00 $110,000.00 Regional Miami Planning Personnel Emergency Management 2021-06P Regional Planning, Training and Exercises Coordinator- this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. Planning 1 $75,000.00 $75,000.00 Regional P850 Fusion Organization Personnel Law Enforcement 2021-03C Y Fusion Center Analysts Organization S 557,500-00 $287,500.001 Regional Miami Planning Training Emergency Management 2021-060 Regional Planning, Training & Exercise to include attendance at grant related meetings 219N-00-TRNG Y $20,876.00 $20,676.00 Regional Miami Organization Equipment Law Enforcement 2021-01G Y Regional Cybersecurity Analysts Project 2 5150,000.00 $300,000.00 Regional P850 Fusion Planning Personnel Law Enforcement 2021-01H Y Metadata Planner 1 $43,000.00 $43,000.00 Regional P850Fusion Equipment Training Law Enforcement 2021-030 V Fusion Center Operations to include computer hardware and peripherals, software maintenance, DHS sponsored Training, alert system and TLO program support and office supplies/equipment 0411W-01-INHW 1317-00-INTL 131T -00 -AI RT 1 5270,000.00 5270,000.00 Regional Miami Equipment Training Emergency Management 2021-07G Incident command software system needed for regional info sharing during emergency operations as well as non- emergency situations to provide a platform for day-to-day regional info sharing and updates. (WebEOC) 04AP-OS-CDSS O4AP-O3,G155 SSW-04-N€TW 1 $150,000.00 $150,000.00 Regional Ft. Lauderdale Training Equipment All Disciplines 2021.-03E Regional Citizen Corps/CERT Planning, Training Exercise and Equipment ' 196N-00-BGPK 06CP-01-PORT 21GN.Oi -CCECt 1 5100,000.00 $300,000.00 9 Jurisdiction Regional Prvlett Procurement Category Sub Category Discipline Line tram n a Detailed item Description A£Li ON Unit Cost Final Budget Aflocatirre Regional Ft. Lauderdale Equipment Training Ail Disciplines 2021-1SF Deployable LTE Radio & Celluar Comm Kit - ROSTF 7 interoperable Trailer - Regional Project 06CC-02-DSAD, 21GN-00-TRNG 1 $23,150.00 523,150.00 Regional IDLE Equipment Equipment law Enforcement 2021-15G t:ommunicaUonstnteroperabalky System 06CP-01-PORT 1 $8,000.00 $8,000.00 Regional FOLE Equipment Equipment Law Enforcement 2021-15H 7 Satellite Radios 06CC-03-SATM 1 $6,570.00 $6,570.00. Regional FDLE Equipment q p 216N-00-MAIN E ui ment q p Law Enforcement 2021-096 Maintenance/Sustalnment• Regional Command Vehicle Wrap 1 $5,750,00 $5,750.00 Regional Miami Beach Equipment Equipment Law Enforcement 2021-04F Y Regional LPR Protect 131T-00.1NTL 030E-01-ALPR, 216N-O0-CN5T 1 5250,000,00 $250,000,00 Regional Miami Equipment Equipment Fire 2021-05N Radiation Detection for Hatrnat to Include: 1 AreaRae Pro Rapid Deployment Kit ROB, cylinder (calibration), FUR Identifinder R200 PRND, annual calibration, FTIR Technology, Auto rae controier and cradles 07CS-01-KAVC, OryCD-01•DPMG, D7RD-02-PROA, 07C5-01-KLCS 1 5150,000:00 $150,000.00 Regional g P650 Equipment Equipment Law Enforcement 2021-03E Y Regional Maritime Radar Project - Monroe 145W-02•RADR I $330.000.00 $330,000.00 Regional 8 MDEM Planning Exercise Emergency Management 2021-11C Logistics/Resource Management Project 1 $116,225.00 5i16,225.00 Regional MDPD Equipment Equipment Fire 2021-151 Communications 700MHi Overlay 06CP-01-BASE, 06CP-02-BRDG 1 $436,888.00 $436,888.00 Regional P650 Training Law Enforcement 2021-01 Y Cyber Response Training 1 $313,243.00 $313,293.00 Total $14,012,500.00 $14,012,500.00 D 00 $2,212,500.00 10 ?t oJ e egk Rpracu�re�ream� tarisdictFen ta bGtgory Discipli ne tine nem k Detailed Item Destrlpti nn AFL. II Qty U nit C os! Final Budget aeaatlpn J 11 2021 UASI Sub -Recipients Broward County Emergency Management (BEMA) Broward Sheriffs Office (BSO) Coral Gables Coral Springs Fort Lauderdale Hialeah Hollywood Key Biscayne Miami Beach Miami Gardens Miami -Dade (Fire, Police and Emergency Management) Miramar Monroe County (Fire, Police and Emergency Management) Palm Beach County Emergency Management Palm Beach County Sheriff's Office (PBSO) Pembroke Pines Sunrise Regional — Projects shared across the entire region that includes members listed above as well as: Florida Department of Law Enforcement (FDLE) MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2021 "Jurisdiction" Agreement Number: R0521 FAIN Number: EMW 2021 -SS -0 050-501 CFDA #. 07.067 This Agreement is entered into this day of , 2022, by and between the City of Miami, a municipal corporation of the State of Florida, (the "Sponsoring Agency") and , (the "Participating Agency"), RECITALS WHEREAS, the U.S. Department of Homeland Security (USDHS) is providing financial assistance to the Miami urban area in the amount $14,012,500 dollars through the Urban Area Security Initiative (UASI) Grant Program 2021; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2021; 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 2021 and involve core cities, core counties, contiguous jurisdictions, mutu2il aid partners, and State agencies; and WHEREAS, the 2021 Urban Area has been defined Miami and Ft. Lauderdale collectively and anticipates sub -granting a portion of the UASI funds in accordance with the grant requirements; and WHEREAS, the City Commission, by Resolution No, _ , adopted on 2022 , 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 sr act. NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follow: 1 I. PURPOSE A. This Agreement delineates responsiblities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2021 which was made available by the U.S. Department of Homeland Security and the State of Flcrida Division of Emergency Management (FDEM). B. This Agreemert serves as the Scope of Work between the Participating Agency and the Sponsor rig Agency. II. SCOPE A. The provisions of this Agreement apply to UASI Grant Program 2021 activities to be performed at the request of the federal government, provided at the option of the Sponsoring Agency, and n 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 it perfcrmirg local and slate 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 anc certification; and the collection, tracking, and reporting of incident information and incident resources. B. Core County: The County within which the core city is geograph'cally located. The core city is the City of M aml. C. UASI Grant Program 2021: The UASI Grant Program 2021 reflects the intent of Congress and the Administration to enhance and cuantify the preparedness of the nation to combat terrorism and continues to address the unique equipmert, training, planning, organization and exercise needs of large high threat urban areas, and program activities must involve coordination by the identified core city, core countylcounties, and the respective State Administrative Agency. Funding for the UASI Grant Program 2021 was appropriated by U.S. Congress and Is authorized by Public Law 108-11, the Emergency Wartime Supplenentei Appropriations Act, 2003. The funding wilt aid in buildirg an enhanced and sustainable capacity to plan, prevent, protect, mitigate, responc to, and recover from threats or acts of terrorism for the selected urban areas. D. National Incident Management System (NJMS): This system will provide a consistent nationwide approach for federal, state, and local governments to work effectively and efficiently tcgethe' 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 iota; capabilities, the NUS 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 A'ea Working Group (UAWG): The State Administrating Agency Point of Contact (SAA POC) must work through the Mayor/CEOs from all other jurisdictions within the definec urban area to identify POCs from these jurisdictions to sere on the Urban Area Working Group. The Urban Area Working Group wil 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. Urbar Area; An urban area is limited to inclusion of jursdictions contiguous to the core city and county,+counties, or with which the core city cr county/counties have established forma. mutual aid agreements. IV. SPONSORING AGENCY SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which sha,l be the City of ;Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with the FDEM and USDHS. C. Conducting a comprehensive Urban Area Assessment, which will in turn guide the development of an Urban Area Stakeholder Preparedness Review. D. Ensuring me 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, pubic safety communications, healthcare and public health. E. Developing a comprehensive Urban Area Stakeholder Preparedness Review and seernit to the SAA POC. F. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1", C. 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. Suomittiang 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 respcnsibiiities of the Sponsoring Agency. B. Participating Agencies and any sub -grantees must abide by the grant requirements including budget authorizations, required accounting and reporting expenditures, proper use of funds, and tracking of assets as stipulated in "Exhibit #1". C. Submitting quarterly reports to the City of Miami detailing the progress of projects to include direct purchases of equipment or services as stipulated in "Exhibit #1", D. Complying with all UASI Grant Program 2021 requirements as stipulated it "Exhibit #1". E. Participating as a member of the Urban Area Working Group to include coordinating with and assisting the City of Miami in conducting a comprehensive Urban Area Assessment, which in turn will guide development of an Urban Area Stakeholder Preparedness Review, F. Ensuring the participation of the fcllowing critical players in the assessment and Stakeholder Preparedness Review development process. law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works. governmental administrative, pubic safety communications, healthcare and public heath. G. Assisting the sponsoring agency In development of a comprehensive Urban Area assessment and Stakeholder Preparedness Review. H. Complying with the requirements or statutory objectives otfederal 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 Spcnsor rg Agency as stipulated In "Exhibit #1 K. Maintaining an equipment inventory of UASI purchased items. L. Ensure that ecuipment obtained From the UASI Grant Program 2C21, as identified in `Exhibit #2°, is readily available for use by personnel trained to use such equipment for actual emergencies, special 4 events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by OHS, FDEM, and the Sponsoring Agency. If the Participating Agency is incapable of staffing the equipment, such equipment shall be made available to another Participating Agency for use during any actual emergencies, special events or exercises. Failure to ensure equipment availabiii".y may result n loss of funding and/or equipment to the Participating Agency. M. All equipment obtained from the UASI Grant Program 2021, as identified in "Exhibit 2", is the sole responslbi'•ity 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 administerec scle'y by the Sponsoring Agency. B. The Participat'ng Agencies will provide financial and perfomiance reports tc 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 rtended to serve as a wander 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 merrier 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 personne costs PRIOR to submitting the same for reimbursement to the Sponsoring Agency. VII. FINANCIAL AGREEMENTS A. Financial and Compliance Audit Report: Recipients that expend $750,000 or more of Federal funds during the, 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 Hornelard Security and the Comptroller General of the United States shall have access to any books, documents, and records of recipients of UASI Grant Program 2021 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these doc_ etents are related to the receipt or use of such assistance. The grantee will a'so give the sponsoring agency cc the Comptroller General, through any autnorized representative, access to and the right to examine all records, books, papers or documents related to the grant. C. Financial Status Reports are due within 14 days after the end of each calendar quarter. A repert 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. Subm t progress reports to describe progress to date in implementing the grant and its impact cc homeland security in tare 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". V111. CONDITIONS, AMENDMENTS, AND TERMINATION A. The Participating Agency will not legally discriminate against any employee or applicant for employment on the grounds cf 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 Jaw or regulation, or invalidated by a court o` competent jurisdiction, shall lee 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 it full force and effect. C. This Agreement may be terminated by either party on thirty (30) days written noire to the other party at tee 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 ties 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, 2023, unless otherwise extended, by a written amendment duly approved and executed prior to June 30, 2023, unless otherwise extended, at which time the parties may agree to renew the association. Renewal will be based on evaluation of the Sponsoring Agency's ability to conform to procedures, training and equipment standards as prescribed by the grant. IX. MISCELLANEOUS OVERALL Counterparts; Electronic Signatures. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: BY: BY: Todd B, Hannon City Clerk Arthur Noriega City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: BY: BY: Victoria Mendez Ann -Marie Sharpe, Director City Attorney Department of Risk Management 7 PARTICIPATING AGENCY "(sub -recipient)" ATTEST: BY: Name: NAME: Title: TITLE: FID #: DUNS: APPROVED AS TO FORM AND CORRECTNESS: Participating Agency Attorney 8