Loading...
HomeMy WebLinkAboutItem C07 C7 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein,District 5 Board of County Commissioners Meeting June 18, 2025 Agenda Item Number: C7 2023-4078 BULK ITEM: Yes DEPARTMENT: Emergency Management TIME APPROXIMATE: STAFF CONTACT: Mike Lalbachan 9:30AM AGENDA ITEM WORDING: Approval of a UASI (Urban Area Security Initiative) FY 2024 Memorandum of Agreement with the City of Miami, concerning a United States Department of Homeland Security Office of Grants and Training grant, through the State of Florida Division of Emergency Management sub-grant agreement R1193, in the amount of $233,777.00, with no county match required, and approval for the County Administrator or designee to execute any additional documentation related to this MOA. ITEM BACKGROUND: This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2024 which was made available by the U.S. Department of Homeland Security and the State of Florida Division of Emergency Management (FDEM). The United State Department of Homeland Security, through FDEM, has sub-granted the UASI Grant Program Fiscal Year 2024 to the City of Miami and contiguous partners in the amount of $12,388,404.00. The program targets homeland security funding to "high treat" urban areas in order to prevent, respond to, and recover from threats or acts of terrorism and other disasters of natural or man- made origin. Furthermore, Monroe County has received $233,777.00 to purchase equipment for FY2024 in meeting the UASI objective. PREVIOUS RELEVANT BOCC ACTION: Monroe County BOCC has executed similar agreements with the City of Miami related to UASI grants annually since 2005; for example, on May 15,2024 the BOCC accepted the FY2023 UASI agreement. INSURANCE REQUIRED: No 431 CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: Approval of the UASI 2024 MOA between Monroe County and the City of Miami. DOCUMENTATION: UASI 2024 MOA ® Monroe.pdf UASI 2024 MOA - Monroe Exhibit I.pdf 2024 UASI Budget- Exhibit 2.pdf FINANCIAL IMPACT: N/A 432 MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2024 "Monroe County" Agreement Number: R1193 FAIN Number: EMW-2024-SS-05135 CFDA#: 97.067 This Agreement is entered into this_day of 2025, by and between the City of Miami, a municipal corporation of the State of Florida, (the "Sponsoring Agency") and Monroe County, (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 $12,388,404.00 dollars through the Urban Area Security Initiative (UASI)Grant Program 2024; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2024; 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 2024 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2024 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-25-0031, adopted on February 13, 2025, has authorized the City Manager to enter into this Agreement with each participating agency on behalf of the City of Miami; and WHEREAS, the Sponsoring Agency wishes to work with the participating agencies through the Urban Area Working Group process to enhance Miami and its surrounding jurisdictions ability to respond to a terrorist threat or act. NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: 1 433 I. PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2024 which was made available by the U.S. Department of Homeland Security and the State of Florida Division of Emergency Management (FDEM). B. This Agreement serves as the Scope of Work between the Participating Agency and the Sponsoring Agency. II. SCOPE A. The provisions of this Agreement apply to UASI Grant Program 2024 activities to be performed at the request of the federal government, provided at the option of the Sponsoring Agency, and in conjunction with, preparation for, or in anticipation of, a major disaster or emergency related to terrorism and or weapons of mass destruction. B. No provision in this Agreement limits the activities of the Urban Area Working Group or its Sponsoring Agency in performing local and state functions. III. DEFINITIONS A. Critical Infrastructure:Any system or asset that if attacked would result in catastrophic loss of life and/or catastrophic economic loss management of resources (including systems for classifying types of resources); qualifications and certification; and the collection, tracking, and reporting of incident information and incident resources. B. Core County: The County within which the core city is geographically located. The core city is the City of Miami. C. UASI Grant Program 2024: The UASI Grant Program 2024 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 2024 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 2 434 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". 3 435 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 2024 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 2024, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies, special 4 436 events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by DHS, FDEM, and the Sponsoring Agency. If the Participating Agency is incapable of staffing the equipment, such equipment shall be made available to another Participating Agency for use during any actual emergencies, special events or exercises. Failure to ensure equipment availability may result in loss of funding and/or equipment to the Participating Agency. M. All equipment obtained from the UASI Grant Program 2024, as identified in "Exhibit 2", is the sole responsibility of the receiving agency. This includes, where applicable, maintenance, replacement, training on equipment, and insuring of equipment and personnel, and compliance with intra-agency auditing requirements. VI. THE SPONSORING AGENCY AND THE PARTICIPATING AGENCY AGREE: A. That funding acquired and identified for the Urban Area Security Initiative will be administered solely by the Sponsoring Agency. B. The Participating Agencies will provide financial and performance reports to the sponsoring agency in a timely fashion. The Sponsoring Agency will prepare consolidated reports for submission to the State of Florida as stipulated in "Exhibit 1". C. The Sponsoring Agency is not responsible for personnel salaries, benefits, workers compensation or time related issues of the Participating Agency personnel. D. The Sponsoring Agency and Participating Agency are subdivisions as defined in Section 768.28, Florida Statutes, and each party agrees to be fully responsible for the respective acts and omissions of its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a municipality, state agency or subdivision of the State of Florida to be sued by third parties in any manner arising out of this Agreement or any other contract. E. This is a reimbursement grant that requires the Participating Agencies to purchase, receive, and pay invoices in full for equipment, services, and allowable personnel costs PRIOR to submitting the same for reimbursement to the Sponsoring Agency. VII. FINANCIAL AGREEMENTS A. Financial and Compliance Audit Report: Recipients that expend $750,000 or more of Federal funds during their fiscal year are required to submit an organization-wide financial and compliance audit report. The audit must be performed in accordance with the U.S. General Accounting Office Government Auditing Standards and 2 CFR 200. 5 437 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 2024 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. 6 438 E. This Agreement will end on February 28, 2026, unless otherwise extended, by a written amendment duly approved and executed prior to February 28, 2026, 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 Arthur Noriega City Clerk City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: BY: BY: George Wysong Ann-Marie Sharpe, Director City Attorney Department of Risk Management 7 439 PARTICIPATING AGENCY "(sub-recipient)" ATTEST: MONROE COUNTY BY: Name: NAME: Title: TITLE: FID#: DUNS: ,06NROE COUNTY A BI E FY flV'E FOC � &� " .- "�-».,� P'ED ,J. I� SIrTA U l� ji ° Date 5/23/25 8 440 EXHIBIT 1 Agreement Nurnbors R1193 FEDERALLY FUNDED SUEAWARO AND GRANT AGREEMENT 2 C,I ,f;,§200,1 states that a"subaward may be provided through any form of legal agreement.Including an agreement that the pass-through entity considers a contraot." As defined by2 C.F.R.§200A,"pass-through enttty"means"a non-federal entity that provides a subaward to a Subrecipient to carry out part of a federal program" As defined by 2 C.F.R. §200A,"Subreoipient'means"a non-federal entity that receives a subaward f"'�a pass-through entity to carry out part of a federal award," As defined by 2 C.F.R.§200.1,"Federal award"means"federal financial assieWnce that a non-federal entity receives directly from a federal awarding agenoy or Indirentlyffrom 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 Subrecipient for the Subracipient to carry out part of a federal award raceived by the pass-through entity," The following Information is provided pursuant to 2 C.F,R.§200.332: Subreciplent's name: City,of Miami Fire Resoua_ Subreciplent's unique entity identifier: KJT5RFPMVVTK5 Federal Award Identification Number(FAIN): EMVV-2024-88-05135 Federal Award Date: 5/112024-08I31I2027 Subaward Period of Performance Starl and End Date: 11111.2o24—OB13Q2025 _ Budget period Start and End Date; 1111J2024--08131/2027 Amount of Federal Funds Obligated by this Agreement; 2 388 404.00 Total Amount of Federal Funds Obligated to the 50reoiplent by the pass-through entity to include this Agreement; $42,245,414.44 Total Amount of the Federal Award committed to the Subrecipient by the pass-through entity: $12 388,404,00 Federal award project description(see FFATA): See Article 1,Agreement Articles Name of Federal awarding agency: Dept.of Homeland SQcuritt,_.,,., Name of pass-through entity: FL.Division of Emer enc M mt, Contact information for the pass through entity: Kevin Guthrie Exacutive C]ireetor 2555 5humard Oak Bouts Talig-hassee. Florida 32399� Assistance Listings Number and Title 97,087-Homeland Securitu Grant Program Whether the award is R&D: WA' ---- Indirect cost rate for the Federal award; 441 THIS AGREEMENT is entered into by the State of Florida, Division of Emergency Management,with headquarters in Tallahassee, Florida(hereinafter referred to as"FDEM"), and City,of M i Fire Rescue, (hereinafter referred to as the"Subrecipient"). For the purposes of this Agreement, FDEM serves as the pass-through entity for a federal award, and the Subrecipient serves as the recipient of a subaward, THIS AGREEMENT IS ENTERED INTO BASED ON THE FOLLOWING REPRESENTATIONS: A. The Subrecipient represents that it is fully qualified and eligible to receive these grant funds to provide the services Identified herein; B. The State of Florida received these grant funds from the Federal Government,and FDEM has the authority to subgrant these funds to the Subrecipient upon the terms and conditions outlined below; and, C. FDEM has statutory authority to disburse the funds under this Agreement. THEREFORE, FDEM and the Subrecipient agree to the following; (1) APPLICATION OF STATE LAWTO THIS AGREEMENT 2 C.F.R. §200.302(a) provides: "Each state must expend and account for the Federal award in accordance with state laws and procedures for expending and accounting for the state's own funds, . ." Therefore, section 215.971, Florida Statutes, entitled "Agreements funded with federal or state assistance,"applies to this Agreement. (2) LAWS RULES REGULATIONS AND POLICIES a. The Subrecipient's performance under this Agreement is subject to 2 C.F.R. Part 200, entitled"Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards." b. As required by Section 215.971(1), Florida Statutes, this Agreement includes: 1. A provision specifying a scope of work that clearly establishes the tasks that the Subrecipient is required to perform. !I. A provision dividing the agreement into quantifiable units of deliverables that must be received and accepted in writing by FDEM 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 apply if the Subrecipient fails to perform the minimum level of service required by the agreement. iv. A provision specifying that the Subrecipient may expend funds only for allowable costs resulting from obligations incurred during the specified agreement period. V. A provision specifying that any balance of unobligated funds which has been advanced or paid must be refunded to FDEM. vi, A provision specifying that any funds paid in excess of the amount to which the Subrecipient is entitled under the terms and conditions of the agreement must be refunded to FDEM. 2 442 c. In addition to the foregoing,the Subrecipient and FDEM shall be governed by all applicable State of Florida and Federal laws, rules and regulations, including those identified In Attachment D, Any express reference in this Agreement to a particular statute, rule, or regulation in no way implies that no other statute, rule, or regulation applies, (3) CONTACT a. In accordance with section 215.971(2)(a)1, Florida Statutes, FDEM's Grant Manager shall be responsible for enforcing performance of this Agreement's terms and conditions and shall serve as FDEM's liaison with the Subrecipient. The Grant Manager for FDEM shall: i. Monitor and document Subrecipient performance; and, li. Review and document all deliverables for which the Subrecipient requests payment. b. FDEM's Grant Manager for this Agreement is: Camilla Williams 2555 Shumard Oak Boulevard Tallahassee, Florida 32399 Telephone: (448)220-7147 Fax: Email:'Cam illa.WilIlams(a),em.m, fl�.com c. The name and address of the Representative of the Subrecipient responsible for the administration of this Agreement is: AFC Grant Musser _444 SW 2nd Ave, 10th Floor Miami, Ft, 33130 Telephone: 305-416-5402 Fax: 305-4164665 Email: gmusser@miamigov.com d. In the event that different representatives or addresses are designated by either party after execution of this Agreement, notice of the name, title, and address of the new representative shall be provided to the other party. (4) TERMS AND CONDITIONS This Agreement contains all the terms and conditions agreed upon by the parties. (5) EXECUTION This Agreement may be executed in counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. This Agreement shall be signed by the Subrecipient and returned to FDEM for execution no later than forty-five(45) days following initial notification of receipt. Failure to return the signed agreement by the deadline may result in termination of 3 443 the grant award. Subrecipients must have an executed agreement by both parties prior to carrying out work, procurement and expending of funds for this agreement and shall comply with all the requirements in 2 C.F.R. Part 200 (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards). (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 original of this Agreement. Subrecipients may initiate a one-time extension of the period of performance by up to six - (6) months unless one or more of the conditions outlined In (1)through(iii)of this section apply. For one- time extensions, the Subrecipient shall notify FDEM in writing with the supporting reasons and revised period of performance at least one hundred eighty (180) calendar days before the end of the period of performance. This one-time extension shall not be exercised merely for the purpose of spending down the award balance. Extensions require explicit prior FDEM approval when: (i)The terms and conditions of the federal award prohibit the extension. (ii)The extension requires additional federal Funds, (iii)The extension involves any change in the approved objectives or scope of the project. (7) SCOPE OF WORTS, The Subrecipient 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 on November 1, 2024 and shall end August 31, 2028 unless terminated earlier in accordance with the provisions of Paragraph(17) of this Agreement. Consistent with the definition of"period of performance" contained to 2 C.F.R. §200.1, the term"period of agreement" refers to the time during which the Subrecipient"may incur new obligations to carry out the work authorized under"this Agreement. In accordance with 2 C.F.R. § 200.1,the Subrecipient may receive reimbursement under this Agreement only for"allowable costs incurred during the period of performance." In accordance with section 215.971(1)(d), Florida Statutes, the Subrecipient may expend funds authorized by this Agreement"only for allowable costs resulting from obligations incurred during" the period of agreement. (9) FUNDING a. This is a cost-reimbursement agreement, subject to the availability of funds. b. The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature, and subject to any modification in accordance with either Chapter 216, Florida Statutes, or the Florida Constitution. c. FDEM shall reimburse the Subrecipient only for allowable costs incurred by the Subrecipient in the successful completion of each deliverable. The maximum reimbursement amount for 4 - 444 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$12,388,404.00, d. As required by 2 C.F.R. §200.415(a), any request for payment under this Agreement shall include a certification,signed by an official who is authorized to legally bind the Subrecipient,which reads as follows: "By signing this report, 1 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. l 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 16, Section 1001 and Title 31, Sections 3729-3730 and 3801-3812)." e, FDEM shall review any request for reimbursement by comparing the documentation provided by the Subrecipient against a performance measure, outlined in Attachment B, that clearly delineates: i. The required minimum acceptable level of service to be performed; and, ii. The criteria for evaluating the successful completion of each deliverable, f, The performance measure required by section 215.971(1)(b), Florida Statutes, remains consistent with the requirement for a"performance goal', which is defined in 2 C.F.R. §200.1 as "a target level of performance expressed as a tangible, measurable objective, against which actual achievement can be compared." It also remains consistent with the requirement, contained in 2 C.F.R. § 200.329, that FDEM and the Subrecipient"relate financial data to performance goals and objectives of the Federal award." g. If authorized by the federal awarding agency, then F10EM shall reimburse the Subrecipient for overtime expenses in accordance with 2 C.F.R. §200.430("Compensation--personal services")and 2 C.F.R. §200.431 ("Compensation—fringe benefits"), If the Subrecipient seeks reimbursement for overtime expenses for periods when no work is performed due to vacation, holiday, illness,failure of the employer to provide sufficient work, or other similar cause(see 29 U.S.C. § 207(e)(2)),then FDEM shall treat the expense as a fringe benefit. 2 C.F.R. §200.431(a) defines fringe benefits as"allowances and services provided by employers to their employees as compensation in addition to regular salaries and wages," Fringe benefits are allowable under this Agreement as long as the benefits are reasonable and are required by law, Subrecipient-employee agreement, or an established policy of the Subrecipient. 2 C.F.R. §200,431(b) provides that the cost of fringe benefits in the form of regular compensation paid to employees during periods of authorized absences from the job, such as for annual leave, family-related leave, sick leave, holidays, court leave, military leave, administrative leave, and other similar benefits, are allowable if all of the following criteria are met: 1. They are provided under established written leave policies; L. The costs are equitably allocated to all related activities, including federal awards; and, 5 445 N. The accounting basis (cash or accrual)selected for costing each type of leave is consistently followed by the non-federal entity or specified grouping of employees. h. If authorized by the federal awarding agency, then FDEM shall reimburse the Subreciplent for travel expenses in accordance with 2 C.F.R. §200.475. Reimbursement for travel shall be in accordance with section 112.061, Florida Statutes,which includes submission of the claim on the approved state travel voucher. if the Subreciplent seeks reimbursement for travel costs that exceed the amounts stated in section 112,061(6)(b),Florida Statutes($6 for breakfast, $11 for lunch, and$19 for dinner), then the Subreciplent shall provide documentation that: i. The costs are reasonable and do not exceed charges normally allowed by the Subrecipient in its regular operations as a result of the Subrecipient's written travel policy; and, il. Participation of the individual in the travel is necessary to the Federal award. I. FDEM's grant manager, as required by section 216.971(2)(c), Florida Statutes, shall reconcile and verify all funds received against all funds expended during the grant agreement period and produce a final reconciliation report. The final report shall identify any funds paid in excess of the expenditures incurred by the Subreciplent. j. As defined by 2 C.F.R. §200.1,the term"improper payment" means or includes: i. Any payment that should not have been made or that was made in an incorrect amount(including overpayments and underpayments) under statutory, contractual, administrative, or other legally applicable requirements; and, ii, Any payment to an ineligible party, any payment for an ineligible good or service, any duplicate payment, any payment for a good or service not received (except for such payments where authorized by law), any payment that does not account for credit for applicable discounts, and any payment where insufficient or lack of documentation prevents a reviewer from discerning whether a payment was proper. k, Any advance payment under this Agreement is subject to section 216.181(16), Florida Statutes.All advances are required to be held in an interest-bearing account and may not exceed fifty percent of the grant award. if an advance payment is requested,an estimated expense table and justification statement shall be included with this Agreement as indicated in Attachment E, Justification of Advance Payment. Attachment E shall specify the amount of advance disbursement requested and provide an explanation of the necessity for and proposed use of the Funds. (10)RE CORDS a. As required by 2 C.F.R. §200.337,the federal awarding agency, Inspectors General, the Comptroller General of the United States, and FIDEM,or any of their authorized representatives, shall enjoy the right of access to any documents, papers, or other records of the Subreciplent which are pertinent 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 Subrecipient's personnel for the purpose of 6 446 interview and discusslon related to such documents. Finally,the right of access is not limited to the required retention period but lasts as long as the records are retained. b. As required by sections 20.055(6)(c) and 215.97(5)(b), Florida Statutes, FI EM,the Chief Inspector General of the State of Florida, the Florida Auditor General, or any of their authorized representatives, shall enjoy the right of access to any documents, financial statements, papers, or other records of the Subrecipient which are pertinent to this Agreement, In order to make audits, examinations, excerpts, and transcripts. The right of access also includes timely and reasonable access to the Subrecipient's personnel for the purpose of interview and discussion related to such documents. c. As required by 2 C.F.R. §200.334, the Subrecipient shall retain sufficient records to show Its compliance with the terms of this Agreement, as well as the compliance of all subcontractors or consultants paid from funds under this Agreement for a period of three(3)years from the date of submission of the final expenditure report.The following are the only exceptions to the three(3)year requirement: Financial records, supporting documents, statistical records,and all other nonfederal entity records pertinent to a federal award shall be retained for a period of three(3)years from the date of submission of the final expenditure report or,for federal awards that are renewed quarterly or annually, from the date of the submission of the quarterly or annual financial report, respectively, as reported to the federal awarding agency or pass-through entity in the case of a Subrecipient, federal awarding agencies and pass-through entities shall not impose any other record retention requirements upon non-federal entities. i. If any litigation, claim, or audit is started before the expiration of the three(3)year period,the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved and final action taken, ii, When the non-federal entity is notified in writing by the federal awarding agency, cognizant agency for audit, oversight agency for audit, cognizant agency for indirect costs, or pass-through entity to extend the retention period. iii. Records for real property and equipment acquired with federal funds shall be retained for three (3)years after final disposition. iv, When records are transferred to or maintained by the federal awarding agency or pass-through entity,the three (3)year retention requirement is not applicable to the nonfederal entity. V. Records for program income transactions after the period of performance. In some cases, recipients shall report program income after the period of performance.Where there is such a requirement, the retention period for the records pertaining to the earning of the program income starts from the end of the non-federal entity's fiscal year in which the program income is earned. vi. Indirect cost rate proposals and cost allocations plans. This paragraph applies to the following types of documents and their supporting records: Indirect cost rate computations or proposals, cost allocation plans, and any similar accounting computations of the rate at which a particular 7 - 447 group of costs is chargeable(such as computer usage chargeback rates or composite fringe benefit rates). 1. If submitted for negotiation. if the proposal, plan, or other computation is required to be submitted to the federal Government(or to the pass-through entity)to form the basis for negotiation of the rate, then the three(3) year retention period for its supporting records starts from the date of such submission. 2, If not submitted for negotiation, If the proposal, plan,or other computation is not required to be submitted to the federal Government(or to the pass-through entity)for negotiation purposes,then the three (3)year retention period for the proposal, plan, or computation and its supporting records starts from the end of the fiscal year(or other accounting period)covered by the proposal, plan, or other computation. d, In accordance with 2 C.F.R. §200.335, the federal awarding agency shall request transfer of certain records to its custody from FDEM or the Subrecipient when it determines that the records possess long-term retention value. However, in order to avoid duplicate recordkeeping,the federal awarding agency may make arrangements for the non-federal entity to retain any records that are continuously needed for joint use, e. In accordance with 2 C.F.R. §200.336, FDEM shall always provide or accept paper versions of Agreement information to and from the Subreciplent upon request. If paper copies are submitted,then FDEM shall not require more than an original and two copies. When original records are electronic and cannot be altered,there is no need to create and retain paper copies. When original records are paper, electronic versions may be substituted through the use of duplication or other forms of electronic media provided that they are subject to periodic quality control reviews, provide reasonable safeguards against alteration, and remain readable. f. As required by 2 C.F.R, §200.303(e), the Subrecipient shall take reasonable measures to safeguard protected personally identifiable information and other information the federal awarding agency or FDEM designates as sensitive or the Subrecipient considers sensitive consistent with applicable federal, state, local, and tribal laws regarding privacy and obligations of confidentiality. g. Section 286.011, Florida Statutes (Florida's Government in the Sunshine Law), provides the citizens of Florida with a right of access to governmental proceedings and mandates three, basic requirements; (1) meetings of public boards or commissions shall be open to the public; (2) reasonable notice of such meetings shall be given; and(3) minutes of the meetings shall be taken and promptly recorded. The mere receipt of public funds by a private entity, standing alone, is insufficient to bring that entity within the ambit of the open government requirements. However, Section 286.011, Florida Statutes(Florida's Government in the Sunshine Law), also applies to private entities that provide services to governmental agencies and that act on behalf of those agencies in the agencies' performance of their public duties. If a public agency delegates the performance of its public purpose to a private entity,then,to the extent that private entity is performing that public purpose, Section 286.011, Florida 8 - 448 Statutes, 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 Section 286.011, Florida Statutes, (Government in the Sunshine Law)applies to board of directors for that volunteer fire department. Thus, to the extent that the Government in the Sunshine Law applies to the Subrecipient based upon the funds provided under this Agreement,the meetings of the Subreoipient's governing board or the meetings of any subcommittee making recommendations to the governing board may be subject to open government requirements. These meetings shall be publicly noticed, open to the public, and the minutes of all the meetings shall be public records, available to the public in accordance with chapter 119, Florida Statutes. h. Chapter 119, Florida Statutes(Florida's Public Records Law), provides a right of access to the records of the state and local governments as well as to private entities acting on their behalf. Unless specifically exempted from disclosure by the Legislature, all materials made or received by a governmental agency (or a private entity acting on behalf of such an agency) in conjunction with official business which are used to perpetuate, communicate, or formalize knowledge qualify as public records subject to public inspection. The mere receipt of public funds by a private entity, standing alone, is insufficient to bring that entity within the ambit of the public record requirements. However, when a public entity delegates a public function to a private entity, the records generated by the private entity's performance of that duty become public records. Thus, the nature and scope of the services provided by a private entity determine whether that entity is acting on behalf of a public agency and is therefore subject to the requirements of chapter 119, Florida Statutes. i. The Subrecipient shall maintain all records for the Subrecipient 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 Program Budget and Scope of Work-Attachment A and B-and 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 THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (860) 815-7671, Records@om.myflorida.00m, or 2656 Shumard Oak Boulevard, Tallahassee, FL 32399. (11)AUDITS a. The Subrecipient shall comply with the audit requirements contained in 2 C.F.R. Part 200, Subpart F. b. In accounting for the receipt and expenditure of funds under this Agreement,the Subrecipient shall follow Generally Accepted Accounting Principles("GAAP"). As defined by 2 C.F.R. § 200.1, GAAP"has the meaning specified In accounting standards issued by the Government Accounting Standards Board (GASB) and the Financial Accounting Standards Board (FASB)." 9 449 I c. When conducting an audit of the Subreciplent's performance under this Agreement, FIDEM shall use Generally Accepted Government Auditing Standards ("GAGAS"). As defined by,2 C.F-R- §200.1, GAGAS,"also known as the Yellow Book, means generaRy accepted government auditing standards issued by the Comptrofler 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 Subrecipient shall be held liable for reimbursement to FIDEM of all funds not spent in accordance with these applicable regulations and Agreement provisions within thirty(30) days after FIDEM has notified the Subrecipient of such non-compliance. e, The Subreciplent shall have all audits completed by an independent auditor,which is defined in section 215,97(2)(i), Florida Statutes, as"an independent certified public accountant licensed under chapter 473." The independent auditor shall state that the audit complied with the applicable provisions noted above. The audit shall be received by FIDEM no later than nine(9) months from the end of the Subriecipient's fiscal year. f, The Subrecipient shall send copies of reporting packages for audits conducted in accordance with 2 C,F,R. Part 200, by or on behalf of the Subrecipient, to FIDEM at the following address'. DEM Sing leAudit@em.myflorida,com OR Office of the Inspector General 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 g, The Subrecipient shall send the Single Audit reporting package and Form SF-SAC to the Federal Audit Clearinghouse by submission online at: YDAp ;�tawi¢tc nu ray h, The Subrecipient shall send any management letter issued by the auditor to FIDEM at the following address: D E M S i n [Nd d a-,c-011-1 OR Office of the Inspector General 2555 Shumard Oak Boulevard Taflahassee, Florida 32399-2100 (12)REPORTS a. Consistent with 2 C.F.R. §200,329, the Subrecipient shall provide FIDEM with quarterly reports and a close-out report. These reports shall include the current status and progress by the Subrecipient and all subcontractors in completing the work described in Attachment B-Scope of Work 10 450 and the expenditure of funds under this Agreement, in addition to any other information requested by FDEM. b, Quarterly reports are due to FDEM no later than thirty(30)days after the end of each quarter of the program year and shall be sent each quarter until submission of the close-out report. The ending dates for each quarter of the program year are March 31, June 30, September 30, and December 31. a The close-out report is due sixty(60)days after termination of this Agreement or thirty(30) days after completion of the activities contained in this Agreement,Whichever first occurs, d, If all required reports and copies are not sent to FDEM or are not completed in a manner acceptable to FDEM,then FDEM may withhold further payments until they are completed or may take other action as stated in Paragraph(16)REMEDIES. "Acceptable to FDEM" means that the work product was completed in accordance with Attachments A and B of this Agreement. e, The Subrecipient shall provide additional program updates or information that maybe required by FDEM, f. The Subrecipient shall provide additional reports and information identified in Attachment B. (13)MONITORING. a. Consistent with 2 C.F.R.§200,329 the Subrecipient shall monitor its performance under this Agreement, as well as that of its subcontractors and/or consultants who are paid from funds provided under this Agreement, to ensure that time schedules are being met,the Schedule of Deliverables and Scope of Work are being accomplished within the specified time periods, and other performance goals are being achieved. A review shall be done for each function or activity in Attachment B to this Agreement and reported in the quarterly report. b. In addition to reviews of audits, monitoring procedures may include, but not be limited to, On-site visits by FDEM staff, limited scope audits,and/or other procedures. The Subrecipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by FDEM. In the event that FDEM determines that a limited scope audit of the Subrecipient is appropriate,the Subrecipient agrees to comply with any additional instructions provided by FDEM to the Subrecipient regarding such audit. The Subrecipient further agrees to comply and cooperate with any inspections, reviews, investigations or audits deemed necessary by the Florida Chief Financial Officer or Auditor General. In addition, FDEM shall monitor the performance and financial management by the Subrecipient throughout the contract term to ensure timely completion of all tasks. (14)LIABILITY a. Unless Subrecipient is a State agency or subdivision,as defined In section 768.28(2), Florida Statutes,the Subrecipient is solely responsible to parties it deals with In carrying out the terms of this Agreement; as authorized by section 768.28(19), Florida Statutes, Subrecipient shall hold FDEM t1 - 451 harmless against all claims of whatever nature by third parties arising from the work performance under this Agreement. For purposes of this Agreement, Subrecipient agrees that it is not an employee or agent of FDEM but is an Independent contractor. b. As required by section 768.28(19), Florida Statutes, any Subrecipient which is a state agency or subdivision, as defined in section 768.28(2), Florida Statutes, agrees to be fully responsible for its negligent or tortious acts or omissions which result in claims or suits against FDEM, and agrees to be liable for any damages proximately caused by the acts or omissions to the extent set forth in Section 768.28, Florida Statutes. Nothing herein is intended to serve as a waiver of sovereign immunity by any Subrecipient to which sovereign immunity applies. Nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract. c, As defined in section 200,310 Insurance Coverage: The non-federal entity shall, at a minimum, provide the equivalent insurance coverage for real property and equipment acquired or improved with federal funds as provided to property awned by the non-federal entity. Federally-owned property need not be insured unless required by the terms and conditions of the federal award. (15)DEFAULT If any of the following events occur("Events of Default"),all obligations on the part of FDEM to make further payment of funds shall terminate and FDEM has the option to exercise any of its remedies set forth in Paragraph (16); however, FDEM 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 Subrecipient in this Agreement or any previous agreement with FDEM is or becomes false or misleading in any respect, or if the Subrecipient fails to keep or perform any of the obligations, terms or covenants in this Agreement or any previous agreement with FDEM and has not cured them in timely fashion, or is unable or unwilling to meet its obligations under this Agreement; b. Material adverse changes occur in the financial condition of the Subrecipient at any time during the term of this Agreement, and the Subreciplent fails to cure this adverse change within thirty (30) days from the date written notice is sent by FDEM; c. Any reports required by this Agreement have not been submitted to FDEM or have been submitted with incorrect, incomplete, or insufficient information; or, d. The Subrecipient has failed to perform and complete on time any of its obligations under this Agreement. 12 452 (16)REMEDIES If an Event of Default occurs, then FDEM shall, after thirty(30) calendar days written notice to the Subrecipient and upon the Subrecipient's failure to cure within those thirty(30) days, exercise any one or more of the following remedies, either concurrently or consecutively: a. Terminate this Agreement, provided that the Subrecipient is given at least thirty (30) days prior written notice of the termination. The notice shall be effective when placed in the United States, first class mail, postage prepaid, by registered or certified mail-raturr receipt requested, to the 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 Subrecipient refund to FDEM any monies used for ineligible purposes under the laws, rules and regulations governing the use of these funds, e. Exercise any corrective or remedial actions,to include but not be limited to: i. Request additional information from the Subrecipient 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, M. Advise the Subrecipient to suspend, discontinue or refrain from Incurring costs for any activities in question or iv. Require the Subrecipient to reimburse FDEM for the amount of costs incurred for any items determined to be ineligible; f. FDEM may Administratively close an Agreement. FDEM may use the administrative close-out process when a Subrecipient is not responsive to reasonable efforts to collect required reports needed to complete the standard close-out process. FDEM shall make three (3)written attempts to collect required reports before initiating administrative closeout. In addition, if an agreement is administratively closed, FDEM 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 FDEM needs to administratively close an agreement,this may negatively impact a Subrecipient's ability to obtain future funding; and g. Exercise any other rights or remedies which may be available under law. Pursuing any of the above remedies shall not stop FDEM from pursuing any other remedies in this Agreement or provided at law or in equity. if FDEM waives any right or remedy in this Agreement or fails to insist on strict performance by the Subrecipient, it shall not affect, extend or waive any other right or remedy of FDEM, or affect the 13 - 453 later exercise of the same right or remedy by FDEM for any other default by the Subrecipient. (17)TERMINATION a, FDEM may terminate this Agreement for cause after thirty days(30)written notice. Cause can €nciude misuse of funds,fraud, lack of compliance with applicable rules, laws and regulations, failure to perform on time, and refusal by the Subrecipient to permit public access to any document, paper, letter, or other material subject to disclosure under chapter 119, Florida Statutes, as amended. b. FDEM may terminate this Agreement for cause after rejecting an appeal submitted due to noncompliance, nonactivity, and/or a lack of expenditures for four(4) consecutive quarterly reporting periods. c, FDEM 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 Subrecipient with thirty (30)calendar days prior written notice. d, The parties may agree to terminate this Agreement for their mutual convenience through a written amendment of this Agreement. The amendment shall state the effective date of the termination and the procedures for proper closeout of the Agreement. e. In the event that this Agreement is terminated,the Subrecipient shall not incur new obligations for the terminated portion of the Agreement after the Subrecipient has received the notification of termination. The Subrecipient shall cancel as many outstanding obligations as possible. Costs incurred after receipt of the termination notice shall be disailowed. The Subreciplent shall not be relieved of liability to FDFM because of any breach of Agreement by the Subreciplent. FDEM may, to the extent authorized by law,withhold payments to the Subreciplent for the purpose of set-off until the exact amount of damages due FDEM from the Subreciplent Is determined. (18)PROCUREMENT a. The Subreciplent shall 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 as Appendix I I to 2 C.F.R, Part 200 (entitled "Contract Provisions for Non-Federal Entity Contracts Under Federal Awards"). b. As required by 2 C.F.F . §200.318(i),the Subreciplent shall"maintain records sufficient to detail the history of procurement. These records shall include but are not necessarily limited to the following: rationale for the method of procurement,selection of contract type, contractor selection or rejection, and the basis for the contract price." c. As required by 2 C.F.R. §200.318(b),the Subrecipient 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 Subrecipient shall document, in its quarterly report to FDEM, the progress of any and all subcontractors performing work under this Agreement. J.4 454 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 Subrecipient chooses to subcontract any of the work required under this Agreement,then the Subrecipient shall forward to FDEM a copy of any solicitation(whether competitive or non-competitive)at least ten (10) days prior to the publication or communication of the solicitation. FDEM shall review the solicitation and provide comments, if any,to the Subrecipient within seven (7) business days. Consistent with 2 C.F.R. § 200.325, FDEM shall review the solicitation for compliance with the procurement standards outlined in 2 C.F.R. §200.318 through 200.327 as well as Appendix II to 2 C.F.R. Part 200. Consistent with 2 C.F.R. § 200.318(k), FDEM shall not substitute its judgment for that of the Subrecipient. While the Subrecipient does not need the approval of FDEM in order to publish a competitive solicitation,this review may allow FDEM to identify deficiencies in the vendor requirements or in the commodity or service specifications. FDEM's review and comments shall not constitute an approval of the solicitation. Regardless of FDEM's review, the Subrecipient remains bound by all applicable laws, regulations, and agreement terms. if during its review FDEM identifies any deficiencies, then FDEM shall communicate those deficiencies to the Subrecipient as quickly as possible within the seven (7) business day window outlined above. if the Subrecipient publishes a competitive solicitation after receiving comments from FDEM that the solicitation is deficient,then FDEM may: I. Terminate this Agreement in accordance with the provisions outlined in paragraph (17) above; and, ii, Refuse to reimburse the Subrecipient for any costs associated with that solicitation. e. Except for procurements by micro-purchases pursuant to 2 C.F.R. §200,320(a)(1)or procurements by small purchase procedures pursuant to 2 C.F.R. §200,320(a)(2), if the Subrecipient chooses to subcontract any of the work required under this Agreement,then the Subrecipient shall forward to FDEM a copy of any contemplated contract prior to contract execution. FDEM shall review the unexecuted contract and provide comments, if any,to the Subreciplent within seven (7) business days. Consistent with 2 C.F.R. §200.325, FDEM shall review the unexecuted contract for compliance with the procurement standards outlined in 2 C.F.R.§200.318 through 200.327 as well as Appendix II to 2 G.F.R. Part 200. Consistent with 2 G.F.R. §200.318(k), FDEM shall not substitute its judgment for that of the Subrecipient. While the Subrecipient does not need the approval of FDEM in order to execute a subcontract,this review may allow FDEM to identify deficiencies in the terms and conditions of the subcontract as well as deficiencies in the procurement process that led to the subcontract. FDEM's review and comments shall not constitute an approval of the subcontract. Regardless of FDEM's review, the Subrecipient remains bound by all applicable laws, regulations, and agreement terms. If during its review FDEM identifies any deficiencies,then FDEM shall communicate those deficiencies to the Subrecipient as quickly as possible within the seven (7) business day window outlined above. If the 1S 455 Subrecipient executes a subcontract after receiving a communication from FDEM that the subcontract is non-compliant,then FID M may: 1. Terminate this Agreement in accordance with the provisions outlined in paragraph(17) above; and, H. Refuse to reimburse the Subrecipient for any costs associated with that subcontract. f. The Subreciplent 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 (Hi)the subcontractor shall hold FI7EM and Subrecipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement,to the extent allowed and required by law, effected g. As required by 2 C.F.R. §200.318(c)(1), the Subreciplent 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 shall be excluded from competing for such procurements. The Subrecipient or pass-thru entity shall disclose to FIDEM, in writing, any real or potential conflict of interest that may arise during the administration of the Federal award, as defined by federal statutes or 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 or her immediate family, or his or her partner has a close personal relationship, business relationship, or professional relationship,with a recipient or Subrecipient. 1, As required by 2 C.F.R. §200.319(a),the Subrecipient shall conduct any procurement under this agreement"in a manner providing full and open competition." Accordingly,the Subrecipient shall not: i, Place unreasonable requirements on firms in order for them to qualify to do business; H. Require unnecessary experience or excessive bonding; iii. Use noncompetitive pricing practices between firms or between affiliated companies; iv. Execute noncompetitive contracts to consultants that are on retainer contracts; V. Authorize, condone, or ignore organizational conflicts of interest; A. Specify only a brand name product without allowing vendors to offer an equivalent; 16 456 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; vlll. Engage in any arbitrary action during the procurement process; or, ix. 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. "Except in those cases where applicable Federal statutes expressly mandate or encourage"otherwise, the Subrecipient, as required by 2 C.F.R. §200.319(c), shall not use a geographic preference when procuring commodities or services under this Agreement. k. The Subrecipient 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 287.057(1)(a), Florida Statutes. 1. The Subrecipient shall conduct any procurement involving requests for proposals(i.e. competitive proposals) in accordance with 2 C.F,R. §200.320(b)(2)as well as section 287,057(1)(b), Florida Statutes. m. For each subcontract,the Subrecipient shall provide information to FDEM as to whether that subcontractor is a minority business enterprise, as defined in Section 288.703, Florida Statutes, except for the requirement the subcontractor be domiciled in Florida, on the required Procurement Method Report(Form 6). Additionally,the Subrecipient shall comply with the requirements of 2 C.F.R. §200.321 ("Contracting with small and minority businesses,women's business enterprises, and labor surplus area firms"). n. The Federal Emergency Management Agency(FEMA) has developed helpful resources for Subrecipients using federal grant funds for procurements, These resources are generally available at https;//www.fama.gov/grantslprocurement. FEMA periodically updates this resource page so please check back for the latest information. While not all the provisions discussed in the resources are applicable to this subgrant agreement,the Subrecipient may find these resources helpful when drafting its solicitation and contract for compliance with the Federal procurement standards outlined in 2 C.F.R.§§ 200.318 through 200.327 as well as Appendix II to 2 C.F.R. fart 200. (19)ATTACHMENTS AND EXHIBITS a. All attachments to this Agreement are incorporated as if set out fully. b. In the event of any inconsistencies or conflict between the language of this Agreement and the attachments,the language of the attachments shall control, but only to the extent of the conflict or inconsistency. c. This Agreement has the following attachments: 1. Exhibit 1 -Funding Sources 17 457 ii. Exhibit 2—Certification Regarding Telecommunications and Video Restrictions iii. Exhibit 3--Certification Regarding Lobbying iv. Attachment A—Program Budget V. Attachment B—Scope of Work vi, Attachment C—Deliverables and Performance vii. Attachment D--Program Statutes and Regulations vlii. Attachment E—Justification of Advance Payment ix. Attachment F—Warranties and Representations X. Attachment G—Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion xi. Attachment H—Statement of Assurances xii. Attachment I—Mandatory Contract Provisions xiii. Attachment J—Financial and Program Monitoring Guidelines Av. Attachment K—EHP Guidelines xv. Attachment L—Reimbursement Checklist xvi, Attachment M—Foreign Country of Concern Attestation--PUR 1356 (20)PAYMENTS a. If the necessary funds are not available to fund this Agreement as a result of action by the United States Congress,the Federal Office of Management and Budgeting, the State Chief Financial Officer or under subparagraph (9)b. of this Agreement, all obligations on the part of FDEM to make any further payment of funds shall terminate, and the Subrecipient shall submit its closeout report within thirty(30) days of receiving notice from FDEM. b. Invoices shall be submitted at least quarterly and shall 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 explanation of any circumstances prohibiting the submittal of quarterly invoices shall be submitted to FDEM grant manager as part of the Subrecipient'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. §200,305 and, as applicable, section 216.181(16), Florida Statutes.All requests for advance payments shall be reviewed and considered on a case-by-case basis.All advances are required to be held in an interest-bearing account and shall not exceed fifty percent of the grant award. If an advance payment is requested, an estimated expense table and justification statement shall be included in this Agreement.All advance requests shall be submitted at the time of execution of the original agreement, unless an Environmental Historical Preservation(EHP) review is required. If an EHP is required advance payments shall not be processed until approval from FEMA has been received, Advance requests can only be made by completing Attachment E and shall specify the amount of advance payment needed and provide an 1$ 458 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. 21 REPAYMENTS a. All refunds or repayments due to FDEM 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 Shumard 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 FDEM for collection, Subrecipient shall pay FDEM a service fee of$15.00 or 5%of the face amount of the returned check or draft,whichever is greater. (22) MANDATED CONDITIONS a. The validity of this Agreement Is subject to the truth and accuracy of all the information, representations, and materials submitted or provided by the Subrecipient in this Agreement, in any later submission or response to a FDEM request, or in any submission or response to fulfili the requirements of this Agreement. All of said information, representations; and materials are incorporated by reference. The inaccuracy of the submissions or any material changes shall, at the option of FDEM and with thirty(30) days written notice to the Subrecipient, cause the termination of this Agreement and the release of FDEM from all its obligations to the Subrecipient. b. The laws of the State of Florida shall govern this Agreement. FDEM and the Subrecipient submit to the jurisdiction of the courts of the State of Florida exclusively for any legal action related to this Agreement. Further,the Subrecipient hereby waives any and all privileges and rights relating to venue it may have under chapter 47, Florida Statutes, and any and all such venue privileges and rights it may have under any other statute, rule, or case law, including, but not limited to those grounded on convenience. The Subrecipient hereby submits to venue in the county chosen by FDEM, to wit: Leon County, Florida. c. Any power of approval or disapproval granted to FDEM under the terms of this Agreement shall survive the term of this Agreement. d. The Subrecipient agrees to comply with the Americans With Disabilities Act(Public it Law 101-336,42 U.S.C. Section 12101 et sea.),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. 19 459 e. Whose who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list shall not submit a bid on a contract to provide any goods or services to a public entity, shall not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, shall not submit bids on leases of real property to a public entity, shall not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and shafi not transact business with any public entity in excess of$25,000.00 for a period of thirty-six(36) months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. f. Any Subrecipient 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: L Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a federal department or agency; fl. Have not,within a five(5)year period preceding this proposal been convicted of or had a civil judgment rendered against them for fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public(federal, state or focal)transaction or contract under public transaction;violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery,falsification or destruction of records, making false statements, or receiving stolen property; fit. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (federal, state or local)with commission of any offenses enumerated in paragraph (22)f, ii. of this certification; and, iv. Have not within a five(5)year period preceding this Agreement had one or more public transactions (federal, state or local)terminated for cause or default. g. If the Subrecipient is unable to certify to any of the statements in this certification, then the Subrecipient shall attach an explanation to this Agreement. h. in addition,the Subreelplent shall send to FDEM(by email or by facsimile transmission)the completed "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion" (Attachment G)for each intended subcontractor which Subreciplent plans to fund under this Agreement. The form shall be received by FDEM before the Subrecipient enters into a contract with any subcontractor. i. FDEM reserves the right to unilaterally cancel this Agreement if the Subrecipient refuses to allow public access to all documents, papers, letters or other material subject to the provisions of chapter 119, Florida Statutes,which the Subrecipient created or received under this Agreement. j. If the Subrecipient is allowed to temporarily invest any advances of funds under this Agreement, any interest income shall either be returned to FDEM or be applied against FDEM's obligation to pay the contract amount. 20 460 k. The State of Florida shall not intentionally award publicly funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S,C, Section 1324a(s) [Section 274A(e) of the Immigration and Nationality Act ('INA")]. FDEM shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e)of the INA. Such violation by the Subrecipient of the employment provisions contained in Section 274A(e) of the INA shall be grounds for unilateral cancellation of this Agreement by FDEM. 1. Section 287.05805, Florida Statutes, requires that any state funds provided for the purchase of or improvements to real property are contingent upon the contractor or politicAl subdivision granting to the state a security interest in the property at least to the amount of state funds provided for at least five(5)years from the date of purchase or the completion of the improvements or as further required by law. m. Unless preempted by federal law, FDEM 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), F.S., or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector list, or been engaged in business 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, n, If applicable, pursuant to section 255.0993, Florida Statutes,the Subreciplent shall ensure that any iron or steel product, as defined in section 255.0993(1)(b), Florida Statutes,that is permanently incorporated in the deliverabie(s) resulting from this project, must be produced in the United States. (23)LOBBYING PROHIBITION a. 2 G.F.R. §200.460 prohibits reimbursement for costs associated with certain lobbying activities. b, Section 218.347, Florida Statutes, prohibits"any disbursement of grants and aids appropriations pursuant to a contract or grant to any person or organization unless the terms of the grant or contract prohibit the expenditure of funds for the purpose of lobbying the Legislature, the judicial branch, or a state agency.,, c. No funds or other resources received from FDEM under this Agreement maybe used directly or indirectly to influence legislation or any other official action by the Florida Legislature or any state agency. d. The Subreciplent certifies, by its signature to this Agreement, that to the best of his or her knowledge and belief: i. No federal appropriated funds have been paid or shall be paid, by or on behalf of the Subrecipient,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 the awarding of any federal contract,the making of any federal grant, the 21 i I 461 making of any federal loan,the entering into of any cooperative agreement, and the extension, continuation,renewal, amendment or modification of any federal contract, grant, loan or cooperative agreement. ii. If any funds other than federal appropriated funds have been paid or shall 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 Subrecipient shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities." iii. The Subrecipient shall require that this certification be included in the award documents for all subawards(including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all Subrecipients shall certify and disclose. iv. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1362,Title 31, U,S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $1D,000 and not more than $100,000 for each such failure. v. If this subgrant agreement amount is$100,000 or more,the Subrecipient, and subcontractors, as applicable, shall sign Attachment M--Certification Regarding Lobbying. (24)COPYRIGHT PATENT AND 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 SUBRECIPIENT TO THE STATE OF FLORIDA. a. If the Subreciplent has a pre-existing patent or copyright,the Subrecipient shall retain all rights and entitlements to that pre-existing patent or copyright unless the Agreement provides otherwise. b, If any discovery or invention is developed in the course of or as a result of work or services performed under this Agreement, or in any way connected with it,the Subrecipient shall refer the discovery or invention to FDEM for a determination whether the State of Florida shall seek patent protection in its name. Any patent rights accruing under or in connection with the performance of this Agreement are reserved to the State of Florida. If any books, manuals,films, or other copyrightable material are produced, the Subrecipient shall notify FDEM. Any copyrights accruing under or in connection with the performance under this Agreement are transferred by the Subrecipient to the State of Florida. c, Within thirty(30) days of execution of this Agreement, the Subrecipient shall disclose all intellectual properties relating to the performance of this Agreement which he or she knows or should 22. 462 know could give rise to a patent or copyright. The Subrecipient shall retain all rights and entitlements to any pre-existing Intellectual property which is disclosed. Failure to disclose shall indicate that no such property exists. FDEM shall then, under Paragraph (24) b., have the right to all patents and copyrights which accrue during performance of the Agreement. d. If the Subreclpient 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 Subrecipient shall become the sole property of the Subrecipient. 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, undivided interest in and to such joint inventions. FDEM shall 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 Subrecipient, under this Agreement,for Florida government purposes. (26)LEGAL,AUTHORIZATION The Subrecipient 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 Subrecipient also certifies that the undersigned person has the authority to legally execute and bind Subreciplent to the terms of this Agreement. (26)RQUAL OPPORTUNITY EMPLOYMENT a. In accordance with 41 G.F.R. §60-1.4(b),the Subrecipient hereby agrees that it shall incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60,which is paid for in whole or in part with funds obtained from the federal government or borrowed on the credit of the federal government pursuant to a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee,the following equal opportunity clause: During the performance of this contract,the contractor agrees as follows: 1. The contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex,sexual orientation, gender identity, or national origin. The contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, Including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 23 - 463 ii. The contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants shall receive considerations for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. N. The contractor shall not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to Individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, Including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor shall 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 shall comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. vi, The contractor shall furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations,and orders of the Secretary of Labor, or pursuant thereto, and shall 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. A. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract 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 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. viii. The contractor shall 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 shall be binding upon each subcontractor or vendor. 24 464 The contractor shall 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: Provided, 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 €itigation to protect the interests of the United States, b. The Subrecipient further agrees that it shall be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federaliy assisted construction work: Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. c. The Subrecipient agrees that it shall 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 shall furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it shall otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. d. The Subrociplent further agrees that'it shall refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965,with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive order and shall carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part 11, Subpart D of the Executive order. In addition,the Subrecipient agrees that if it fails or refuses to comply with these undertakings,the administering agency may take any or all of the following actions: cancel,terminate, or suspend in whole or in part this grant(contract, loan, insurance, guarantee); refrain from extending any further assistance to the Subrecipient under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such Subrecipient; and refer the case to the Department of Justice for appropriate legal proceedings. (27)COPELAND ANTI-KICKBACK ACT The Subrecipient hereby agrees that, unless exempt under federal law, it shall incorporate or cause to be incorporated into any contract for construction work, or modification thereof, the following clause: i, Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. §3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable,which are incorporated by reference into this contract. 25 465 ii. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses, ill. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. §5.12. (28)CONTRACT WORK HOURS AND SAFETY STANDARDS If the Subrecipient, with the funds authorized by this Agreement, enters into a contract that exceeds$100,000 and Involves the employment of mechanics or laborers,then any such contract shall 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 shall be required to compute the wages of every mechanic and taborer on the basis of a standard work week of forty(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 forty (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 shall 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. (29)CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROL ACT If the Subrecipient,with the funds authorized by this Agreement, enters into a contract that exceeds$160,000, then any such contract shall include the following provision: Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387)and shall report violations to FEMA and the Regional Office of the Environmental Protection Agency(EPA). (30)SUSPENSION AND DEBARMENT If the Subrecipient,with the funds authorized by this Agreement, enters into a contract, then any such contract shall include the following provisions: 1. 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. § 180.995), 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. § 18QM5). 26 466 H. The contractor shall comply with 2 C.F.R.pt. 160,subpart C and 2 C.F.R. pt.3000, subpart C and shall include a requirement to comply with these regulations in any lower tier covered transaction it enters into. iii. This certification is a material representation of fact relied upon by FDEM. 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 FDEM,the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. iv. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to inciude a provision requiring such compliance in its lower filer covered transactions. (31)BYRD ANTI-LOBBYING AMENDMENT If the Subrecipient,with the funds authorized by this Agreement, enters into a contract, then any such contract shall include the following clause: Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352(as amended). Contractors who apply or bid for an award of$100,000 or more shall file the required certification. Each tier certifies to the tier above that it shall not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 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 Subrecipient enters into a contract with a subcontractor for an award of$100,000 or more, the subcontractor shall sign Exhibit 3—Certification Regarding Lobbying. (32)CONTRACTING WITH SMALL AND MINORITY BUSINESSES,WOMEN'S BUSINESS ENTERPRISES AND LABOR SURPLUS AREA FIRMS a. If the Subrecipient,with the funds authorized by this Agreement, seeks to procure goods or services, then, in accordance with 2 C.F.R.§200.321, the Subrecipient shall take the following affirmative steps to assure that minority businesses,women's business enterprises, and labor surplus area firms are used whenever possible: I. Placing qualified small and minority businesses and women's business enterprises on solicitation fists; il. Assuring that small and minority businesses,and women's business enterprises are solicited whenever 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; 27 467 iv, Establishing delivery schedules,where the requirement permits,which encourage participation by small and minority businesses, and women's business enterprises; V. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and vi. Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs L through v, of this subparagraph. b. The requirement outlined in subparagraph a. above,sometimes referred to as "socioeconomic contracting,"does not impose an obligation to set aside either the solicitation or award of a contract to these types of firms. Rather,the requirement only imposes an obligation to carry out and document the six affirmative steps identified above. c. The"socioeconomic contracting" requirement outlines the affirmative steps that the Subrecipient shall take; the requirements do not preclude the Subrecipient from undertaking additional steps to involve small and minority businesses and women's business enterprises. d. The requirement to divide total requirements,when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises, does not authorize the Subrecipient 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 splitting"), (33)ASSURANCES The Subreciplent shall comply with any Statement of Assurances incorporated as Attachment H. 28 468 IN WITNESS WHEREOF, the parties hereto have executed this Agreement. SUBRIECIAIENT:CITY OF MIAMI FIRE RESCUE Docu618ned by: By. &W MVIL* I9—MCM=Em"' * Name and Title: ,grthur Noriega, City Manager Date: March 20, 2025 1 10:14:26 EDT FID#k 59-80000375 If signing electronically: By providing this electronic signature, I am attesting that!understand that electronic signatures are legally binding and have the same meaning as handwritten signatures, I am also confirming that internal controls have been maintained, and that policies and procedures were property followed to ensure the authenticity of the electronic signature. /acknowledge that typewritten and/or script fonts are not acceptable as a digital signature, All electronic signatures shall be certified digital signatures and include:the signee's name, time and date stamp. This statement is to certify that/confirm that this electronic signature is to be the legally binding equivalent of my handwritten signature and that the data on this form is accurate to the best of my knowledge, STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT Linda McWhorter Digitally signed by Linda McWhorter Date:2025.04.24 14:06:35-04'00' By; for: Name and Title: Kevin Guthrie, Executive Director Date, 24 A ril 2024 29 469 EXHIBIT—I Federal Programs and Resources Awarded THE FOLLOWING FEDERAL RESOURCES ARE AWARDED TO THE SUBRECIPIENT UNDER THIS AGREEMENT: Federal Program: HOMELAND SECURITY GRANT PROGRAM Federal Agency: U.S. Depgrtlnent of Homeland Security, Federal Emergency Management Catalog of Federal Domestic Assistance title and number: 97.067 Award amount: $12,388,404.00 THE FOLLOWING COMPLIANCE REQUIREMENTS APPLY TO THE FEDERAL RESOURCES AWARDED UNDER THIS AGREEMENT: Federal Program: HOMELAND SECURITY GRANT PROGRAM List applicable compliance requirements as follows.- 1 Subrecipient Is to use funding to perform ellgibla activities as identified FY 2024 Department of Homeland Security Notice of Funding Opportunity. 2. Subrecipient is subject to all administrative and financial requirements as set forth in this Agreement or shail not be In compliance with the terms of the Agreement. 1 Subrecipient shall comply with specific laws, rules,or regulations that pertain to how the awarded resources shall be used or how eligibility 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 Subrecipient. SulafeelaketodGITY OF MIAMI FIRE RESCUE By: QILW oviw Date:March 20, 2025 1 10:14:26 EDT p42A... Arthur Noriega, City Manager Printed Name and Title If signing electron!Gaily: By providing this electronic signature, I am attesting that I understand that electronic signatures are legally binding and have the same meaning as handwritten signatures. I am also confirming that internal controls have been maintained, and that policies and procedures were properly followed to ensure the authenticity of the electronic signature. i acknowledge that typewritten anMor script fonts are not acceptable as a digital signature. All electronic signatures shall be certified digital signatures and include.the signee's name, time and date stamp. This statement is to certify that 1 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. 30 470 EXHIBIT—2 Certification Regarding Telecommunications and Video Restrictions Effective August 13, 2020, DHSIFEMA Subrecip'rents, as well as their contractors and subcontractors, shall not use grant funds under the Nonprofit Security Grant Program covered by this Agreement and provided in FY 2024 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 entities 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 telecommunications 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 telecommunications and video surveillance services or equipment is mandated by section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (FY 2019 NDAA), Pub. L No, 116-232 (2018), and 2 C.F,R.§200.216, 200.327,200.471,AND Appendix 11 to 2 C.F.I . Part 200, Subrecipients may use DHSIFEMA grant funding to procure replacement equipment and services impacted by this prohibition, provided the costs are otherwise consistent with the requirements of the FY 2024 Preparedness Grants Manual, applicable appendix to the Manual, and applicable NOFO. DHSIFEMA shall 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 Dahua Technology Company(or any subsidiary or 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 lntefligence 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 Subrecipient identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance or at any time or by any other source,the Subrecipient shall report the information to FDEM: 1. Within one(1) 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 ten (10) business days of submitting the aforementioned information:Any further available information about mitigation actions undertaken or recommended. in addition, the Subrecipient 31 471 shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that shall be incorporated to prevent future use or submission of covered telecommunications equipment or services. Suo,maW o CITY OF MIAMI FIRE RESCUE By QV ' w Date:March 20, 2025 1 10:14:26 EDT BEOCHC372DO42A.. 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 are legally binding and have the same meaning as handwritten signatures. I am also confirming that internal controls have been maintained, and that policies and procedures were properly followed to ensure the authenticity of the electronic signature. 1 acknowledge that typewritten andlor script fonts are not acceptable as a digital signature.All electronic signatures shall be certified digital signatures and include:the signee's name, time and date stamp. This statement is to certify that I confirm that this electronic signature is to be the legally binding equivalent of my handwritten signature and that the data on this form is accurate to the best of my knowledge. 32 - 472 EXHIBIT--3 CERTIFICATION REGARDING LOBBYING Check the appropriate box: IBC This Certification Regarding Lobbying is required because the Contract, Grant, Loan, or Cooperative Agreement shall exceed$100,000 pursuant to 2 C.F.R. Part 200,Appendix 1](1); 31 U.S.C. § 1352; and 44 C,F.R. Part 18, ❑ This Certification is not required because the Contract, Grant, Loan, or Cooperative Agreement shall be equal to or less than$100,000. APPENDIX A 44 C.F.R. PART 18—CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies,to the best of his or her knowledge and belief,that: 1. No federal appropriated funds have been paid or shall be paid, by or on behalf of the undersigned,to any person for influencing or attempting to Influence an officer or employee of an agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any federal contract,the making of any federal grant,the making of any federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan,or cooperative agreement; 2. If any funds other than federal appropriated funds have been paid or shall 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 Form-LLL,"Disclosure 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, and contracts under grants, loans, and cooperative agreements) and that all Subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 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. The Subrecipient or subcontractor, City of 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. Ch. 38,Administrative Remedies for False hwswd Qtatements, apply to this certification and disclosure, if any. rA&W t4vi Signature'bf96Wkel fent/subcontractor's Authorized Official Arthur Noriega, City Manager Name and Title of Subrecipientlsubcontractor's Authorized Official March 20, 2025 l 10:14:26 EDT Date 33 473 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 shall require the 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 http://www.fema.gov/authorized-equipment-list, Fler§2011�)308 (i)(2) Revisk�)n of hudget and I,m)graim p arm,'The Dk6sion may resffict k'anciff,,,'r of funds wnnng d rect cx)st categories av lmagrarns, Wncfions and acWties for Fedi:�a,,,fl avvauds in whk;h the project exceeds ten (10) peicent of the totall lboidqet aw,,,up(ke(J as Iasi approved by the[AvkJon The Diviskm cannal I,)erriflt a har sfer 1hatwould cause any f�edeial aq,.iropruaflon to b(­,,used Pal f,)1I,v-poses otheir than inose Gon ffie @�)P�Lo[)jsistent vdih atton. 'TLJ_aL transfer of Itinds between the catqjooes fisted in fl-ae"Prognim Budget as Scr,�,npe of Work"hs pwrntitfed, However,the ft-ansfem a,af hinds between f9sues is strictly prehibited, 5 011011111111r, jll10/6111/1 A_0 Akli— a6lo rail, ff Award Allocation—Issue $13,040V&00 FY 2024-State Homeland CITY OF MIAMI FIRE State Management&Administration $652,021.00 Security Grant Program— RESCUE withheld 5% Urban Area Security Initiative Issue#4,5 Expendable Award Allocation after 5% $12,388,404,00 reduction LETP-Type Activities (25%of award allocation)This amount is not in $3,260 106,25 addition to the remaining,award amount but instead signifies the amount needed to meet the 25% requirement. Management and Administration (the dollar amount which corresponds $619,420.20 to 5%of the total local agency allocation is shown in the column on the riqht, 34 474 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. AlllowWO Pl[anning,C9,94, Q40ntjtV,, Wlt,cott 'Total cost i 1j,# Developing hazard/threat-specific annexes ............. ........... Developing and implementing homeland security sup port programs and adopting ongoing DHS/FEMA national initiatives Developing related terrorism and other catastrophic event prevention activities ................................ Developing and enhancing plans and protocols Developing or conducting assessments ........... Hiring of full-or part-time staff or contract/consuttants to assist with planning, engagement, and volunteer management activities Cross-Cutting —Planning—(P,TE to include Planners); 1 $1,144,456.00 $1,144,456.00 7 Line item 2024-07 ............... uCross-Cutting— telrn Coordination —(EM Tech 1 $130,000.00 $130,000.00 7 Spport Materials required to conduct planning, engagement, and volunteer management activities Travel/per them related to planning, engagement, and volunteer management activities Overtime and backfill costs (in accordance with operational' Cost Guidance) 35 475 Activities to achieve planning inclusive of people with disabilities and others with access and functional needs and limited English proficiency Coordination with Citizen Corps Councils for public information/education and development Of Volunteer programs Coordination and material support to Citizen Corps Councils and local firehouses for the establishment, training and maintenance of CERTs ............. ............... 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 THIRA/SPR continuity of operations plans Developing or conducting equity assessments to address planning and preparedness disparities for historically underserved communities TOTAL PLANNINO EXPERWTURES, $1.274AM.00 Allowable Organizational Activities(HSGP and LETP) auantity Unit C ost Total Cost Program management Development of whole community partnerships, Structures and mechanisms for information sharing between the public and private sector Implementing modeis, programs, and workforce enhancement initiatives Tools, resources, and activities that facilitate shared situational awareness between the public and private sectors NP5—Community Resilience—Mitigation 1 $1:118,716.00 $118,716.00: 5 (CPATIBPAT); Line item 2024-05 Operational support NP1-ST1 P -Protection— Interdiction and Disruption t MOWN $5:,000.00 (Operational OT), Line item 2024-01 ..................... ................. 36 476 37 ......- ....�. awarding agency„ whichever i applicable. The services of contractors/consultants may also be procured to support the design, development, conduct and evaluation of CBR E exercises, The applicant's formal written procurement policy or the Federal Acquisition Regulations (FAR) must be foflowed. NP3 —CDVE—Response—On-Scene Security, Protection and LE (SWAT Counter-Terrorism, Planning $24,204,00 $24,2K00 and Ex); Line Item 2024-01 Cross-Cutting—Planning (PTE—Trainings)„ Line item 1 $1188,200.00 ' 1a8,200.00 7 2024-07 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 fanning and conduct of the exercise project(s). Supplies-Supplies are items that are expended or consumed during the course of the planning and conduct. of the exercise project(s) (e,g., copying paper, gloves, tape, non-sterile masks, and disposable protective equipment). Interoperable communications exercises Activities to achieve planning inclusive of people with limited English proficiency TOTALEXr 2 2�. ,,i ,,,,:a 6, ,. i ;,,,. �//%.,;; ,i i%/, ;r�/��/�l �i�✓�i/��jr�, ,/rr, 1 �i../i/ii , rr„ , �i%/�, //// � ,'rw „ ,,;t ' �,�,i/..�..._, r/L�..!l/..�%1.,,,.� o �a�,!,�r ,>..,i�i o!,r„ ��,�r i „-„..,.�..«...,.,.:,..�aw- .�,,�,..✓/e..�..........,..,....,.....,..,,..,,....., .,,..„w.....,�. .;,.....e„ ..,,o.....,...,_..� Overtime and backfili for emergency preparedness and response personnel attending DHSIFEMA-sponsored and approved training classes 8 478 Overtime and backfill expenses for part-time and volunteer emergency response personnel participating in DHSIFEMA training NP5—Community Resilience—Mitigation(CERT 1 $110,800.00 $110,800.00 5 Trainings); Line item 2024-06 Training Workshops and Conferences NP4—Cybersecurity—Protection (Cyber Analysts' 1 $15,000.00 $15,000.00 4 Training); Line Item 2024-04 Activities to achieve training inclusive of people with disabilities and others with access and functional needs and limited English proficiency Full or Part-Time Staff or Contractors/Consultants NP1 --STICP—Prevention—Interdiction and Disruption(Marine Unit Specialty Training); Line item 1 $50,000.0o $50,000.00 1 2024-01 NP3—CDVE—Response—On-Scene Security, Protection, and LE(LE Specialty Training); Line item 1 $40,500.00 $40,5o0A0 3 2024-03 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 39 479 immigration enforcement training 777 r/// //✓ c /i,/vr�//L.;':.G%/�.,ra: /„. ��� /, r+v. 1 a,,,w..,...1u,!./ �oucG -w«"u./r ,r,rruw...u��,. a,,.. ,,�,.lrs .,;.,,..,,aw. Eligible Em�trA nrment Acetu��sitf�n t�m�sts The tabie beio trig lights the e�Vo��abie ertmsn arnent � categories fcr tisrvaret. cmnnmretmm� mve iiustnng cf these ai ovvabfe egWprrnent categories, and 5 mecrfrc e>r(uN�nn�r�ent eligible u n er each category, are Ihisted on the Quantity Um^mmt Cat I Total Cost I� web-based er icrn of the Author,jzed Equipment List (AEL)at(�tti�a�",( � wJ'e ia,�r:nviau ftr �m m �� r �n�� en - list, Personal protective equipment _ 9P3_CCVE . Response On-Scene Security, Protection and LE(Ballistic Protection); AEL#01 LE-01-HLMT,01LE-01- $239,448.00 $239,448.00 3 ARMR; Line item 2024-03 E', piosiVe deviCe m mItmgal.ion and remedmation equipment __.,..,. . _ ...,. _ __.... __.........._..__ _......_„ NP I -STtCP-Prevention-Screening,Search, Detection (EOD Portable X-rayGenerator System); AEL#02EX-01= 1 $72,000.00 $72,000,00 1 XRAP; Line item:2024-01 4P3-COVE--Prevention-m.Cn-Scene Security, Protection and LE ("total Containment Vessel Upgrades);AEL#02EX- 1 $238,500.00 $238,500.00 3 00-TCVW; Line item 2024-03 �_ . .......,w._ CDRI E operational search and rescue egWprnent NP1 _ST1CP-Prevention-Screening,Search, Detection (LPR Systems);AEL#030E-011-ALPR,04AP-02-AVLS, 13LE- 1 $746,478.00 $74 ,478.00 1 00-SURV,21GN-00-SNIP —..... — and LE(SWAT Rob t);AEL#030E 07 ROBT 030E-07 onse—On-Scene Security, �on 1 $357,838.00 $357„838.00 3 UPGD, Line item 2024-03 ........... NP3-COVE-Response-On-Scene Security, Protection and LE('Right.Vision); AEL#030E-02-TILA; Line item 2024- 12 $10,822.00 $129,864.00 3 03 — NP3-COVE-Prevention-Screening,Search, Detection 1 $211,727.00 $211,727.00 (Under+vater, W' Sonar); AEL#03WA-02-SONR,14S -02-SGNR; Line item 2024-03 ...—.. 40 480 Response—Mass Search and Rescue(Search and Rescue $244,159.00 $244,159-00 9 Equipment);AEL#03SR-02-TPEL,03SR-03-LSTN, 038R-02- TPEL, 19GN-00-FANE,14SW-02-SONR; Line item 2024-13 Response—Public Health, Healthcare and EMS(Stop the $15,188,00 $16,188.00 9 Bleed Kits); AEL#030E-03-KTFA; Line item 2024-14 77721:"' nN NP5—Community Resilience—Mitigation (Electronic Evacuation Center Registration);AEL#04HW-01-INHW, $149,845.00 $149,845,00 5 06CC,01.CELL, 10BC-00-SOLR, 19MH-00.CONT,04AP-03- GISS,2IGN-00-CNST; Line item 2024-05 Cross-Cutting—Planning(Training Simulator);AEL 404�AP- $119,954.00 $119,964.00 7 08aMS; Line item 2024-07 Cross-Cutting—Operational Coordination(WebEOC);AEL# $330,990.00 $338,99U0 7 04SW-04-NETW,04HW-01-INHW,04AP-05.CDSS,04AP-03- GISS; Line item 2024-08 Cross-Cutting—Operational Coordination(Command and Control Software and Tablets for Fire);AEL#04HW-01. 1 $108,000.00 $108,000,00 INHW, 06CC-01-CELL,04AP-05-CDSS,06CC-05-PRTY; Line item 2024-08 Response—Mass Care Services(FACIFRC Kits);AEL $176,10100 $175,100.00 9 #04HW.01.INHW,04HW-02-BARC; Line item 2024-12 NP2—I&I—Prevention—Forensics and Attribution(Digital $204,916.00 $204,916.00 2 Evidence Platform);AEL#06HS-00-FRNS; Line item 2024-02 NP4—Cybersecurity—Protection(Cybersecurity Equipment);AEL#05AU-00-TOKN,0514P-00.SCAN, 05EN-00- ECRP,05.00-ETRN; 05HS-00-MALW;05NP-00-FWAL; 06NP- $326,570.00 $326,670.00 4 00-IDPS; 05NP-00-SCAN-,05NP-00-SIEM;21GN-00-INST; 21GN-00-MAIN;21GN-00-SHIP,21GN-00-CNST; Line item 2024-04 op" m'21.'..T. N I A. M n Response—Operational Communications (Corns Projects); AEL#06CC-04-SADS,06CC-03-SATB,06CP-03-TOWR, 06CP.0I-HFRQ, 06CP.01-REPT,06CP.01.VOTR,06CP.03- $621,128.00 $621,128.00 9 RAMP, 06CP-02-BRDG,06CP-03-TOWR, 06CP-03-NRSC, 06C P-03-MWAV,06CC-04-EQS D,21 G N-00-CNST,21 GN-00- INST,04HW-03-NETD; Line item 2024-15 — 51 NP3—CDVE—Prevention—Screening,Search, Detection $99,000.00 $99,000.00 3 (Hazmat Detectors);AEL 07C D-01-DPMG, 07CD-04-DCSO; Line item 2024-03 DaGontakm -7-7 0a 41 481 Power equipment(generators, batteries, power cells) ........ ._ CBRNE Reference Materials CBRNE Incident Response Vehicles NP3-CLDVE-Prevention-On-Scene Security, Protection and LE(Bomb Truck);AEL#12VE,-00-MISS (PrrtAffl)lted Vtetn, 1 $337,500.00 $337,500.00 3 Waiver Needed); Line item 2024-03 Response-Critical Transportation (I-laamat Collapse Truck);AEL#12VE-00-MISS (Prrall�tibited Waiver 1 $120,53�2.00 $120,532,00 � Neeidex,,'t); Line item 2024-10 _ — ..... Response--Operational Communications(JIC Truck);AEL #12VE-00-MISS (Prohibited ftem,Waiver Needed); Line item 1 $371,919,00 $371,919,00 9 2024-15 Terrorism Incident Prevention Equipment _ NP2-__i&I-Preven ante), tion Covert Surveillance);AEL#13LE-00- 1 $336,400.00 $336,400.00 2 � : SURV, 12TR-00-TECDP,10PE-00-PCDS,14SWW-01-VICDA Physical Security Enhancement Equipment NP1 - ST/CP-Protection Physical Protective Measures (CCTV Systems);AEL#14SW-01-VIIC.DA,04HW-01-1NHW, 11 $545,414,00 $645,414,00 1 04MCD-03-[LISP,21N-00-MAIN, 21GN-00-INT; Line item 2024-01 ........ NP6-Election Security-Protection-Physical Protective Measures(CCTV at Palling Locations);AEL 14SWW-0I-VICDA 1 $8115,817.00 $815,817.00 8 04HWW-01-INHWW 04MD-03-DISP 21GN-00-MAIN,21GN-00- INST, 14'SWW-01-PACs; Line item 2024-015 Recovery-Infrastructure Systems(E911 Backup),; AEL 1 $27 000.00 $27,0100.00 10 #14CI-00-COOP'; Line'Item 2024-16 ................. __ ..._._._ _. .... Inspection and Screening Systems m NP1' -=ST1CP-Prevention Screening,Search, Detection 10 $15,815.70 $158,157.00 1 (Magnetometers);AEL#15C-00-PPSS; Line item 2024-01 Animal Care and Foreign Animal Disease _ .............. .._. _._...__..._ _ _. _..... .... .m._........... ._ CBRNE Prevention and Response watercraft CBRRNE Prevention and Response Unmanned Aircraft CBRNE Aviation Equipment 4 482 .......... —- -------------- CBRNE Logisfican Support EqWprnent ............ --Response--lo—gis6cs and-Supply—C-h�a--In—Management (Deployable Equipment);AEL#1 9SS-00-SHEL,030E-03- 1 $714,321-00 $714,321,00 9 LTPA, 12VE-00-TEQP, 10GE-00-GIENR,06CP-01-MOBL; Line item 2024-11 lntervention Equipment(e.g.,tactical entry,crime scene processing) NP3—CDVE—Response—On-Scene Security, Protection and LE(Tactical Entry);AEL#20'TE-00-NTRY (Gontrolkld 1 $20,115-00 $20,115.00 3 Kern, Waiver Needed)n Line item 2024-03. .............. Critical emLerge��.�_­_­­Irr­ &_her_authofizid_eq­uj_pment costs_(incWde arty eon—straction or renovation costs in this category"Written approval must be provided renoviatlon.— ........ N P2_I # I _ 1 $234,000.010 $234,000-00 2 ,21G�N L T. A R , L ....... NP 5—Co imunity Resilience—Writigation(kegloriil CERT Equipment); AEL#21GN-00-CCEQ, 19GN-00-BGPK,,12TR- 1 $417,398.0,0 $417,398,00 5 00-TECIP,06CP-01-PORT, Line item 2024-05 Cross-Cutting—Operational Coordination EErC Sustainment);AEL#21GN-00-OCEQ,4CI-00-COOP, 07SE-03-, ENVS, 06,CC-06-PRTY,06CC-02-DSAD, 21GN-00-INST,04AP- 1 $679,685.00 $679,685.00 7 03-GISD,06CC-01-CELL,04MD-03-DISP,104HW-01-INHW; Line item 2024-08 —4—Witiqation­Long Term Vulnerability Deduction (Maintenance and Sustainment of UASI Assets);AEL 1 $214,98Z00 $214,982.00 8 #21GN-00-MAIN; Line Item 202!4-09 TOTAL EQUIPMENT EXPENDITU RES j $91,391,945,00 U 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 M&A Salary, Line item 2024-17 1 $425,000.00 $426,000.00 .............. 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 ....... 43 483 ............ Costs FEMA—approved activities within the scope of this grant. Backfill also called "Overtime as Backfffl" are c fl I d f e s defined as expenses from the result of personnel who are wor I g 0 r working overtime in order to perform the duties of other ",.r,r,n al wJ personnel who are temporarily assigned to FIRMA approved activities outside their core responsibilifies. Neither overtime nor backfifl expenses are the result of an increase of Full—Time Equlvalent (FTEs) employees. Overtime, Line itern 2024-17 1 $20,000-00 $20,000.00 Travel expenses _Travel, Line item 2024-17 $15,000,00 $151000.00 Meeting-related expenses Authorized office equipment: including personal computers, laptop computers, printers, LCD projectors, and other equipment or software which may be required to support the implementation of the homeland security Office Supplies, and Equipment, Line item 2024-117 1 $26,883.00 $25,,883.00 The following are allowabie 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 administer programs within the grant program, ................ Recurring M&A Costs, Line item 2024-17 1 $1,0,000.00 $10,000.00 Completing the Civil Rights Evaluation Tool Conducting activities related to evaluating project effectiveness for HSGP-funded projects J,1111NIIIIIIJ TEMPI' 11 TOTAL AWARD EXPENDITURES $12,388,404.00 ...... ...... 44 484 ATTACHMENT B SCOPE OF WORK Subrecipients must have an executed agreement by both parties prior to carrying out work and expending of funds for this agreement and shall comply with all the requirements in 2 C.F.R. Part 200 (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards). All the instructions, guidance, limitations, scope of work, and other conditions set forth in the Notice of Funding Opportunity (NOFO)for this federal award are incorporated by reference,All Subrecipients must comply with any such requirements set forth in the OFO. if a condition of the NOFO is inconsistent with these terms and conditions and any such terms of the Award, the condition in the NOFO shall be invalid to the extent of the inconsistency, The remainder of that condition and all other conditions set forth in the NOFO shall remain in effect. Funding is provided to perform eligible activities as identified in the Domestic Homeland Security — Federal Emergency Management Agency National Preparedness Directorate Fiscal Year 2024 Homeland Security Grant Program (HSGP), consistent with the Department of Homeland Security State Strategy ENgible activities are outlined in the Scope of Work for each category below: 1. Issue and Project Description—Issue 45: The Urban Area Security Initiative (UASI) has allowable Management and Administration (M&A)costs associated with it. The Division of Emergency Management, as the designated State Administrative Agency,will retain five (5) percent of the total UASI amount allocated to Florida for MA purposes, These funds will provide the SAA 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 compliance with the DHS Federal Fiscal Year 2024 Homeland Security Grant Program Guidance. IL Categories and Eligible Activities FY 2024 HSGP allowable costs are divided into the following categories: Planning, Organization, Equipment,Training, Exercise, and Management and Administration. Each category's allowable costs have been listed in the"Budget Detail Worksheet"above, A. Allowable Planning Related Costs 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 THIIRA, SPR, continuity of operations plans, and other planning activities that support the Goal and placing an emphasis on updating and maintaining a current EOP that conforms to the guidelines outlined in CPG 101 v 2.0. Planning efforts may include: • Developing hazard/threat-specific annexes that incorporate the range of prevention, protection, response, and recovery activities; o Developing and implementing homeland security support programs and adopting DHS/FEMA national initiatives; • Developing related'terrorism and other catastrophic event prevention activities; • Developing and enhancing plans and protocols; • Developing or conducting assessments; • Hiring of full-or part-time staff or contracUconsultants to assist with planning activities (not for the purpose of hiring public safety personnel fulfilling traditional public safety duties);. • Materials required to conduct planning activities; r Travel/per them related to planning activities; w Overtime and backfill costs (in accordance with operational Cost Guidance); a Issuance of WHTI-compliant Tribal identification card; 45 485 • Activities to achieve planning inclusive of people with disabilities and others with access and functional needs; • Coordination with Citizen Corps Councils for public informationleducation and development of volunteer programs; • Coordination and material support to Citizen Corps Councils and local firehouses for the establishment, training and maintenance of CERTs • 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 THiRA/SPR continuity of operations plans; • Developing or conducting equity assessments to address planning and preparedness disparities for historically underserved communities • Activities to achieve planning inclusive of people with limited English proficiency. Planning efforts can also include conducting risk and resilience assessments on increasingly connected cyber and physical systems, on which security depends, using the Infrastructure Resilience Planning Framework and related Cybersecurity and Infrastructure Security Agency(CiSA) resources. Additionally, SHSP and UASI funds may be used for planning efforts related to state court cybersecurity, 911 call capabilities, alert and warning capabilitles, and implementation of the REAL ID Act(Pub. L. No. 109-13). B. Allowable Organization Related Costs(HSGP and UASI Only) Sub-Recipients proposed expenditures of HSGP or UASI funds to support organization activities Include; • Program Management; • development of whole community partrerships; • Structures and mechanisms for information sharing between the public and private sector; • Implementing models, programs, and workforce enhancement initiatives; • Tools, resources, and activities that facilitate shared situational awareness between the public and private sectors; • Operational Support; • Utilization of standardized resource management concepts; • Responding to an increase in the threat level under the National Terrorism Advisory System (NTAS)or needs resulting from a National Special Security Event; • Reimbursement for select operational expenses associated with increased security measures at critical infrastructure sites incurred (up to 50 percent of the allocation) • Migrating online services to the".gov" internet domain; and • Overtime for information, investigative, and intelligence sharing activities (up to 50 percent of the allocation) • Paying salaries and benefits for personnel to serve as qualified Intelligence Analysts. Per the Personnel Reimbursement for Intelligence Cooperation and Enhancement(PRICE) of Homeland Security Act, Pub. L. No..110-412, §2, codified in relevant part, as amended, at 6 U.S.C. §609(a), HSGP and UASI funds may be used to hire new staff and/or contractor positions to serve as intelligence analysts to enable informationlintelligence 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 one of the following criteria; • Complete training to ensure baseline proficiency in intelligence analysis and production within six months of being hired; and/or, 46 486 Previously served as an intelligence analyst for a.minimum of two years either in a federal intelligence agency, the military, or state and/or local law enforcement. intelligence unit. w Hiring or maintaining staff positions/contractors/consultants at SLTT levels to deliver community preparedness training, resources and material to schools, community-based organizations,faith-based institutions and local businesses. * Hiring or maintaining staff positions/contractors/consultants to create, support and maintain CERT or Teen CERT Intelligence Analyst,Activities Allowable Costs(HSGP and UASI) All fusion center analytical personnel must demonstrate qualifications that meet or exceed competencies identified in the Common Competencies for state, local, and tribal Intelligence Analysts,which outlines the minimum categories of training needed for intelligence analysts. A certificate of completion of such training must be on file with the SAA and must be made available to the recipient's respective FEMA HQ Preparedness Officer upon request;. and Migrating online services to the 11 .g,ov" internal domain. The following analytic courses have been reviewed for compliance with the t, tnLrt)aZ,r)rn.(.,tor�cig,�fo /ato, . ad pnr r/ba//rrte//�t rar n A otysts and approved by FEMA for inclusion in the FNMA National Pre�a1` �&11 s t err tQr r s j ?t �glflls Y ( in IISLEq mratdr n t lwya,m�cr�_ IT rvI C ra h„ a� gas and the i qi1 t uLr tars t.�r a4r�q These courses also meet analytic training requirements for fusion center analysts set forth in the lwastttelurteoMuartly., r �rt� rpgi, rn I�tasP). 0,. DHS Basic Intelligence and Threat Analysis Course(BITAC) (DHS-008-PREY) DHS Critical Thinking and Analytic Methods(CTAM) (AWR-231) OHS Introduction to Risk Analysis.Course DHS Intermediate Risk Analysis Course DHS Principles of Intelligence Writing and Briefing (PIWB) (PER-301) Foundations in Intelligence Analysis Training (FIAT) (VVV-001-PREY) Fundamentais of auspicious Activity Reporting Analysis(DHS-034-PREY) Intelligence Analyst Professional Development Program (IAPDP)- Texas (DHS-032-PREY) Intermediate Fusion Center Analyst Training: Analysis and Terrorism Prevention (CA-025-PREY) Intermediate Fusion Center Analyst Training: Strategic Analysis and Oral Briefings (CA-025- PREV) Law Enforcement Analyst Program(FL-002-PREV) ODNI Analysis 101 ([NHS-007-PREY) Suspicious Activity Deporting: The Analytic Role(DHS-035-PREY) Terrorism. Intelligence Analysis (CA-018-PREV) States and urban Areas must justify proposed expenditures of HSGP or UASI funds to support organization activities within their IJ submission.All Urban Areas are allowed up to 50 percent(50%)of their UASI funding for personnel costs.At the request of a Slab-Recipient of a grant,the FEMA Administrator may grant a waiver of the 50 percent(50%) limitation under 0 U.S.C. 509(b)(2)(B).. Request for waivers to the personnel cap must be submitted by the SAA to GPD in writing on official letterhead,with the following information: w Documentation explaining why 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 dollar amount. To avoid supplanting issues, the request must also include a three- year staffing history for the requesting entity. 47 487 Organizational activities under HSGP and UASI 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 costs are allowable for increased protective security measures at critical infrastructure sites or other high-risk 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: • Backfili and overtime expenses for staffing State or Major Urban Area fusion centers; • Hiring of contracted security for critical infrastructure sites; • Participation in Regional Resiliency Assessment Program (RRAP) activities; • Public safety overtime; • Titie 32 or State Active-Duty National Guard deployments to protect critical infrastructure sites, including all resources that are part of the standard National Guard deployment package(Note: Consumable costs, such as fuel expenses,are not allowed except as part of the standard National Guard deployment package); • Increased border security activities in coordination with CBP; • National Terrorism Advisory System; • Designated National Security Events; • Special Event Assessment Rating (SEAR) Level 'I through 4 Events • States of Emergency; • National Critical Infrastructure Prioritization Program(NCIPP); • Directed Transit Patrols; and • Operational Support to a Federal Agency. Operational Overtime Requests: • Except for an elevated NTAS alert, HSGP or UASI funds may only be spent for operational overtime costs upon prior written approval by FEMA. The SAA must submit operational overtime requests in writing to its assigned FEMA Program Analyst(PA). FEMA will consider requests for special event activities up to one year'n advance. However,such requests must be within the award's current period of performance and must not result in the need for a request to extend the period of performance. All operational overtime requests must clearly explain how the request meets the criteria of one or more of the categories listed above, Requests must address the threat environment as it relates to the event or activity requiring operational overtime support and explain how the overtime activity is responsive to the threat. • Post-event operational overtime requests will only 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 DHSIFEMA 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 level to reimburse eligible operational overtime expenses incurred by the state(per the above guidance limitations).Any UASI funds retained by the state must be used in direct support of the high-risk urban area. States must provide documentation to the UAWG and DHSIFEMA upon request demonstrating how any UASI funds retained by a state would directly support the high-risk urban area. • FEMA will consult and coordinate with appropriate DHS components as necessary to verify information used to support operational overtime requests. Personnel Costs(HSGP and UASI) Personnel hiring, overtime, and backfill expenses are permitted under this grant to perform allowable HSGP planning,training, exercise, and equipment activities. Personnel may include but are not limited to 48 488 training and exercise coordinators, program managers for activities directly associated with HSGP and UASI funded activities, intelligence analysts, and Statewide interoperability coordinators(SWICs). Sub-Recipients should refer to Information Bulletin No.421b, Clarification on the Personnel Reimbursement for Intelligence Cooperation and Enhancement of Homeland Security Act of 2008(Public Law 110-412—the PRICE Act), October 30, 2019. HSGP funds may not be used to support the hiring of any personnel to fulfil traditional public health and safety duties nor to supplant traditional public health and safety positions and responsibilities, The following definitions apply to personnel costs: • Hiring. State and local entities may use grant funding to cover the salary of newly hired personnel who are exclusively undertaking allowable DHSIFEMA grant activities as specified in this guidance.This may not include new personnel who are hired to fVili 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 personnel working over and above 40 hours of weekly work time as the direct result of their performance of DHSIFEMA-approved activities specified in this guidance, Overtime associated with any other activity is not eligible. • Backfill-Related Overtime.Also called"Overtime as Backfill,"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 DHS/FEMA-approved activities outside their core responsibilities. Neither overtime nor backfill expenses are the result of an increase 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. . C. Allowable Organization Related Costs(OPSG) Personnel Costs: OPSG funds may be used for domestic travel and per diem, including costs associated with the deployment/redeployment of personnel to border areas and for travel associated with law enforcement entities assisting other local jurisdictions in law enforcement activities (travel costs must be in accordance with applicable travel regulations). 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 be considered on a case-by-case basis. Further,changes in scope or objective also require FEMA's prior written approval pursuant to 2 C.F.R. §200.308(c)(1)(i).A formal OPSG personnel waiver request should; e Be on official letterhead, include 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 change 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 coordinated with the USBP Sector, SAA, and the DHSCCBP Office of the Border Patrol (OBP), As with all OPSG personnel costs, OPSG grant funds shall be used to supplement existing funds and will not replace (supplant)funds that have been appropriated for the same purpose.Applicants or 49 489 recipients may be required to supply documentation certifying that a reduction in non-federal resources occurred for reasons other than the receipt or expected receipt of federal funds. Temporary or Term Appointments • Sub-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 performance. • 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 one year as necessary. • OPSG funding for temporary or term appointments may pay for salary only. Benefits are not allowable expenses for term or temporary employees. • OPSG remains a non-hiring program. Appropriate uses of temporary or term appointments include: • To carry out specific enforcement operations work for ongoing OPSG-funded patrols throughout the Sector Area of Operation; To staff operations of limited duration; such as OPSG-enhanced enforcement patrols targeting specific locations or criminal activity;and, • To fill OPSG positions in activities undergoing transition or personnel shortages and _ local backfill policies(medicallmilitary deployments). • OPSG term and 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 HSQP NOFO. • In addition to these terms Sub-Recipients must follow their own applicable policies and procedures regarding temporary or term appointments. Operational Overtime Costs; OPSG funds should be used for operational overtime costs 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 non-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. • 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 expenses 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 C.F.R. §§ 200.430-200.431. 4 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. 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 work lights, traffic barricades, and similar law enforcement sa 490 expenses. Additional unallowable costs also include costs associated with staffing and general IT computing equipment and hardware, such as personal computers, faxes, copy machines, modems, etc. OPSG 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 supplant inherent routine patrols and law enforcement operations or activities not directly related to providing enhanced coordination between local and federal law enforcement agencies. Finally, construction and/or renovation costs, and exercise expenses are prohibited under OPSG. D. Management and Administration(M&A) Management and administration (M&A) activities are those directly relating to the management and administration of HSGP 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 M&A costs. Allowable M&A activities include: • Hiring of full-time or part-time staff or contractors/consultants: • To assist with the management of the respective-grant program. • To assist with application requirements. • To assist with compliance reporting and data collection requirements. • Development of operating plans for information collection and processing necessary to respond to DHS/FEMA data calls • Overtime and backfill costs • Travel • Meeting related expenses • Authorized office equipment • Recurring expenses such as those associated with cell phones and faxes during the period of performance of the grant program • Leasing or renting of space for newly hired personnel during the period of performance of the grant program • Completing the Civil Rights Evaluation Tool • Conducting activities related to evaluating project effectiveness for HSGP-funded projects Management and Administration (M&A) (OPSG) Management and administration (M&A)activities are those directly relating to the management and administration of OPSG 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-Reclplents. This funding must be deducted in an equal percentage from each Sub-Recipient. Sub-Recipients and friendly forces may retain funding for M&A purposes; however, the total amount retained cannot exceed 5 percent of the Sub-Recipient's subaward. 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-Recipients under 2 C.F.R. Part 200. E. Allowable Equipment Related Costs(SHOP and UASI) The 21 allowable prevention, protection, mitigation, response,and recovery equipment categories for HSGP are listed on the Authorized Equipment List(AEL). The AEL is available at https://www.fema,gov/authorized-equipment-list. Some equipment items require prior approval from DHS/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. Recipients and subrecipients may purchase equipment not listed on the AEL but only if they first seek and obtain prior approval from FEMA. Unless otherwise stated, all equipment must meet all mandatory regulatory and/or DHSIFEMA-adopted standards to be eligible for purchase using these funds. In addition, recipientswill be responsible for obtaining and maintaining all necessary certifications and licenses for the requested equipment, 51 491 Grant funds may be used for the procurement of medical countermeasures. Procurement of medical countermeasures must be conducted in collaboration with State/city/local health departments who administer Federal funds from HHS for this purpose. Procurement must have a sound threat-based justification with an aim to reduce the consequences of mass casualty incidents during the first crucial hours of a response. Prior to procuring pharmaceuticals,grantees must have in place an inventory management plan to avoid large periodic variations in supplies 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 for the disposal of expired drugs within each fiscal year's period of performance for HSGP. The cost of disposal cannot be carried over to another FEMA grant or grant period. The equipment, goods, and supplies("the eligible equipment")purchased with funds provided under this agreement are for the purposes specified in"Florida's Domestic Security Strategy". Equipment purchased with these funds will he utilized in the event of emergencies, including, but not limited to,terrorism-related hazards. The Sub-Recipient shall place the equipment throughout the State of Florida in such a manner that, in the event of an emergency, the equipment can be deployed on the scene of the emergency or be available for use at a fixed location within two(2) hours of a request for said deployment. The Florida Division of Emergency 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 specified in the"Florida Domestic Security Strategy,"ensure that all equipment purchased with these funds is used to respond to any and all incidents within its regional response area as applicable for so long as this Agreement remains in effect. Prior to requesting a response, the FDEM will take prudent and appropriate action to determine that the level or intensity of the incident is such that the specialized equipment and resources are necessary to mitigate 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 be used to outfit or supply general equipment to SLTT law enforcement agencies. Equipment must be relatable to and justified by the operational benefit it 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 primary use for that purpose. When practicable, any equipment purchased with OPSG funding should be prominently marked as follows: "Purchased with DHS funds for Operation 5tonegarden 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 capabilities on or near a border nexus in support of approved border security operations.A detailed justification must be submitted to the respective FEMA HQ Program Analyst prior to purchase. • Medical Emergency Countermeasures:Allowable purchases under OPSG include narcotic antagonist pharmaceuticals, detection and identification equipment, safe storage and transportation, personnel protective equipment, and Initial equipment training, as will be reflected in the AEL and explained in IB 438, 52 492 Additional Equipment Information FEMA Policy 207-22-0002: Prohibited or Controlled Equipment Under FEMA Awards establishes both a prohibited equipment list and a controlled equipment list. Prohibited Equipment List, Identifies items that are prohibited from purchase under FEMA awards. The Kist also includes exceptions for otherwise prohibited items that are allowable under certain circumstances, as well as procedures for obtaining FEMA approval for those items. Subrecipients should refer to applicable program guidance or contact appropriate SAA program staff to determine whether a particular type of equipment is allowable under a specific grant program. The list of prohibited items includes, but is not limited to: 0 Weapons, weaponized aircraft,vessels, and vehicles of any kind a Weaponized drones and weapons systems 0 Ammunition 0 Camouflage uniforms 0 Explosives 0 Armored and Tactical Vehicles, with certain exceptions Controlled Equipment List: Identifies certain items that may only be purchased with FEMA awards if additional certifications and controls are imposed on their acquisition or use. Even if equipment is listed as controlled equipment and is not outright prohibited, that does not automatically make it allowable under a particular FEMA program. Subrecipients should refer to applicable program guidance or contact applicable SAA program staff to determine if a particular type of equipment is allowable under that program. The list of controlled items includes, but is not limited to°: a Manned Aircraft, Fixed and Rotary Wing a Unmanned Aircraft Systems(UAS) and Small Unmanned Aircraft Systems (SUAS) a, Kinetic Entry/Breaching Apparatus For some controlled equipment that is allowable under the HSGP, additional documentation, justifications, reviews, and approvals are required, including but not limited to proof of policies and procedures to safeguard individuals' privacy, civil rights,and civil liberties. Grant subrecipientg may not modify equipment acquired using federal resources,in a manrier that would cause it to be considered prohibited equipment. In addition, grant recipients and subrecipients may not modify equipment acquired using federal resources that would cause it to be considered controlled equipment, absent specific written approval from FEMA and adherence to all relevant requirements, Grant funds under this program must comply with the aforementioned FEMA Policy 207-22-0002, Prohibited or Controlled Equipment Under ["EMA Awards,As,per tNs FEMA Policy, excepted or controlled equipment must remain in the possession of the original FEMA grant recipient and may not be transferred. The use of controlled equipment under a Memorandum of Understanding or other regional sharing agreement(see Section D.6 of this FEMA Policy)does not constitute a transfer of controiled equipment. F, Unallowable Equipment Costs(HSGP, UASI and OPS,G) Per FEMA policy, the purchase of weapons and weapons accessories, including ammunition, is not allowed with HSGP funds. Grant funds may not be used for the purchase of equipment not approved by DHS/FEMA. Grant funds must comply with 113 4,26 and may not be used for the purchase of the following equipment: firearms; ammunition; grenade launcher% bayonets: or weaponized aircraft, vessels, or vehicles of any kind with weapons installed Unauthorized exercise-related costs include: 53 493 o Reimbursement for the maintenance or wear and tear costs of general use vehicles(e.g., construction vehl&es), 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. Requirements for Small Unmanned Aircraft System (SHSP, UASI, and OPSG) All requests to purchase Small Unmanned Aircraft Systems (SUAS)with FEMA grant funding must comply with IB 426 and IB 438 and include a description of the policies and procedures in place to safeguard individuals' privacy, civil rights, and civil liberties of the jurisdiction that will purchase,take title to or otherwise use the SUAS equipment. H. Acquisition and Use of Technology to]Mitigate UAS (Counter-UAS) Prior to the testing, acquisition, installation, or use of UAS detection and/or mitigation systems, Sub-Recipients should seek the advice of counsel experienced with both federal and state criminal, surveillance, and communications laws. Sub-Recipients should conduct their own legal and technical analysis of each UAS detection and/or mitigation system and should not rely solely on vendors' representations of the systems'legality or functionality. For further information please see the DHS press release on this topic; https://www.dhs.gov/news/2020/08/17/interagency- issues-advisory-use-technology-detect-and-mitigate-un manned-aircraft. I. Allowable Training Related Costs(SHGP and UASI) Allowable training-related costs under HSGP include the establishment, support, conduct, and attendance of training specifically identified under the HSGP and UASI programs and/or in conjunction with emergency preparedness training by other Federal agencies (e.g,, HHS and DOT). Training conducted using HSGP funds should address a performance gap identified through an AAR/IP or other assessments(e.g., National Emergency Communications Plan NECP Coal Assessments)and contribute to building a capability that will be evaluated through a formal exercise. Any training or training gaps, including those for children, older adults, pregnant women, and individuals with disabilities and others who also have access or functional needs, should be identified in the AAR/IP and addressed in the state or Urban Area training cycle. Sub-Recipients are encouraged to use existing training rather than developing new courses. When developing new courses, Sub-Recipients are encouraged to apply the Analysis, Design, Development, Implementation and Evaluation (ADDIE) model of instructional design.Allowable training activities include: • Overtime and backfill for emergency preparedness and response personnel attending DHS/FEMA-sponsored and approved training classes • Overtime and backfill expenses for part-time and volunteer emergency response personnel participating in DHS/FEMA training • Training workshops and conferences • Activities to achieve training inclusive of people with disabilities and others with access and functional needs • Full-or part-time staff or contractors/consultants • Travel • Supplies associated with allowable approved training that are expended or consumed during the course of the planning and conduction of the exercise project(s) • Instructor certification/re-certification • Coordination with Citizen Corps Councils in conducting training exercises • Preparedness training for community preparedness initiatives and programs • Interoperable communications training • Activities to achieve training inclusive of people with limited English proficiency • Immigration enforcement training 54 - 494 Additional Training Information Per DHS/FEMA Grant Programs Directorate Policy IB 432, Review and Approval Requirements for Trainiog Courses Funded Through Preparedness Granis, issued on July 19, 2018, states,territories, Tribal entities and high-risk urban areas are no longer required to request approval from FEMA for personnel to attend non-DHS FEMA training as long as the training is coordinated with and approved by the state, territory, Tribal or high-risk urban area Training Point of Contact(TPOC)and fails within the FEMA mission scope and the jurisdiction's Emergency Operations Plan (EOP). The only exception to this policy is for Countering:Violent Extremism courses. DHS/FEMA will conduct periodic reviews of all state, territory, and Urban Area training funded by DHSIFEMA. These reviews may include requests for all course materials and physical observation of, or participation in, the funded training. If these reviews determine that courses are outside the scope of this guidance, Sub-Recipients will be asked to repay grant funds expended in support of those efforts. For further information on developing courses using the instructional design methodology and,tools that can facilitate the process, TPOCs are encouraged to review the NTED Responcler Training Devetoptrio)t Center(RTDC)website. DHSIFEMA Provided Training.These trainings include programs or courses developed for and delivered by institutions and organizations funded by DHS/FEMA. This includes the Center for Domestic Preparedness (CLAP), 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 fall within the DHS/FEMA mission scope and have been approved through the FEMA course review and approval process.An updated version of this catalog can be accessed at: www.firstrespondertraining.gov. Training Not Provided by DHSIFEMA. These traininigs indude courses that are either state sponsored or Federal sponsored (non-DHS/FEMA), coordinated and approved by the SAA or their designated TPOC, and fall within the DHS,/FEMA mission scope to prepare state, local, Tribal, and territorial personnel to prevent, protect against, mitigate, respond to, and recover from acts of terrorism or catastrophic events. * State Sponsored Courses. These courses are developed for and/or delivered by institutions or organizations other than Federal 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 of terrorism or catastrophic events. In addition, States,territories, Tribes,and Urban Areas are encouraged to incorporate the private sector in government-sponsored training and exercises. Additional information on both DHSIFEMA provided training and other federal and state training can be found at: www.firstrespondertraining.gov, Training Information Reporting System ("Web-Forms,").Web-Forms is an electronic form/data management system built to assist the SAA and its designated State,territory and Tribal Training Point of Contact(TPOC), Reporting training activities through Web-Forms is not required under FY 2024 HSGP, however, the system remains available and can be accessed through the FEMA Toolkit located at 55 495 https://www.f[rstrespondertraining.gov/frUwebforms 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 DHS 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 shall provide FDEM with a certificate of course completion; additionally, the Sub- Recipient shall provide FDEM 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 shall provide FDEM with the course materials and a roster sign-in sheet; additionally,.the Sub-Recipient shall provide FDEM with all receipts that document the costs incurred by the Sub.Recipient in order to conduct the course." • For courses that are non-DHS approved training, Sub-Recipient shall request approval to 6onduct 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 shall provide a copy of the course materials and sign-in sheets. • The number of participants shall 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 FDEM shall reduce the amount authorized for reimbursement on a pro-rata basis for any training with less than 15 participants. • The Sub-Recipient shall include with the reimbursement package a separate copy of the page(s) from the State(and County or Regional) Integrated Preparedness Plan (IPP) reflecting the training. Certain training activities require Environmental Planning and Historic Preservation(EHP) Review, including exercises,drills or training that require any land,water, or vegetation disturbance or building of temporary structures or that are not located at facilities designed to conduct training and exercises. Please reference the EHP sections In the NOFO and this Agreement for more information. J. Allowable Exerelse 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 https://www.fama.gov/emergency-managers/national-preparedness/exercises/hseep. Allowable exercise activities include: • Design, Develop, Conduct, and Evaluate an Exercise • Full or part-time staff or contractors/consultants • Overtime and backfill costs, including expenses for part-time and 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 56 496 • interoperable communications exercises Additional Exercise Information Sub-Recipients that decide to use HSGP funds to conduct an exercise(s) are encouraged to complete a progressive exercise series. Exercises conducted by states and high risked urban areas may be used to fulfill similar exercise requirements required by other grant programs. Sub-Recipients are encouraged to invite representativeslp Ian ners 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 an IPP. • Special Event Planning, If a state or Urban Area will be hosting a special event(e.g., Super Bowl, G-8 Summit), the special event planning should be considered as a training or exercise activity for the purpose of the IPP, States must include all confirmed or planned special events in the IPP. The state or Urban Area may plan to use HSGP or UASI 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 participating in at least one Regional Exercise annually. States must include all confirmed or planned special events in the IPP. • Role of Non-Governmental Entities In Exercises. Non-governmental participation in all levels of exercises is strongly encouraged. Leaders from non-governmentai entities should be included in the planning, design, and evaluation of an exercise. State, local, Tribal, and territorial jurisdictions are encouraged to develop exercises that test the integration and use of non-govern mentak resources provided by non-governmental entities, defined as the private sector and private non-profit,faith-based, community, participation in exercises should be coordinated with the local Citizen Corps Councils)or their equivalent and other partner agencies. FDEM State Training Office conditions for Exercises: For the purposes of this Agreement, any exercise which is compliant with HSEEP standards and contained in the State of Florida(and County or Regional) IPP 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 shall provide FIDEM with a certificate of completion or similar correspondence signed by the individual in charge of the exercise; additionally, the Sub-Recipient shall provide FDEM with all receipts that document the costs incurred by the Sub-Recipient in order to attend the exercise. 57 497 • In order the receive payment for successfully conducting an authorized exercise, the Sub- Recipient shall provide FDEM with an EXPLAN,AARiIP, IPCIMPCIFPC Meeting Minutes and Sign-in Sheet for exercise attendees; additionally,the Sub-Reclpient shall provide FDEM with all receipts that document the costs incurred by the Sub-Recipient in order to conduct the exercise. The Sub-Recipient shall include with the reimbursement package a separate copy of the page(s)from the Exercise Plan which identifies the participant agencies and a printed page(s)from the State(and County or Regional) IPP reflecting the exercise. • If you require food/water for this event,the request shall come FDEM within 25 days prior to the event, in the following format: Exercise Title: Location: Exercise Date: Exercise Schedule: Estimated Number of Participants that will be fed: Estimated Cost for food/water: Description of the Exercise: Certain exercise activities require Environmental Planning and Historic Preservation (EHP) Review, including exercises,drills or training that require any land,water,or vegetation disturbance or building of temporary structures or that are not located at facliities designed to conduct training and exercises. Please reference the EHP sections In the NOFO and this Agreement for more information. K. Maintenance and Sustainment(SHSP, UASI, and OPSG) The use of DHSIFEMA preparedness grant funds for maintenance contracts,warranties, repair or replacement costs, upgrades, and user fees are allowable, under all active and future grant awards, unless otherwise noted in the program-specific NOFO. These contracts may exceed the POP if they are purchased incidental to tho original purchase of the system or equipment as long as the original purchase of the system or equipment is consistent with that which is typically provided for, or available through,these types of agreements, warranties, or contracts. When purchasing a stand- alone warranty or extending an existing maintenance contract on an already-owned piece of equipment system, coverage purchased may not exceed the POP of the award used to purchase the maintenance agreement or warranty. As with warranties and maintenance agreements,this extends to Iicenses and user fees as well. Grant funds are intended to support the Goal by funding projects that build and sustain the core capabilities necessary to prevent, protect against, mitigate the effects of, respond to, and recover from those threats that pose the greatest risk to the security of the Nation. In order to provide recipients the ability to meet this objective, the policy set forth in FEMA's IB 379, Guidance to State Administrative Agencies to Expedite the Expenditure of Certain DHSIFEMA Grant Funding, initially for FY 2007-2011, allows for the expansion of eligible maintenance and sustainment costs which must be in (1) direct support of existing capabilities; (2)must be an otherwise allowable expenditure under the applicable grant program; (3)be tied to one of the core capabilities in the five mission areas contained within the Goal, and(4) shareable through the Emergency Management Assistance Compact.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 than DHSIFEMA preparedness grant program dollars. L. Law Enforcement Terrorism Prevention (LETP)Activities Allowable Costs LETP Activities eligible for use of LETPA focused funds include but are not limited to: 58 498 • Maturation and enhancement of designated state and major Urban Area fusion centers, including information sharing and analysis,threat recognition,terrorist interdiction, and intelligence analysts training and salaries; • Coordination between fusion centers and other intelligence, operational, analytic;or investigative efforts including, but not limited to Joint Terrorism Task Forces(JTTFs), Field Intelligence Groups (FIGs), High Intensity Drug Trafficking Areas (HIDTAs), Regional Information Sharing Systems (KISS)Centers, criminal intelligence units, real-time crime analysis centers and DHS intelligence, operational, analytic, and investigative entities; • Regional counterterrorism training programs for small, medium, and large jurisdictions to exchange information and discuss the current threat environment, lessons learned, and best practices to help prevent, protect against,and mitigate acts of terrorism; • Support for coordination of regional full-scale training exercises (federal, state, and local law enforcement participation)focused on terrorism-related events; • Law enforcement Chemical, Biological, Radiological, Nuclear, and high yield Explosives detection and response capabilities, such as bomb detection/disposal capability deployment, sustainment, or enhancement, including canine teams, robotics platforms, and x-ray technology; • Implementation and maintenance of the Nationwide SAR Initiative, Including training for front line personnel on identifying and reporting suspicious activities, tips/leads, and onlinelsocial media-based threats, as well as the execution and management of threat assessment programs to identify, evaluate, and analyze Indicators and behaviors indicative of terrorism, targeted 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,and 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 sector partners, including nonprofit organizations. o Note: DHS requires that ail 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 all 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 DHS by the New York Metropolitan Transportation Authority. Coordination with OPE, through the Campaign's Office (seesay@hq,dhs.gcv), must be facilitated byFEMA. Increase physical security, through law enforcement personnel and other protective measures, by implementing preventive and protective measures at critical infrastructure site or at-risk nonprofit organizations; • Development of countering violent extremism programs, projects, and initiatives, addressing prevention, intervention, and diversion efforts, including training on roles of law enforcement and how to effectively partner with law enforcement; developing and promoting training specifically for law enforcement executives and frontline officers.on potential behaviors and Indicators of violent extremism and how to appropriately analyze and report them; supporting community and law enforcement engagement strategies such as table top exercises, roundtable events, town hall meetings,and peer to peer activities;funding for existing and/or expansion of law enforcement community relations efforts, support for the development of community engagement plans, and joint projects to increase the awareness of violent extremist threats and community mitigation solutions; Building and sustaining preventive radiological and nuclear detection capabilities, including those developed through the Securing the Cities initiative; and 59 499 Integration and interoperability of systems and data,such as computer aided dispatch (CAC]) and record management systems(RMS),to facilitate the collection, evaluation, and assessment of suspicious activity reports,tips/leads, and onlinelsocial media-based threats. M. Law Enforcement Readiness(SHSP, UASI, and OPSG) 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 training will be evaluated on a case-by-case basis and can only be used for certification in the section 287(g) program provided by DHSIICE. SHSP, UASI, or OPSG Sub-Recipients with agreements under section 287(g)of the Immigration and Nationality Act(8 U.S.C.§ 1357(g))to receive delegated authority for immigration enforcement within their jurisdictions may also be reimbursed for section 287(g) related operational activities with approval from FEMA on a case-by-case basis. For OPSG, Sub-Recipients must be authorized by USBP Headquarters and Sectors, and operational activities must be coordinated through a USBP Sector. OPSG grant funds may be used to increase operational, material, and technological readiness of SLTT iaw enforcement agencies.The Delegation of Immigration Authority, 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 within their jurisdictions. hll. Regional Border Projects(OPSG) Sub-Recipients are encouraged to prioritize the acquisition and development of regional projects on the borders to maximize interoperability and coordination capabilities among federal agencies and with state, local, and tribal law enforcement partners. Such regional projects include; ® Communications equipment: e Radio systems and repeaters • Integration with regional intelligence and information sharing effort(i.e. fusion centers) o Intelligence analysts Situational Awareness equipment: o License Plate Reader Networks o Visual detection and surveillance systems o Sensor Systems o Radar Systems (for air and/or marine incursions) o Aircraft systems(manned or unmanned) O. Critical Emergency Supplies(SHSP and UASI) Critical emergency supplies, such as shelf stable products,water, and medical equipment 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 sustainment costs if planned grant expenditure is over$100,000.00. It grant expenditures exceed the minimum threshold, the five-year inventory management plan will be developed by the recipient and monitored by FEMA. FEMA will provide program oversight and technical assistance as it relates to the purchase of critical emergency supplies under UASI. FEMA will establish guidelines and requirements for the purchase of these supplies under UASI and monitor development and status of the state's inventory management plan, P. Construction and Renovation (SHSP and UASI) Project construction using SHSP and UASI funds shall 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. 60 500 Written approval must be provided by DHSIFEMA prior to the use of any HSCP funds for construction or renovation. When applying for construction funds, recipients shall submit evidence of approved zoning ordinances, architectural plans, and any other focally required planning permits.Additionally, recipients are required to submit a SF-424C form with budget detail citing the project costs, and an SF-424D Form for standard assurances for the construction project. Recipients using funds for construction projects must comply with the Davis-Bacon Act(codified as amended at 40 U.&C. §§3141 et seq.). Recipients shall 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 be performed.Additional information regarding compliance with the Davis-Bacon Act, including Department of Labor(DOL)wage determinations, is available online at https,llwww.dol.govlwhdlgovcontractsldbra.htm. Recipients using funds for construction projects shall also comply with the requirements set forth in the government-wide award term on Reporting Subawards and Executive Compensation located at 2 C.F.R. Part 170,Appendix A,the full text of which is incorporated here by reference in the award terms and conditions. Recipients must comply with the"Build America, Buy America"provisions of the Infrastructure Investment and Jobs Act and E.O. 14005. Recipients of an award of Federal financial assistance from a program for infrastructure are hereby notified that none of the funds provided under this award may be used for a project for infrastructure unless: (1) all iron and steel used in the project are produced in the United States--this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States; (2) all manufactured products used in the project are produced in the United States—this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and (3) all construction materials are manufactured in the United States--this means that all manufacturing processes for the construction material occurred in the United States. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project.As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment,that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. Waivers,when necessary, recipients may apply for, and the agency may grant, a waiver from these requirements. The agency should notify the recipient for information on the process for requesting a waiver from these requirements. (a)When the Federal agency has determined that one of the following exceptions applies, the awarding official may waive the application of the domestic content procurement preference in any case in which the agency determines that: (1)applying the domestic content procurement preference would be inconsistent with the public interest; (2)the types of iron, steel, manufactured products, or construction materials are not produced in the United States in sufficient and reasonably available quantities or of a satisfactory quality; or(3)the inclusion of iron, steel, manufactured products, or construction materials produced in the United States will increase the cost of the overall project by more than 25 percent.A request to waive the application of the domestic content procurement preference 61. 501 must be in writing.The agency will provide instructions on the format,contents, and supporting materials required for any waiver request. Waiver requests are subject to public comment periods of no less than15 days and must be reviewed by the Made in America Office. There may be instances where an award qualifies, in whole or h part,for an existing waiver described at "Buy America" Preference in FEMA Financial Assistance Programs for Infrastructure FEMA,gov. Definitions The definitions applicable to this term are set forth at 2 C.F.R, § 184.3, the full text of which is incorporated by reference. Q. Communications Towers When applying for funds to construct communication towers, Sub-Recipients shall submit evidence that the Federal Communication Commission's Section 106 of the National Historic Preservation Act, Pub, L. No, 89-665, as amended, review process has been completed and submit all documentation resulting from that review to FEMA with an EHP Screening Form and supporting materials for EHP review. R. [disposition When original or replacement equipment, including excepted and controlled items, 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 shall request disposition instructions from FDEM Office of Domestic Preparedness and the State Administrative Agency shall request disposition instructions from federal awarding agency as required by the terms and conditions of the federal award. Excepted or controlled equipment shall not be transferred and shall remain In the possession of the original FEMA grant recipient. The Sub-Recipient shall notify the FDEM Office of Domestic Preparedness at:2555 Shumard Oak Blvd,, Tallahassee, Florida 32399 one(1)year in advance of the expiration of the equipment's posted shelf-life or normal life expectancy or when It has been expended. The Sub-Recipient shall notify FDEM immediately if the equipment is destroyed, lost, or stolen. S. Ensuring the Protection of Civil Rights As the Nation works towards achieving the National Preparedness Coal, it is important to continue to protect the civil rights of individuals. Sub-Recipients shall carry out their programs and activities, including those related to the building, sustainment, and delivery of core capabilities, in a manner that respects and ensures the protection of civil rights for protected populations. Federal civil rights statutes, such as Section 308 of the Stafford Act, Section 504 of the Rehabilitation Act of 1973, and Title VI of the Civil Rights Act of 1964,Age Discrimination Act, along with DHS and FEMA regulations, prohibit discrimination on the basis of race, color, national origin, sex, religion, age, disability, limited English proficiency, or economic status in connection with programs and activities receiving federal financial assistance from FEMA. Monitoring and oversight requirements in connection with Sub-Recipient compliance with federal civil rights laws are also authorized pursuant to 44 C.F.R Part 7. In accordance with civil rights laws and regulations, Sub-Recipients shall ensure the consistent and systematic fair,just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment. Recipients must comply with Title VI of the Civil Rights Act of 1964 (42 U.S.C. §2000d et seq.) prohibition against discrimination on the basis of national origin,which requires that recipients of federal financial assistance take reasonable steps to provide meaningful access to persons with limited English proficiency(Li=P)to their programs and services. For additional assistance and information regarding language access obligations, please refer to the DHS Recipient Guidance: 62 502 HTTPs://www.dhs,gov/guidance-published-help-department-supported-organizations-provide- mean ingf u I-acces,s-people-limited and additional resources onhttp://www.lep.gov. T. National Incident Management System (NIMS) Implementation (HSGP,OPSG, UASI only) NIMS provides stakeholders across the whoie community with the shared vocabulary, systems, and processes to successfully deliver the capabilities described in the National Preparedness System. and Sub-Recipients of federal preparedness (non-disaster) grant awards, jurisdictions and organizations must achieve, or be actively working to achieve, all of the NIMS Implementation Objectives.The objectives can be found on the NIMS webpage at hops://www.fema,gov/ernergency- managers/n ims/i mpl ementation-trainin g, U. FirstNet FirstNet provides public 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-based services, and Quality of Service, Priority, and Preemption. Public safety entities seeking to enhance their operational capabilities using broadband technology may seek grant funding from appropriate programs to support the following: • Planning for integration of information technology (IT) infrastructure, software, and site upgrades necessary to connect to FirstNet • Handheld broadband devices including smartphones,feature phones, tablets, wearables, push-to-talk(PTT) devices • Vehicle-mounted or otherwise field operated data devices, such as ruggedized laptops • Network access devices, including portable Wi-Fi devices,, Universal Serial Bus(USB) modems/clongles, trunk-mounted modems, routers • Customer-Owned and Managed (CORM') broadband deployable equipment, enabling public safety to own and dispatch coverage expansion or capacity enhancement equipment within their jurisdiction • Broadband device accessories that enable efficient and safe public safety operations such as headsets, belt clips, earpieces, remote Bluietooth sensors, ruggedized cases • Subscriber Identification Modules (SiMs)/Universal Integrated Circuit Cards (U,ICCs)to allow public safety users to update existing devices to operate on public safety prioritized services • One-time purchase and subscription-based applications for public safety use which could include, among several other options, enterprise mobility management(EIVIM), mobile device management (MDM), mobile Virtual Private Network (VPN), identity services, or cloud service tools Sub-Recipients must be coordinated with the Statewide Interoperability Coordinator(SWIG) and FirstNet on the planning, deployment firnelines, and operational availability of the network deployment within a specific state or territory and to ensure that project does not conflict with network planning efforts and complies with all technical requirements. FirstNet requires participating agencies to demonstrate a subscription to public safety-prioritized broadband services to purchase FirstNet broadband devices or applications. Sub-Recipients 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. V. SAFECOM All Sub-Recipients using preparedness grant funding to Support emergency communications investments are required to comply with the SAFECON1 GLfidaIICO. Sub-Recipients must be coordinated with the,SWIG and the State InteroperaNlity Governing Body (SIGB)to ensure interoperability and long-term compatibility. 63 503 W. Cybersecurity Sub-Recipients must use HSGP funds for cybersecurity projects that support the security and functioning of critical infrastructure and core capabilities as they relate to preventing, preparing for, protecting against, or responding to acts of terrorism. Sub-Recipients of FY 2024 HSGP grant awards will be required to complete the 2024 Nationwide Cybersecurity Review(NCSR), enabling agencies to benchmark and measure progress of improving their cybersecurity posture, The NCSR is an annual requirement and Suit-Recipients must complete the first available NCSR offered after this subaward has been issued. X. Procurement The purpose of the procurement process is to ensure a fair and reasonable price is paid for the services provided.All procurement transactions shall be conducted in a manner providing full and open competition and shall comply with the standards articulated in: • 2 C.F.R. Part 200; • Chapter 287, Florida Statues; and, • Subrecipient's local procurement policy. Subrecipients must have an executed agreement by both parties prior to carrying out procurement under this agreement. In addition, proper procurement methods must be utilized and conducted prior to any funds(Advance and Reimbursements) being reimbursed. If this step is incomplete, remedies will be taken that may include delays in payments, To the extent that one standard is more stringent than another,the Subrecipient shall follow the more stringent standard. For example, if a state statute imposes a stricter requirement than a federal regulation,then the Subrecipient shall adhere to the requirements of the state statute. The State of Florida procurement policy and procedure is as follows: Amount Documentation Required Shall be carried out using good purchasing practices which may include Up to$2,499 certification of written ortelephone quotes $2,500 but less Submit summary of 2(minimum)written quotes, signed by the vendor than 35,000 representative, For vendors not on STC; submit documentation of Invitation to Bid a$35,000 Process(ITB), Request for Proposal(RFP)or Intent to Ne otiate ITN Al[Sole Source FI]FM pro-approval is required Alternative Commodities or Services available to the State via outside contract Contract Source vehicle, A copy of the executed contract shall be submitted along with additional quotes if GSA 70 or GSA 84. Formal Competitive Solicitations:$35,000 and above and not available on STC include Invitation to Bid (ITB), Request for Proposal (RFP), or Invitation to Negotiate(ITN).Each - — -� requires a Scope of Work that meets all statutory requirements and formal posting or publication processes. Subrecipients shall submit their formal solicitation documentation and subsequent vendor selection documentation for approval prior to initiating any work. FDEM shall review the solicitation and provide comments, if any,to the Sub-Recipient. Consistent with 2 C.F.R.§200.325, FDEM shall review the solicitation for compliance with the procurement standards outlined in 2 C.F.R. §200.318 through 200.327 as well as Appendix II to 2 C.F.R. fart 200, Consistent with 2 C.F.R. §200.318(k), FDEM shall not substitute its judgment for that of the Sub-Recipient. While the Sub-Recipient does not need the approval of FDEM in 64 504 order to publish a competitive solicitation,this review may allow FDEM to identify deficiencies in the vendor requirements or in the commodity or service specifications. FDEM's review and comments shall not constitute an approval of the solicitation. Regardless of FDEM's review, the Sub-Recipient remains bound by all applicable laws, regulations,and agreement terms. If during its review FDEM identifies any deficiencies,then FDEM shall communicate those deficiencies to the Sub-Reciplent as quickly as possible. If the Sub-Recipient publishes a competitive solicitation after receiving comments from FDEM that the solicitation is deficient,then FDEM may: • Terminate this Agreement in accordance with the provisions outlined in paragraph (17)above; and, • Refuse to reimburse the Sub-Recipient for any costs associated with that solicitation. Examples of when to use each method: Invitation to BK Procurement by sealed bidding is a method where bids are publicly solicited through formal advertising. It is when a Sub-Recipient can establish precise specifications for a commodity or service defining,with specificity, as further outlined in the scope of work. Under this procurement method,the solicitation document used is known as the ITB. Sealed bidding is often utilized when the Sub-Recipient's requirements are known and specific in detail. The sealed bid method is the preferred method for procuring construction services and is appropriate when the following conditions are present: • Complete, adequate, and realistic specifications or purchase descriptions are available; ` • Two or more responsible bidders are willing and able to compete effectively for the business; The Sub-Recipient primarily selects the successful bidder based on price.This includes the price- related factors included within the solicitation. Other than the responsibility determination,the Sub-Recipient shall not select a contractor on the basis of non-price-related factors. Sub-Recipients shall publicly advertise the ITB. The precise manner of advertising depends upon the facts and circumstances of the procurement, subject to any applicable state, local, and/or tribal requirements. Sub-Recipients shall solicit bids from an adequate number of known suppliers.The regulation does not provide specific guidance regarding the method for soliciting additional bids or what constitutes an adequate number of qualified sources.These determinations shall be dependent upon the facts and circumstances of the procurement, subject to any relevant state, local, and/or federal requirements. The general requirements for an ITB are as follows: • The ITB shall define the items or services including any specifications and pertinent attachments so potential bidders can properly respond, • The subrecipient shall provide potential bidders sufficient time to prepare and submit bids prior to the date set for bid opening. • All bids shall be opened at the date,time, and location established in the ITB. • After the official bid opening procedures are completed, the subrecipient shall award a contract to the lowest price bid provided by a responsive and responsible bidder. If specified in the bidding documents,the subrecipient may consider discounts, transportation costs, and life cycle costs to determine which bid is the lowest. 65 505 If using the Sealed Bidding method of procurement, the subrecipient shall document the procurement history, Examples of circumstances under which a subrecipient may reject an individual bid include but are not limited to: • The bid fails to conform to the essential requirements or applicable specifications as outlined in the ITB; • The bid fails to conform to the delivery schedule as outlined in the ITB; • The bid imposes conditions that would modify the requirements as outlined in the ITB; • The Sub-Recipient determines that the bid price is unreasonable; • The bid is submitted by a suspended or debarred vendor;and/or • A bidder fails to furnish a bid guarantee when such a guarantee is required. The contract should then be awarded to the responsible and responsive vendor who submits the lowest responsive bid. The Subrecipient shall also provide a justification letter to FDEM supporting their selection. Request for Proposal: Under this procurement method,the solicitation document used is also known as the RFP. Proposals are an acceptable method of procurement when the nature of the procurement does not lend itself to sealed bidding and when a cost-reimbursement contract is appropriate. Through this process,vendors can compete on a cost basis for like items or services.The request for proposals method of procurement is an acceptable method of procurement,where non-state entities cannot base the contract award exclusively on price or price-related factors due to the nature of the service or property to be acquired. Simpiy put,the Sub-Recipient can describe what it wants to accomplish but the methods or means to accomplish the desired outcome cannot be easily defined. An RFP is appropriate when the following conditions are present: • The Sub-Recipient cannot base the contract award exclusively on price or price- related factors due to the nature or the service or property to be acquired; • The requirements are less definitive, more development work is required, or there is a greater risk of performance; • Technical capability, past performance, and prior experience considerations play a dominant role in source selection;and/or • Separate discussions with individual offerors are expected to be necessary after they have submitted proposals. This is a key distinction from the sealed bidding method of procurement where discussions with individual bidders are prohibited and the contract shall be awarded based on price and price-related factors alone. The Sub-Recipient shall publicize their RFP-The manner of the advertising depends upon the facts and circumstances of the procurement,subject to state, local, and/or tribal requirements. Within the advertisement, the Sub-Recipient shall identify all evaluation factors and their relative importance. The following provides several considerations for developing evaluation factors: • The evaluation factors for a specific procurement should reflect the subject matter and elements that are most important to the Sub-Recipient. • The evaluation factors may include such things as technical design,technical approach, length of delivery schedules, past performance, and quality of proposed personnel. • The Sub-Recipient may use any one or a combination of source selection approaches as permitted under state, local, and/or tribal laws, regulations, and procedures, and these approaches will often differ based on the relative importance of price or cost for the procurement. 66 506 • If permitted by the Sub-Recipient,written procurement procedures, and applicable state, local, and/or tribal law,the Sub-Recipient may award a contract to the offeror whose proposal offers the"best value"to the Sub-Recipient. The solicitation shall also inform potential offerors that the award shall be made on a"best value"basis, which should include a statement that the Sub-Recipient reserves the right to award the contract to other than the lowest-priced offeror, • The RFP shall identify evaluation factors and their relative importance; however, they need not disclose numerical or percentage ratings or weights. • FEMA does not require any specific evaluation factors or analytic process, but the evaluation factors shall support the purposes of the grant or cooperative agreement, The Sub-Recipient shall consider any response to a publicized request for proposals to the maximum extent practical. In addition to publicizing the request for proposals, non-state entities shall solicit proposals from an adequate number of offerors, providing them with sufficient response time before the date set for the receipt of proposals. Determining an adequate number of sources shall depend upon the facts and circumstances of the procurement, subject to relevant state, local, and/or tribal requirements, The Sub-Recipient shall have a written method for conducting their technical evaluations of the proposals received and for selecting offerors. When evaluating proposals, FEMA expects the Sub-Recipient to consider all evaluation factors specified in its solicitation documents and evaluate offers only on the evaluation factors included in the solicitation documents.A Sub- Recipient shall not modify its evaluation factors after proposals have been submitted without re- opening the solicitation. In awarding a contract that will include options, FEMA expects the Sub- Recipient to evaluate proposals for any option quantities or periods contained in the solicitation If it intends to exercise those options after the contract is awarded, The contract shall be awarded to the responsible offeror whose proposal is most advantageous to the program with price and other factors considered. Invitation to Negotiate: if the Sub-Recipient has determined that an ITS or an RFP will not result in the best value,the Sub-Recipient may procure commodities and contractual services using the ITN process. The procurement file shall be documented to support why an ITS and a RFP will not result in best value(287.057(1)(c), Florida Statutes). Contracts that exceed$1 million require a Florida Certified Contract Negotiator. Contracts more than$10 million in any fiscal year, requires a Project Management Professional on the team. Formal competitive solicitation postings or publication on an organization's webslte will not be accepted as it discourages true competition. Effective FY2024 such postings must be via a public forum for example the Florida Administrative Registry, local newspaper, etc. FDEM shall pre-approve all scopes of work for projects funded under this agreement.Also, to receive reimbursement from FOEM, the Sub-Recipient must provide FDEM with a suspension and debarment form for each vendor that performed work under the agreement. Furthermore, if requested by FDEM, the Sub-Recipient shall provide copies of solicitation documents including responses and justification of vendor selection. Contracts may include: State Term Contract:A State Term Contract is a contract that is competitively procured by FDEM of State Purchasing for selected products and services for use by agencies and eligible users. Florida agencies and eligible 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 287.056, Florida Statutes. 67 507 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, based on a determination that the contract Is cost-effective and in the best interest of the state,for use by one or all Florida agencies for purchases, without the requirement of competitive procurement, Alternate contract sources are authorized by subsection 287.042(16), Florida Statutes, as implemented by Rule 60A-1.045, Florida Administrative Cede. General Services Administration Schedules: The General Services Administration (GSA)is an independent agency of the United States Government. States, tribes,and local governments, and any instrumentality thereof(such as local education agencies or institutions of higher education) may participate in the GSA Cooperative Purchasing Program.). Refer to the appropriate GSA Schedule for additional requirements. Y. Piggybacking The practice of procurement by one agency using the agreement of another agency is called piggybacking. The ability to piggyback onto an existing contract is not unlimited. The Sub- Recipient's written procurement policy shall be submitted to FDEM and shall allow for piggybacking. The existing contract shall contain language or other legal authority authorizing third parties to make purchases from the contract with the vendor's consent.The terms and conditions of the new contract, including the Scope of Work, shall be substantially the same as those of the existing contract and approved by FDEM• The piggyback contract shall not exceed the existing contract in scope or volume of goods or services. A Sub-Recipient shall not use the preexisting contract merely as a"basis to begin negotiations"for a broader or materially different contract. Section 216.971, Florida Statutes Statutory changes enacted by the Legislature impose additional requirements on grant and Sub- Recipient agreements funded with federal or state financial assistance. Section 215.971(1) states: An agency agreement that provides state financial assistance to a Recipient or Sub-Recipient,as those terms are defined in section215.97, Florida Statutes, or that provides federal financial assistance to a Sub-Recipient, as defined by applicable United States Office of Management and Budget circulars, shall include all of the following: A provision specifying a Scope of Work that clearly establishes the tasks that the Recipient or Sub-Recipient is required to perform. • A provision dividing the agreement into quantifiable units of deliverables that shall be received and accepted in writing by the agency before payment. Each deliverable shall 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 compiotion of each deliverable. A provision specifying the financial consequences that apply if the 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 Recipient or Sub-Recipient for failure to perform as required under the agreement may be expended only in direct support of the program from which the agreement originated. • A provision specifying that a Recipient or Sub-Recipient of federal or state financial assistance may expend funds only for allowable costs resulting from obligations incurred during the specified agreement period. 68 508 • A provision specifying that any balance of unobligated funds which has been advanced or paid shall be refunded to the state agency. • A provision specifying that any funds paid in excess of the amount to which the Recipient or Sub-Recipient is entitled under the terms and conditions of the agreement shall be refunded to the state agency, • Any additional information required pursuant to s,il5.97, Z. Unallowable Procurement Practices Noncompetitive Pricing Practices: Noncompetitive pricing practices between firms or between affiliated companies are prohibited. Subrecipients shall undertake reasonable efforts to ensure that prospective vendors have not engaged in noncompetitive pricing practices when responding to a solicitation, and that they themselves have not when soliciting vendors. If noncompetitive pricing practices are identified, the activity shall be reported to FDEM. Below are common noncompetitive pricing practices: • Bid rigging: Occurs when conspiring competitors raise prices under a process where a purchaser acquires goods or services by soliciting competing bids, Competitors agree in advance who will submit the lowest priced or winning bid on a contract, Bid rigging takes many forms, but conspiracies usually fall into one or more of the following categories: bid suppression, complementary bidding, and bid rotation, • Bid suppression: Where one or more competitor(s),who otherwise would be expected to bid or who have previously bid, agree to refrain from bidding or withdraw a previously submitted bid so that the designated winning competitor's bid will be accepted, • Complementary bidding: Also known as"cover"or"courtesy" bidding, occurs when some competitors agree to submit bids that are either too high to be accepted or contain special terms that will not be acceptable to the,buyer. Such bids are not intended to secure the buyer's acceptance but are merely designed to give the appearance of genuine competitive bidding while making the designated winning competitor's bid appear most attractive. Complementary bidding schemes are a frequent form of bid rigging.They defraud purchasers by creating the appearance of competition to conceal secretly inflated prices. • Bid rotation:A scheme where all conspirators submit bids but flake turns being the lowest bidder. The terms of the rotation may vary. For example, competitors may take turns on contracts according to the size of the contract, allocating equal amounts to each conspirator, or allocating volumes that correspond to the size of each conspirator company. ZA Unique Entity Identifier and System for Award Management(SAM) Sub-Recipients for this award shall: • Apply for a USI Number in SAM; • Provide a valid UEID/SAM number; and • Continue to maintain an active UEI with current information at all times during which it has an active federal award. FDEM may not make subawards unless the subrecipient has obtained and provided the UEI, Z.2 Reporting Requirements 1. Quarterly Programmatic Reporting: The Quarterly Programmatic Report is due within thirty(30)days after the end of the reporting periods(March 31,.June 30, September 30, and December 31)for the life of this contract. + . if a report(s)is delinquent,future financial reimbursements shall be withheld until the Sub-Recipient's reporting is current, 69 509 • If a report goes three(3)consecutive quarters from date of execution without the Sub. Recipient reflecting any activity and/or expenditures it shall result in the issuance of a noncompliance letter, and a written justification shall then be provided. o Based on the FDEM's determination, the Sub-Recipient shall have thirty(30) days to submit a letter of appeal to FDEM. a Sub-Recipients shall 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 shall be terminated. • If a report goes four(4) consecutive quarters from date of execution without the Sub- Recipient reflecting any activity and/or expenditures, it shall result in termination of the agreement. Programmatic Reporting Schedule Reporting Period Report due to FDEM no later than January 1 through March 31 Aril 30 April 1 through June 30 July 31 July 1 through September 30 October 31 October 1 through December 31 January 31 2. Programmatic Reporting- Biannual Strategic Implementation Report(BSIR): After the end of each reporting period,for the life of the contract unless directed otherwise, the SAA,will complete the Biannual Strategic Implementation Report in the Grants Reporting Tool (GRT) https://www.reporting.odp.dhs.gov. The reporting periods are January I-June 30 and July 1-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 shall 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 FDEM's reasonable efforts to collect required reports, forms, or other documentation needed to complete the standard award and/or closeout process. FDEM shall make three(3)written attempts to collect required information before initiating an administrative closeout. If an award is 70 510 administratively closed, FDEM 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, Z3. Period of Performance(POP) Extensions An extension to the period of performance identified in the agreement is allowable under limited circumstances and shall only-be considered through formal, written requests to FDEM.All extension requests shall contain specific and compelling justifications as to why an extension is required, and shall 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; 6. Remaining available funds; 7. Budget outlining how the remaining funds shall be expended; 8. Plan for completion, including milestones and timeframes for achieving each milestone and the position or person responsible for implementing the plan for completion; and 9. Certification that the activity(ies)shall 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(6) month period, and shall be granted only due to compelling legal, policy, or operational challenges. Extension requests shall only be considered for the foilowing reasons: • Contractual commitments by the recipient or Sub-Recipient with vendors prevent completion of the project within the existing POP; • The project shall 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, Subreciplent's shall be limited to one(1) extension over the grant period of performance. Extension requests shall not be considered within the last one hundred eighty(180) days of the grant period of performance. ZA. Programmatic Point of Contact Contractual Point of Contact Programmatic Point of Contact Camilla Williams Kizzy Caban FDEM FDEM 2555 Shumard Oak Blvd. 2555 Shumard Oak Blvd, Tallahassee, FI..32399-2100 Tallahassee, FL 32399-2100 (448)220�7147 (860)254-5150 Cam!Ila.Williams@em.myflorida.com Kizz .Caban gem.m fiorida.com 71 511 Z.S. Contractual Responsibilities • The F'DEM shall determine eligibllity of projects and approve changes in Scope of Work. • The FDE,M shall administer the financial processes. Z.6. Fallure to Comply • Failure to comply with any of the provisions outlined above shall result in disallowance of reimbursement for expenditures. [Remainder of page intentionally left blank] 72 512 ATTACHMENT C DELIVERABLES AND PERFORMANCE Non-Profit Security Grant Program (NSGP): NSGP provides funding for target hardening and other physical security enhancements and activities to nonprofit organizations that are at high risk of terrorist attack and located within one of the specific UASI-eligible Urban Areas and State identified Areas, Planning Deliverable: Subject to the funding limitations of this Agreement, FDEM shall reimburse the Subrecipient 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 Litt�,Hwwv jernc'iL oy�L f m2pli qNWons1n0T.?PS, L0�1_, �g!or grant guidance(Notice of j_ ql_ y1f 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 Subrecipient can successfully complete a planning activity either by creating or updating such plan($). Organization Deliverable: Subject to the funding limitations of this Agreement, FDEIVI shall reimburse the Subrecipient for the actual eligible costs for contracted security personnel. Equipment Deliverable: Subject to the funding limitations of this Agreement, FDEM shall reimburse the Subrecipient for the actual cost of purchasing an item identified in the approved Investment Justification 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 two allowable equipment categories and equipment standards for NSGP are listed on the following website: i d-e��au:tamentvl t. In addition, agencies,shall be responsible for obtaining and maintaining all necessary certifications and licenses for the requested equipment. Training Deliverable., Subject to the funding limitations of this Agreement, FDEM shall reimburse the Subrecipient for the actual cost of successfully completing a training course listed on the Department of Homeland Security(DHS) approved course catalog, The DHS course catalog is available online at: (ai in fi rb fl . For the purposes of this Agreement, any training course listed on the DHS approved course catalog qualifies as an authorized course. The Subrecipient can successfully complete an authorized course either by attending or conducting that course. Exercise Deliverable: Subject to the funding limitations of this Agreement, FDEM shall reimburse the Subrecipient 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 Integrated Preparedness Plan (IPP), and B) County or Regional TEP for the region in which the Subrecipient is geographically located. Information related to TEPs and HSEEP compliance can be found online at: j°Mt a /wvtw.�fema_2__ ._:gg qv)eMei .:!11gna, ers/nabonak p,EL%,p_qrggness/exercises G see . For the purposes of this Agreement, any security-related exercise which is compliant with HSEEP standards and contained in the State of Florida IPP qualifies as an authorized exercise, The Subrecipient can successfully complete an authorized exercise either by attending or conducting that exercise. Management&Administration Deliverable: Subject to the funding limitations of this Agreement, FDEM shall reimburse the Subrecipient for the actual cost of successfully completing a planning initiative that is in line with Attachment B (Scope of Work)and also with guidance outline in the FY 2024 NSGP Notice of Funding Opportunity (NOFO) located at lj]p npiLof i t-se��jLityyht-1,3- q.ilqf _ Costs for allowable items shall 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. 73 513 ATTACHMENT Program Statutes and Regulations 1) Assurances,Administrative Requirements, Cost Principles, Representations and Certifications 2 C.F.R. Part 200 2) General Acknowledgements and Assurances 2 C.F.R. Part 200 and 2 C.F.R. Part 3002.10. 3) Acknowledgement of Federal Funding from DHS. 4) Activities Conducted Abroad. 5) Age Discrimination Act of 1975 42 U.S.C. §6101 et seq. 6) Americans with Disabilities Act of 1990 42 U.S.C. § 12101-12213 7) Chapter 473, Florida Statutes 8) Chapter 215, Florida Statutes 9) Chapter 262, Florida Statutes 10) Best Practices for Collection and Use of personally Identifiable Information 11) Title VI of the Civil Rights Act of 1964 and (Limited English Proficiency)42 U.S.C. §2000d at seq. 12) Title VII[of the Civil Rights Acts of 1968 42 U.S.C. §3601 et seq. 13) Copyright notice 17 U.S.C. §§401 or 402 14) Debarment and Suspension Executive Orders 12549 and 12689 15) Drug Free Workplace Act of 1988 41 U.S.C. §8101-8106 16) Duplicative Costs 2 C,F.R, §200,403(f) 17) Education Amendments of 1972-Title IX 20 U.S.C. § 1681 et seq. 6 C.F.R Part 17 and 44 C.F.R Part 19g and Criminal 18) E.O. 14074-Advancing Effective,Accountable Policing and Criminal Justice Practices to Enhance Public Trust and Public Safety Section 12(c)of E.O. 14074 19) Energy Policy and Conservation Act 42 U.&C. § 6201 et seq. 20) False Claims Act and Program Fraud Civil Remedies 31 U.S.C. § 3729-3733 also 31 U.S.C. § 3801-3812 21) Federal Debt Status OMB Circular A-1 29 22) Federal Leadership on Reducing Text Messaging While Driving Section 3(a) E.O. 13516 23) Fly America Act of 197449 U.S.C. §49 U.S.C. §40118 and Comptroller General Decision 6- 138942. 24) Hotel and Motel Fire Safety Act of 1990 15 U.S,C. §2225a 25) John S. McCain National Defense Authorization Act of Fiscal Year 2019 2 C.F.R. §200.216, 200.327, 200,471, and Appendix II to 2 C.F.R. Part 200. 26) Lobbying Prohibitions 31 U.S.C, § 1352 and 6 C.F.R. Part 9 27) National Environmental Policy Act 42 U.S.0§4321 et seq. 28) Nondiscrimination in Matters Pertaining to.Faith-Based Organizations 6 C.F,R, Part 19 29) Non-Supplanting Requirement 30) Notice of Funding Opportunity Requirements 31) Patents and Intellectual Property Rights 35 U,S.C, §200 et seq. and 37 C.F.R Part 401 and §401.14 32) Procurement of Recovered Materials 42 U.S.0§6962, 2 C.F.R. §200.323, 40 C.F.R. Part 247 and section 6002 of Solid Waste Disposal Act 33) Rehabilitation Act of 1973 Section 504, 29 U,S.C. §794 34) Reporting of Matters Related to Recipient Integrity and Performance 2 C.F.R. Part 200 Appendix XI1 35) Reporting Subawards and Executive Compensation 2 C.F.R. Part 170 Appendix A 36) Required Use of American Iron, Steel, Manufactured Products, and Construction Materials 2 C.F.R. § 184.3 37) Safecom 38) Terrorist Financing E.O. 13224 39) Trafficking Victims protection Act of 2000(TVPA)22 U.S.C. §7104 and 2 C.F.R. §175,16 40) Unique Entity Identifier and System of Award Management 2 C.F.R. Part 25,Appendix A 41) USA Patriot Act of 2001 18 U.S.C. § 175-175c 42) Use of DHS Seal, Logo and Flags 74 514 43) Whistleblower Protection Act 10 U.S.C. §470141 and 41 US.C. §4712 44) Environmental Planning and Historic Preservation (EHP) Review 45) Applicability of DHS Standard Terms and Conditions to Tribes 46) Disposition of Equipment Acquired Under the Federal Award 2 C.F.R. section 200.313 47) 53 Federal Register 8034 48) Rule Chapters 2713w 6, 27P-11, and 27P-19, Florida Administrative Code 49) Section 287.138, Florida Statutes [Remainder of page intentionally left blank] 75 515 ATTACHMENT E JUSTIFICATION OF ADVANCE PAYMENT SUBRECIPIENT: Requests for an advance shall be submitted at the time of agreement execution or approval of the EHP and vendor selection, if required. If you are requesting an advance, indicate same by checking the box below and completing the Estimated Expenses table. Please Note: Only one(1) advance payment Is allowed for the entire grant award. ( I ADVANCE REQUESTED(Advance payments can be approved up to fifty percent of the award amount.) Advance payment of$ is requested. Balance of payments will be made on a reimbursement basis. This advance will be used on equipment specific projects within the budget of the agreement. We would ESTIMATED EXPENSES Project Days to complete Funding amount requested LINE-ITEM JUSTIFICATION (For each line item, provide a detailed justification explaining the need for the cash advance. The justification shall Include supporting documentation that clearly shows the advance shall be expended within the first ninety(90)days of the contract term or approval of the EHP, if required. Support documentation should include but is not limited to the following: quotes for purchases, delivery timellnes, salary and expense projections,etc,to provide FDEM reasonable and necessary justification. Any advance funds not expended within the specified timeframe shall be returned to FDEM Cashier,2555 Shumard Oak Boulevard,Tallahassee, Florida 32399,within thirty(30)days,along with any interest earned on the advance) **The purpose:For an advance payment is to assist in the startup of all equipment projects,not partial and shall be considered on a case by case basis.An advance payment is also contingent upon performance measures being met. EHP and vendor selection shall be completed and approved by FEMA and the Division prior to advance** Signature of Subrecipient _ Date: Name and Title of Subrecipient 76 516 ATTACHMENT F WARRANTIES AND REPRESENTATIONS Financial Management The Subrecipient's financial management system shall comply with 2 C.F.R. §200.302, Procurements Any procurement undertaken with funds authorized by this Agreement shall comply with the requirements of 2 C.F,R. §200, Dart D—Past Federal Award Requirements—Procurement Standards(2 C.F.R. §§200.318 through 200.327). Business Hours The Subrecipient shall have its offices open for business,with the entrance door open to the public, and at least one employee on site, from; Monday to Friday(Excluding Holidays)from 7am to 4pm Licensing and Permitting All subcontractors or employees hired by the Subrecipient shall have all current licenses and permits required for the particular work for which they are hired by the Subrecipient, 77 517 ATTACHMENT G CERTIFICATION REGARDING DEBARMENT,SUSPENSION,INELIGIBILITY AND VOLUNTARY EXCLUSION Subcontractor Covered Transactions The prospective subcontractor, of the Subreciplent certifies, by submission of this document, that neither it, its principals, nor its affiliates are presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation In this transaction by any federal department or agency,' SUB-CONTRACTOR: By: Signature Subreciplent's Name Name and Title FDEM Agreement Number Street Address City, State, Zip Date 78 518 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 conditions of your award. All Subrecipients shall comply with any such requirements set forth in the program NOFO. All Subrecipients who receive awards made under programs that prohibit supplanting by law shall ensure that federal funds do not replace(supplant)funds that have been budgeted for the same purpose through non-federal sources. All Subrecipients shall acknowledge their use of federal 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 award provided for in 2 C.F.R. Part 200, Subpart E shall not be charged to other federal awards to overcome fund deficiencies,to avoid restrictions imposed by federal statutes, regulations, or terms and conditions of the federal awards, or for other reasons, However,this prohibition would not preclude a Subreciplent 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. Subrecipients are required to comply with the requirements set forth in the government-wide Award Term regarding the System for Award Management and Universal Identifier Requirements located at 2 C.F.R. Part 25,Appendix A, the full text of which incorporated here by reference in the terms and conditions of your award. All Subrecipients shall acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information,facilities, and staff. 1. Subreciplent shall cooperate with any compliance review or compliant investigation conducted by the State Administrative Agency or DHS. 2. Subreciplent shall give the State Administrative Agency, DHS or through any authorized representative, access to and the right 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 DHS regulations and other applicable laws or program guidance. 3. Subrecipient shall submit timely, complete, and accurate reports to FDEM and maintain appropriate backup documentation to support the reports. Subrecipients shall also comply with all other special reporting, data collection and evaluation requirements, as prescribed by law or detailed in program guidance. 4. Subrecipient shall acknowledge their use of federal 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. 5. Subrecipient who receives awards made under programs that provide emergency communications equipment and its related activities shall comply with SAFECOM Guidance for Emergency Communications Grants, including provisions on technical standards that ensure and enhance Interoperable communications. 6. When original or replacement equipment acquired under this award by the Subrecipient is no longer needed for the original project or program or for other activities currently or previously 7'9 519 supported by DHS/FEMA, you shall request instructions from FDEM to make proper disposition of the equipment pursuant to 2 C.F.F . §200.313. 7. DHS/FEMA funded activities that may require an EHP review are subject to FEMA's Environmental Planning and Historic Preservation (EHI') review process. This review does not address ali federal, state,and local requirements.Acceptance of federal funding requires recipient to comply with all federal, state, and local laws. Failure to obtain all appropriate federal, state, and local environmental permits and clearances may jeopardize federal funding. If ground disturbing activities occur during construction, applicant shall monitor ground disturbance, and if any potential archeological resources are discovered, applicant shall immediately cease work in that area and notify the pass-through entity, if applicable, and DHS/FEMA. 8, Subrecipients are required to comply with the Build America, Buy America Act(BABAA), which was enacted as part of the Infrastructure Investment and Jobs Act Sections 70901-70927, Pub. L, No. 117-58(2021); and Executive Order 14005, Ensuring the Future is Made in All of America by All of America's Workers. 9. Subrecipient shall comply with the applicable provisions of the following laws and policies prohibiting discrimination: a. Title VI of the Civil Rights Act of 1964, as amended,which prohibits discrimination based on race, color, or national origin (including limited English proficiency). b. Section 604 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 sex in education programs or activities. d. Age Discrimination Act of 1975,which prohibits discrimination based on age. e. U.S. Department of Homeland Security regulation 6 C.F.R. Part 19,which prohibits discrimination based on religion in soda€service programs, 80 4 520 ATTACHMENT I MANDATORY CONTRACT PROVISIONS Provisions: Any contract or subcontract funded by this Agreement shall contain the applicable provisions outlined in Appendix I I to 2 C.F.R. Part 200. It is the responsibility of the Subrecipient to include the required provisions. The following is a list of sample provisions from Appendix ll to 2 C.F.R. Part 200 that maybe be required:1 Appendix II to Part 200—Contract Provisions for Non-Federal Entity Contracts Under Federal Awards In addition to other provisions required by the federal agency or non-federal entity, all contracts made by the non-federal entity under the federal award shall contain provisions covering the following, as applicable. (A)Contracts for more than the simplified acquisition threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U,S.C, 1908, shall address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B)All contracts in excess of$10,000 shall address termination for cause and for convenience by the non-federal entity including the manner by which it will be affected and the basis for settlement. (C)Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of"federally assisted construction contract" in 41 CFR Part 60 1.3 shall 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, 1964-1966 Camp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal -Employment Opportunity,"and implementing regulations at 41 CFR part 60, "Office of 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 shall include a provision for compliance with the Davis-Bacon Act(40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5,"Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors shall 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, In addition, contractors shall be required to pay wages not less than once a week.The nonfederal entity shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation, The decision to award a contract or subcontract shall be conditioned upon the acceptance of the wage determination. The non-federal entity shall report all suspected or reported violations to the federal awarding agency. The contracts shall also include a provision for compliance with the Copeland"Anti- Kickback"Act(40 U.S.C. 3145),as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States").The Act provides that each contractor or Subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non- federal entity shall report all suspected or reported violations to the federal awarding agency. (E) Contract Work Hours and Safety Standards Act(40 U.S.G. 3701-3708), Where applicable, all contracts awarded by the non-federal entity in excess of$100,000 that involve the employment of mechanics or laborers shall include a provision for compliance with 40 U.S.C. §§3702 and 3704,as supplemented by Department of Labor regulations (29 CFR Part 6), Under 40 U.S.C. §3702 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a For example, the Davis-Bacon Act is not applicable to other FEMA grant and cooperative agreement programs, including the Public Assistance Program or Hazard Mitigation Grant Program; however, Sub- Recipient may include the provision in its subcontracts, 81 521 standard work week of forty(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 forty(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 shall 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 CFI ,§401.2(a) and the recipient or Subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that"funding agreement,"the reclpient or Subrecipient shall 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$160,000 shall contain a provision that requires the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. §§7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C, §§ 1251-1387). Violations shall be reported to the federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). (hi) Debarment and Suspension (Executive Orders 12549 and 12689)A contract award (see 2 CFR§ 180.220)shall 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 Camp., p. 189)and 12689(3 CFR Part 1989 Camp., 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. (l) Byrd Anti-Lobbying Amendment(31 U.S.C. § 1352)—Contractors that apply or bid for an award of$100,000 or more shall file the required certification. Each tier certifies to the tier above that it shall not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to Influence an officer or employee of any agency, a member of Congress,officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant or any other award covered by 31 U.S.C. § 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 non-federal award. (J)See 2 C.F.R. §200.323 Procurement of recovered materials. (K)See 2 C.F.R. §200.216 Prohibition on certain telecommunication and video surveillance services or equipment. (L)See 2 C.F.R. §200.322 Domestic preferences for procurements (Appendix II to Part 200, Revised Eff. I M212020), Please note that the Subrecipient alone is responsible far ensuring that all language included in its contracts meets the requirements of 2 C.F.A. §200.327 and 2 C,F.Pi, Para 200,Appendix H. 82 522 ATTACHMENT J FINANCIAL AND PROGRAM MONITORING GUIDELINES Florida has enhanced state and local capability and capacity to prevent, prepare and respond to terrorist threats since 1999 through various funding sources including federal grant funds. FDEM has a responsibility to track and monitor the status of grant activity and items purchased to ensure compliance with applicable Nonprofit Security Grant Program (NSGP) grant guidance and statutory regulations. The monitoring process is designed to assess a Subrecipient agency's compliance with applicable state and federal guidelines. Monitoring is accomplished utilizing various methods including desk monitoring and on-site visits. There are two primary areas reviewed during monitoring activities-financial and programmatic monitoring. Financial monitoring primarily focuses on statutory and regulatory compliance with administrative grant requirements. It involves the review of records associated with the purchase and disposition of property, projects and contracts, Programmatic monitoring seeks to validate and assist in the grant progress,targeting issues that.may be hindering project goals and ensuring compliance with the purpose of the grant and overall grant program, Programmatic monitoring involves the observation of equipment purchased, protocols and other associated records. Various levels of financial and programmatic review may be accomplished during the monitoring process. Pursuant to 2 G.F.R. §200.337, FDEM has the right, at all reasonable times,to make site visits or conduct desk reviews to review project accomplishments and management control systems to review award progress and to provide any required technical assistance. During site visits or desk reviews, FDEM shall review recipients'files related to the award.As part of any monitoring and program evaluation activities, recipients shall permit FDEM, upon reasonable notice,to review grant-related records and to interview the organization's staff and contractors regarding the program. Recipients shall respond in a timely and accurate manner to FDt M's requests for information relating to the award. Monitoring Selection and Scheduling: Each year FDEM shall conduct monitoring based on a"Risk Assessment", The risk assessment tool is used to help in determining the priority of Subrecipients that should be reviewed and the level of monitoring that should be performed. Note that although a given grant may be closed, it is still subject to either desk or on-site monitoring for a five(6) year period following closure. Areas that shall be examined include, r Management and administrative procedures; • Grant folder maintenance; • Equipment accountability and sub-hand receipt procedures; + Program for obsolescence; + Status of equipment purchases; + Status of training for purchased equipment; • Status and number of response trainings conducted to include number trained; • Status and number of exercises; • Status of planning activity; • Anticipated projected completion; + Difficulties encountered in completing projects; • Agency NIMSIICS compliance documentation; + Equal Employment Opportunity(EEO Status); + Procurement Policy FDEM may request additional monitoringlinformation of the activity, or lack thereof, generates questions from the region,the sponsoring agency or FDEM's leadership. The method of gathering this information shall be determined on a case-by-case basis. 83 523 Monitoring Activities. Desk reviews and site visits are two forms of monitoring. Desk monitoring 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 Subrecipient agencies by FDEM representatives who examines records, procedures and equipment, Desk monitoring is an on-going process. Subrecipients shall be required to participate in desk top monitoring as determined by FDEM. This contact shall provide an opportunity to identify the need for technical assistance(TA)and/or a site visit if FDEM determines that a Subrecipient is having difficulty completing their project. As difficulties/deficiencies are identified,the respective region or sponsoring agency shall be notified by the program office via email. Information shall include the grant Subrecipient agency name, year and project description and the nature of the issue in question. Many of the issues that arise may be resolved at the regional or sponsoring agency level. Issues that require further TA shall be referred to FDEM for assistance. Examples of TA include but are not limited to: • Equipment selection or available vendors • Eligibility of items or services • Coordination and partnership with other agencies within or outside the region or discipline • Record Keeping • Reporting Requirements • Documentation in support of a Request for Reimbursement On-site monitoring shall be conducted by FDEM or designated personnel. On-site monitoring visits shall be scheduled in advance with the Subrecipient agency POC designated in the grant agreement. FDEM shall also conduct coordinated financial and grant file monitoring. If utilizing a V party consultant, the Subrecipient must have a member of the organization in attendance during desktop and onsite monitoring. Subject matter experts from other agencies within the region or state may be called upon to assist in the form of a peer review as needed. On-Site Monitoring Protocol On-site monitoring visits shall begin with those grantees that are currently spending or have completed spending for that federal fiscal year(FFY). Site visits maybe combined when geographically convenient. There is a financial/programmatic On-site monitoring checklist to assist in the completion of all required tasks. Site Visit Preparation A letter shall be sent to the Subrecipient agency Point of Contact(POC)outlining the date, time and purpose of the site visit before the planned arrival date. The appointment shall be confirmed with the grantee in writing (email is acceptable) and documented in the grantee folder. The physical location of any equipment located at an alternate site should be confirmed with a representative from that location and the address should be documented in the grantee folder before the site visit. On-Site Monitoring Visit Once FDEM personnel have arrived at the site, an orientation conference shall be conducted. During this time,the purpose of the site visit and the items FDEM intends to examine shall be identified. All objectives of the site visit shall be explained during this time. FDEM personnel shall review all files and supporting documentation, Once the supporting documentation has been reviewed, a tour/visual/spot inspection of equipment shall be conducted. 84 - 524 Each item selected for review shall be visually inspected whenever possible. Larger items(computers, response vehicles, etc.) shall have an asset decal (information/serial number) placed in a prominent location on each piece of equipment as per Subrecipient agency requirements. The serial number shall correspond with the appropriate receipt to confirm purchase, Photographs shall be taken of the equipment(large capital expenditures in excess of$1,000. per item). If an item is not available(being used during time of the site visit),the appropriate documentation shall be provided to account for that particular piece of equipment. Other programmatic issues can be discussed at this time, such as missing quarterly reports, payment voucher/reimbursement, equipment, questions, etc. Post Monitoring Visit FDEM personnel shall review the On-site monitoring worksheets and backup documentation as a team and discuss the events of the On-site monitoring. Within forty-five(45) calendar days of the site visit,a post monitoring letter shall 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 shall be generated and sent to the Subrecipient. The Subrecipient shall submit a Corrective Action Plan (CAP)within a timeframe as determined by FDEM, Noncompliance on behalf of sub-grantees is resolved by management under the terms of the Sub-Grant Agreement. The On-site monitoring report and all back up documentation shall then be included in the Subrecipient's file. Monitoring Responsibilities of Pass-thru Entities Subrecipients who are pass-through entities are responsible for monitoring their Subrecipients in a manner consistent with the terms of the Federal award at 2 G.F.R. Part 200, including 2 C.F.R. § 200,332,This includes the pass-through entity's responsibility to monitor the activities of the Subrecipient 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 subaward; and that subaward performance goals are achieved, Subrecipient responsibilities also include but are not limited to: accounting of receipts and expenditures, cash management, maintaining adequate financial records, reporting and refunding expenditures disallowed by audits, monitoring if acting as a pass-through entity, other assessments and reviews, and ensuring overall compliance with the terms and conditions of the award or subaward, as applicable, including the terms of 2 C.F.R. Part 200. [Remainder of page intentionally left blank] I 85 525 ATTACHMENT( 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 Historic Preservation (EHP) laws and requirements prior to initiation of the project: New Construction, Installation and Renovation, including but not limited to: • Emergency Operation Centers • Security Guard facilities • Equipment buildings (such,as those accompanying communication towers) • Waterside Structures(such as dock houses, piers, etc.) Placing a repeater and/or other equipment on an existing tower Renovation of and modification to buildings and structures that are fifty(50)years old or older 0 Any other construction or renovation efforts that change or expand the footprint of a facility or structure including security enhancements to improve perimeter security 9 Physical Security Enhancements, including but not limited to: o Lighting 0 Fencing c Closed-circuit television (CCTV) systems C Motion detection systems 0 Barriers, 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 all applicable laws, regulations, and licensing provisions. Communication tower projects shall be submitted to FEMA for EHP review. Some training and exercise activities require Environmental and Historic Preservation (EHP) Review, including exercises, drills or trainings that require any type of land, water, or vegetation disturbance or building of ternporary structures or that are not located at facilities designed to conduct training and exercises.A thorough, detailed description of projects listed under these categories shall be required in order to determine allowability, Additional information on training requirements and EHP review can be found online at Environmental &Historic Preservation Guidance for FEMA Grant Applications I FEMA.gov. Once the grant agreement has been executed by both parties the EHP Screening Form shall be submitted to FDEM within forty-five(45)days. It the forty-five(45)days has passed, the Subrecipient will receive a noncompliance letter that states remedies that may result the forfeiture of the agreement. EHP SCREENING FORM SUBMISSION I For projects requiring EHP review, the Subrecipient shall submit the EHP Screening Form to the State Administrative Agency (SAA)for review prior to funds being expended. The SAA Point of Contact for EHP review is: Ms. Felicia Pinnock Bureau of Preparedness—Domestic Security 2555 Shumard Oak Boulevard Tallahassee, Florida 323,99-2100 Telep hone:,850-815-4343 Felicia.Plang com I c- flodda� �(�eni,rn� 86 526 II. The SAA POC shall forward EHP Screening Forms to DHS/FEMA for review and approval. III, Subrecipient's shall receive written approval from the SAA prior to the use of grant funds for project implementation. THE PROJECT SHALL NOT BEGIN UNTIL FINAL FEMA APPROVAL IS RECEIVED. [Remainder of page Intentionally left blank] I I 87 527 ATTACHMENT L REIMBURSEMENT CHECKLIST PLANNING 1. Does the amount billed by consultant add up correctly? 2. Has all appropriate documentation to denote hours worked been properly signed? 3. Have copies of all planning materials and work product(e.g, meeting documents, copies of plans) been included?(Note-Ifa meeting was held by 8ubreciplent or contractor/consultant of Subrecipient, an agenda and signup sheet with meeting date 4. Has the zero dollar invoice and signed from the consultanUcontractor been include? ❑ 5. Has proof of payment been included? Canceled check, bank statement or transaction history(Showing the transaction was processed by the bank) Electronic Funds Transfer(EFT)Confirmation Credit Card Statement 8, Has Attachment G (found within Agreement with FDEM) been completed for this contractor/consultant and Included in the reimbursement package? 7. Has proof of purchase methodology been included? Please see Form 5 of Reporting Forms or Purchasing Basics Attachment if further clarity is needed. Sole Source/Proprietary(approved by FDEM for purchases) State Contract(page showing contract#, price list) Competitive bid results(e.g, Quotewire, bid tabulation page) Cons u Itants/Contractors(Note-,this apiAles to contractors also billed under Or anlzation TRA. _ dNING 1. Is the course DHS approved? 2, Is there a course or catalog number? 71 3. If not,has FDEM approved the non-DHS training? 4. Have Sign-In Sheets, Rosters,Certificate of Completion and Agenda been provided? 5. If billing for overtime and/or backfill, has documentation been provided that lists attendee names, department,#of hours spent at training, hourly rate and total amount paid to each attendee? Have documentation from entity's financial system been provided as proof attendees were paid? For backfill, has a clear delineation/cross reference been provided showing who was backfillirg who? 6. Have the names on the sign-in sheets been crass-referenced with the names of the individuals for whom training reimbursement costs are being sought? Ej 7. Have any expenditures occurred in support of the training such as printing costs, costs related to administering the training, planning, scheduling, facilities, materials and supplies, reproduction of materials, and equipment? If so, receipts and proof of payment shall be submitted. Canceled check,bank statement or transaction history(Showing the transaction was processed by the bank) Electronic Funds Transfer(EFT)Confirmation 88 - 528 Credit Card Statement ❑ 8, Has proof of purchase methodology been included? Please see Form 6 of Reporting Forms or Purchasing Basics Attachment if further clarity is needed. Sole Source/Proprietary(approved by FDEM for purchases) State Contract(page showing contract#,price list) Competitive bid results(e,g. Quotewire, bid tabulation page) EXERCISE ❑ 1. Has documentation been provided on the purpose/objectives of the exercise? Situation Manual Exercise flan ❑ 2. If exercise has been conducted are the following included; After-action report Sign-in sheets Agenda Rosters ❑ 3. If billing for overtime and backfill, has a spreadsheet been provided that lists attendee names, department,#of hours spent at exercise, hourly rate and total paid to each attendee? Have documentation from entity's financial system been provided to prove attendees were paid? For backfill„ has a clear delineation/cross reference been provided showing who was backfilling who? ❑ 4. Have the names on the sign-in sheets been cross-referenced with the names of the individuals for whom exercise reimbursement costs are be"sng sought? ❑ 5. Have any expenditures occurred on supplies(e.g., copying paper, gloves, tape, etc.) in support of the exercise? If so, receipts and proof of payment shall be included. Canceled check, bank statement or transaction history(Showing the transaction was processed by the bank) Electronic Funds Transfer(EFT)Confirmation Credit Card Statement ❑ 6. Have any expenditures occurred on rental of space/locations for exercises planning and conduct, exercise signs, badges,etc,? If so, receipts and proof of payment shall be included. Canceled check,bank statement ortransaction history(Showing the transaction was processed by the bank) Electronic Funds Transfer(EFT)Confirmation Credit Card ❑ 7. Has proof of purchase methodology been included? Please see Form 5 of Reporting Forms or Purchasing Basics Attachment if further clarity is needed. Sole Source/Proprietary(approved by FDEM for purchases) State Contract(page showing contract#, price list) Competitive bid results(e.g, Quotewire, bid tabulation page) EQUIPMENT ❑ 1. Has the zero dollar invoice and signed from the consultant/contractor been include? ❑ 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? 89 529 4. Has proof of payment been included? Canceled check,bank statement or transaction history(Showing the transaction was processed by the bank) Electronic Funds Transfer(EFT)Confirmation Credit Card Statement 5. If EHP form needed, has a copy of the approval DHS been included? 6. Has proof of purchase methodology been included? Please see Form 5 of Reporting Forms or Purchasing Basics Attachment if further clarity Is needed. Sole Source/Proprietary(approved by FDEM for purchases) State Contract(page showing contract#, price list) Competitive bid results(e.g. Quotes(signed and dated by the vendor), bid tabulation page) TRAVEUCOIVFERENCES 1. Have all receipts been turned in, itemized and do the dates on the receipts match travel dates? Airplane receipts Proof of mileage(Google or Yahoo map printout or mileage log) Tall 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 travel is a conference has the conference agenda been included? ❑ 3. Has proof of payment to traveler been included? Canceled check,bank statement or transaction history(Showing the transaction was processed by the bank Electronic Funds Transfer(EFT)Confirmation Credit Card Statement Copy of paycheck if reimbursed through payroll SALARY POSITIONS 1. Has a signed timesheet by employee and supervisor been included? Timesheet shall certify the hours and information presented as true and correct. 2. Has proof for time worked by the employee been included? Is time period summary Included? Statement of Earnings Copy of Payroll Check Payroll Register For fusion center analysts, have the certification documents been provided to FDEM to demonstrate compliance with training and experience standards? For fusion center analysts, has documentation of PPR submission via the annual Fusion Center Assessment been provided to FDEM to demonstrate compliance with performance measurement requirements? ORGANIZATION 1. If billing for overtime and backfill, has a spreadsheet been provided that lists attendee names, department,#of hours spent at exercise,hourly rate and total paid to each attendee? Have documentation from entity's financial system been provided to prove attendees were paid? For backfill, has a clear delineation/cross reference been provided showing who was backfilling who? 90 530 For Contract Security has time &effort documentation been submitted?Is a time period summary included?(Signed&certified timesheets reflecting the name and number of hours worked or a signed&certifted invoice that reflects the name and number of hours worked) **A signed contract between subreciplent and vendor shall be provided that outlines the agreement—SOW that includes the description, POP dates, number of officers, hourly rate,frequency(Dates),price etc...) [� 1. Has proof of purchase methodology been included? Please see Form 5 of Reporting Forms or Purchasing Basics Attachment if further clarity Is needed. Competitive bid results(e,g. Quotes(Signed and dated for the selected vendor), bid tabulation page) [] 2. Has time&effort documentation been submitted? Is a time summary included?(Signed&certified timesheets reflecting the name and number of hours worked or a signed&certified invoice that reflects the name and number of hours worked) ❑ 3. Has proof of payment been included? Canceled check,bank statement or transaction history(Showing the transaction was processed by the bank Electronic Funds Transfer(EFT)Confirmation Copy of paycheck if reimbursed through payroll 4, if billing for M&A,the subrecipient must provide a*signed contract between the subrecipient and vendor that outlines the agreement—SOW that includes the description, POP dates, hours worked,frequency(Dates),price,etc...} FOR ALL REIMBURSEMENTS- THE FINAL CHECK ❑ 1. Have all relevant forms been completed and included with each request for reimbursement)? 0 2. Have the costs incurred been charged to the appropriate POETS category? 3. Does the total on all Forms submitted match? 4. Do all quotes and invoices from the selected vendor provide a legible signature from vendor? 6. Do all paid invoices show a$0.00 balance? 6. Has the Quarterly Reports and Reimbursement Form been signed by the Grant Manager and Financial Officer? 7. Has the reimbursement package been entered into Subrecipients records/spreadsheet? S. Have the quantity and unit cost been notated on Reimbursement Budget Breakdown? ❑ 9. If this purchase was made via Sole Source, have you Included the approved Sole Source documentation and justification? 10. Do all of your vendors have a current W 9(Taxpayer Identification)on file? j 11. 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 compliance with applicable federal and state rules and regulations. 9'1 531 ATTACHMENT M FOREIGN COUNTRY OF CONCERN ATTESTATION (PUR 1366) This form must be completed by an officer or representative of an entity submitting a bid, proposal, or reply to, or entering into, renewing, or extending, a contract with a Governmental Entity which would grant the entity access to an individual's Personal Identifying Information. Capitabzed terms used herein have the definftions ascribed in Rule 6OA-1,020, F,A,C, Name of entity is not owned by the government of a Foreign Country of Concern, is not organized under the laws of nor has its Principal Place of Business in a Foreign Country of Concern, and the government of a Foreign Country of Concern does not have a Controlling Interest in the entity. Under penalties of perjury, I declare that I have read the foregoing staternent and that the facts stated in it are true. Printed Name: City of Miami Title: City Manager DocuSigned by� Signatur�e:Ca yiuC x Date:march 20, 202S 1 10:14:26 EDT 92 532 N N R s ia 5a "J, o $ � $4g�4�� �� � 2RE I If 3 g� ems u ' E � Epp. y pp pL� ° pp nY} a gpQ^� AlC [p 3 `'wrta�id Gq 7.�9�� � a � e � o a a q pF•°. �' L � 3 �;��r W � W g W�{ W � ��{ Q •� W W � � ti� Q Q W o sue' ° 04 Gq p�ls Sf4v+ - � t�. ''99f ' n v . 533 w w c Aa R � a CA i J. z w v a w p a pp p a alot ti 534 S 4 4 4 Q Si SN 4 d � m 8 a° m a a E S a E •5 '� .e b w `�,� a z� � � ,� � c� o � +.n a �. �a� � a � •., a a a,� a ou� ��a :. � ""`.a � «.. . .•k`�*'»� � � E:g7 �. a 'a. � �E � a � w °°�.n d .�, w�a H.E w E � E a. e .� c c a ,n i3 •a` o, w 3�. �+ � gr a a. E c E � •,o � �� e c c � E A. 535 8 8 8 8 8 8 8 8 $ 8 $ $ $ $ 8 8 8 8 $ h�!�1 rwiF N y y h "f N in. bra ?- $ $ $ 8 8 8 8 8 8 $ $ $ a $ s 8 8 8 $ ;wtya£t w r w w w w n n w ti w w ti .+ w n EK 4 z np g� €�; � � � 1, v � A � � W � °•� � o� p � p�!! P�> i E ti a wl a 4 � Ala ce � a s t,. s vs E a '�.yy� tr tr C• tr O W tr 6 nn �. C tr F- u�s�� e ° '�c '� •�b �n � m �w� e '���•C � C C 0 t. _p C C � 2Yi b i. y� b +• � ° {p°� ; e.'� � � .4 $� $ oo � y"°.� E CQ s •c o $ $ � � � e c g! E �° E rn C E g — $ .` RAF� � E? y � � � �� �? � � �'E c �o �!� �x q •e � � � � � � .G �, .E �.S ,°� � all� a o� $a � ti ou � aw` ou a ou ua 3a � e on` w oaw a �c� ti� � ti ��rL� � o G 'Q�' b •� O 4 •� a '�' fi 'L & C 4�Fy . s � , 536 a a s a s s $ $ s $ a a a s s 8 s a s xS,�i•�'£:: N +�if N Vf N N N � N +�f N N � N N a $ a a s 8 $ $ $ a a a s a s a $ a a s E ry a n, e5 re5.: 4R4 � Cqj� xg �'$td a ������ •O a 9 � N A Q � � V u W E a 1�pC:,� LL� � � c & � �'�' � �.�.� .� �w ❑ �N gg�'o.wgg � � � �� �'.� O � � � E �'E, �S W 2 � 4 � .� E a ro o � S o� •�e� � q'� � � � w E $ e Q�Q � � a� �ys�4:�.' ❑ E ❑ .��n � $$ ° � 66,, Cpp �qq � y3 E � �� 4 � E � � a m �i6•£ a°'c$ x C Ali Eg .9 W .g rs'%43i `sue E - .} - Nf 3 e C E E E h%�� � tr Q tr tr tr U O• O Q 6 P � � P � tr tr �,R,� 0 ° � $ � .� pp ° pp'g LL ° � 'u a v e ° yy° a E G �yy Ca � �% o ❑ �� G t yy �'.� � ` � N • C� C'S C E N � G � C L O S G pg "� C N ❑.0 "� t ° O � d C L' 4 �Y F 8 a � $a c �' E ❑ � a u❑ � c ° E c° E �� 8 c �.�g, v 'p a �.o E ���•w u� �1 s a, E o E e✓�'>,:{.�:s � $ E E � ei a E 9�, E rn S � a ffi 01 E' E' £' � m 537 g a s s a s s g a e a a a s s N ry v'@y 8 8 8 2 $ 8 8 8 8 8 R a a 8 Ja MR E 0 3 ti '[ C Lh C E�.0 ,Q .4'S •G a Ci Q � t b b ] Y x b S a ' '�',�'� '� ro E. � � a � k' �°' � .� 'E.�i'� � .�a.a�� � @ �� .2 G� •�•3' c a. n � c 3 F :a n � 9�c � az a -I,, aT o`Ew a8 r £d 538 m a ro MAI wv 3 Y�X f yp lY Fri N { y�iW7, r- 5r" rya?^ 7 �l- y } a,t, 5 r�.. �k�3ti v � a r t s - ,ram„'•. - - y ✓��E f -- 3A sY N fir' a°y 539 2024 UASI Sub-Recipients Broward County Emergency Management (BEMA) Broward Sheriff's Office (BSO) Coral Gables Coral Springs Fort Lauderdale Hialeah Hollywood Key Biscayne Miami Beach Miami Gardens Miami-Dade (Fire and Emergency Management) Miami-Dade Sheriff's Office 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 International University (FIU) 540 MEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2024 "Jurisdiction" Agreement Number: R1193 FAIN Number: EMW-2024-SS-05135 CFDA#: 97.067 This Agreement is entered into this_day of 2025, 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 $12,388,404.00 dollars through the Urban Area Security Initiative (UASI) Grant Program 2024; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2024; 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 2024 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2024 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 2025, has authorized the City Manager to enter into this Agreement with each participating agency on behalf of the City of Miami; and WHEREAS, the Sponsoring Agency wishes to work with the participating agencies through the Urban Area Working Group process to enhance Miami and its surrounding jurisdictions ability to respond to a terrorist threat or act. NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follow: 1 541 I. PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2024 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. 11. SCOPE A. The provisions of this Agreement apply to UASI Grant Program 2024 activities to be performed at the request of the federal government, provided at the option of the Sponsoring Agency, and in conjunction with, preparation for, or in anticipation of, a major disaster or emergency related to terrorism and or weapons of mass destruction. B. No provision in this Agreement limits the activities of the Urban Area Working Group or its Sponsoring Agency in performing local and state functions. III. DEFINITIONS A. Critical Infrastructure: Any system or asset that if attacked would result in catastrophic loss of life and/or catastrophic economic loss management of resources (including systems for classifying types of resources); qualifications and certification; and the collection, tracking, and reporting of incident information and incident resources. B. Core County: The County within which the core city is geographically located. The core city is the City of Miami. C. UASI Grant Program 2024: The UASI Grant Program 2024 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 2024 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 togetherto prepare for, respond to, and recover from domestic incidents, regardless of cause, size, or complexity. To 2 542 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 3 543 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 2024 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 2024, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies, special 4 544 events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by DHS, FDEM, and the Sponsoring Agency. If the Participating Agency is incapable of staffing the equipment, such equipment shall be made available to another Participating Agency for use during any actual emergencies, special events or exercises. Failure to ensure equipment availability may result in loss of funding and/or equipment to the Participating Agency. M. All equipment obtained from the UASI Grant Program 2024, 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. i3. The Participating Agencies will provide financial and performance reports to the sponsoring agency in a timely fashion. The Sponsoring Agency will prepare consolidated reports for submission to the State of Florida as stipulated in "Exhibit 1". C. The Sponsoring Agency is not responsible for personnel salaries, benefits, workers compensation or time related issues of the Participating Agency personnel. D. The Sponsoring Agency and Participating Agency are subdivisions as defined in Section 768.28, Florida Statutes, and each party agrees to be fully responsible for the respective acts and omissions of its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a municipality, state agency or subdivision of the State of Florida to be sued by third parties in any manner arising out of this Agreement or any other contract. E. This is a reimbursement grant that requires the Participating Agencies to purchase, receive, and pay invoices in full for equipment, services, and allowable personnel costs PRIOR to submitting the same for reimbursement to the Sponsoring Agency. VII. FINANCIAL AGREEMENTS A. Financial and Compliance Audit Report: Recipients that expend $750,000 or more of Federal funds during their fiscal year are required to submit an organization-wide financial and compliance audit report. The audit must be performed in accordance with the U.S. General Accounting Office Government Auditing Standards and 2 CFR 200. 5 545 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 2024 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, 6 546 E. This Agreement will end on February 28, 2026, unless otherwise extended, by a written amendment duly approved and executed prior to February 28, 2026, 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 Arthur Noriega City Clerk City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: BY: BY: George Wysong Ann-Marie Sharpe, Director City Attorney Department of Risk Management 7 547 i PARTICIPATING AGENCY "Nub-recipient ATTEST: BY: Name: NAME: Title: TITLE: FID#: DUNS: APPROVED AS TO FORM AND CORRECTNESS: Participating Agency Attorney 8 548 CITY OFI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT. Detaartment of Fare Rescue DEPT. CONTACT PERSON: _EXT.( f7;I 4I ,- .465_ NAME OF CONTRACTUAL PARTY/ENTITY: State of Florida Division of Emergency M ma eem nt IS THIS AGREEMENT TO BE EXPEDITED/RUSH ❑ YES ENO TOTAL CONTRACT AMC►UNT: $ 12,388,404.00 FUNDING INVOLVED? [-]YES ENO 'TYPE OF AGREEMENT: MANAGEMENT AGREEMENT ❑ PUBLIC WORKS AGREEMENT PROFESSIONAL SERVICES AGREEMENT ❑MAINTENANCE AGREEMENT GRANT AGREEMENT ❑ INTER-LOCAL AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑LEASE AGREEMENT' LICENSE AGREFMFNT ❑ PURCHASE Oil SALE AGREEMENT OTHER: (PLEASE SPECIFY: PURPOSE OF ITEM(DETAILED SUMMARY/ADD ADDITIONAL PAGES IF NECESSARY'')':To execute the FY 2024 Urban Area Security Initiative UA,.SI and Memorandum. of Agreement MOA COMMISSION APPROVAL DATE: 02 / 18 / 2025 FILE ID: 17139 ENACTMENT NCI: R-25--UC) I IF THIS DOES NOT REQUIRE COMMISSION APPROVAL,PLEASE EXPLAIN- ROUTING INFORMATION N haste PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR PRINT:RO�HER�Q V� Initial arch 12, 2 25 1 15:42: 8 EDT SIGNATURE: rkYf March 12, 2 25 17:21: �� b SUBMITTED TO RISK MANAGEMENT PR TT: AN 1 R SIGNATURE: � SUBMITTED TO CITY ATTORNEY PRINT: GEO RG + ONG III -as March 18, 2025 I 18:11: p ignedby Matter ISM# 5 8 SIGNATURE: ?rq, 4 APPROVAL. BY ASSISTANT CITY MANAGER PRINT. SIGNATURE APPROVAL BY DEPUTY CITY MANAGER NATASHA COLEBROOK-W ILLIAMS arch, 19, 2025 1 10:47: 4 &VSigneduy SIGNA`C'IJRE: 4- " a 4 RECEIVED BY CITY MANAGER PRINT:ART M. March 20, 2025 1 10:14: 6 g �� SIGNATURE: I4Ih1 I SUBMITTED TO THE CITY CLERK March 20, 2 Ii : I lDl F3 !, PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THA' I EXECUTION BY THE CITY MANAGER 549 AGENDA ITEM SUMMARY FORM, File ID: #17139 Date., 01/15/2025 Requesting Department. Department of Fire- Rescue Commission Meeting Date: 02/13/2025 Sponsored By: District Impacted: All Type: Resolution Subject: Special Revenue Project- UASI Grant Program FY 2024 Purpose of Item: Resolution to establish a Special Revenue Project entitled "Urban Area Security Initiative ("UASI") Grant Program FY 2024", appropriating funds in the amount of$12,388,404.00 received from the Department of Homeland Security, passed directly through the Stale of Florida Division of Emergency Management, and authorizing the City Manager to execute Memoranda of Agreements with contiguous partners, outlining their responsibilities in connection with their support of the UASI Project administered by the City of Miami Department of Fire-Rescue. Background of Item: The United Stales Department of Homeland Security, through the State of Florida, Division of Emergency Management, has sub-granted the Urban Area Security Initiative ("UASI") Grant Program Fiscal Year 2024 to the City of Miami and contiguous partners in the amount of $12,388,404,00. This program targets homeland security funding lo "high threat" urban areas in order to prevent, respond to, and recover from threats or acts of terrorism and other disasters of natural or man-made origin. These funds will be used, as stipulated by the grant, forthe purchase of specialized equipment, to conduct exercises, training and administrative services, and for the development of the Urban Area Homeland Security Strategy, and other planning activities, needed to ensure a successful program. It is now appropriate to accept said grant award, establish a, special revenue project, and appropriate said grant award therein. In addition, the City Commission authorizes the City Manager to execute Memoranda of Agreements with contiguous partners, Broward County Emergency Management, Broward County Sheriff's Office, the City of Coral Gables, the City of Coral Springs, the City of Fort Lauderdale, the City of Hialeah, the City of Hollywood, the City of Miami Beach, the City of Miami Gardens, the City of Miramar, the City of Pembroke Pines, the City of Sunrise, Miami- Dade County (Fire, Police and Emergency Management), Monroe County (Fire, Police and Emergency Management), Palm Beach County Emergency Management, Palm Beach County Sheriffs Office, the Village of 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 2024, which is administered by the City of Miami Department of Fire-Rescue. Budget Impact Analysis 550 Item is Related to Revenue Item is an Expenditure Item is NOT funded by Bonds Total Fiscal Impact: Total Fiscal Impact: $12,388,404.00 Start Up Capital Cost._$12,388,404.00 Special Revenue Account No: 11000.189000.431000,0000,00000 Reviewed BV Department of Fire-Rescue Robert Hardy Fire Review Completed 01/2212025 10:21 AM Department.of Fire-Rescue Johnny Duran. Fire Budget Review Completed 01122/2026 11:14 AM Office of Management and Budget Pedro Laoret Budget Ana iyst Review Completed 01/22/2025 11:57 AM Department of Fire-Rescue Adrian Plasencia Fire Review Completed 01/2212025 3:30 Pull Department of Fire-Rescue Niorge Aragon Fire Review Completed 01/23/2025 8:39 AM Department of Fire-Rescue Robert Hevia Fire Chief review Completed 01123/2025 4:21 PM Office of Management and Budget Marie Gouln Budget Review Completed 01127/2025 1:26 PM City Manager's Office Arthur Norlega V City Manager Review Completed 01/30/2025 10:29 AM Legislative Division Valentin J Alvarez Legislative Division Review Completed 01/31/2025 9:27 AM Office of the City Attorney Juan Carlos Perez ACA Review Completed 0210412025 1:27 PM Office of the City Attorney George K.Wysong III Approved Form and Correctness Completed 0210412 02 5 4:33 PM City Commission Maricarmen Lopez Meeting Completed 02/13/2025 9:00 AM Office of the Mayor Mayor's Office Signed by the Mayor Completed 02/21/2025 3:26 PM Office of the.City Cleric City Clerk's Office Signed and Attested by the City Clerk Completed 0212112025 3.39 PM Office of the City Cleric City Clerk's Office Rendered Completed 0212IY202.5 a:39 PM 551 City of Miami City Mall Legislation 3500 Pan American Drive Miami, FL 33133 wwwr.rniarni ov.carn Resolution Enactment Number: -25-0031 File dumber: 17139 Final Action CDate:211 P2 25 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ESTABLISHING A NEW SPECIAL REVENUE PROJECT TITLED "URBAN AREA SECURITY INITIATIVE ("UASII") GRANT PROGRAM FISCAL YEAR 2024" AND APPROPRIATING FUNDS FOR THE OPERATION OF THE SAME IN THE AMOUNT OF $12,388,404.001 CONSISTING OF A GRANT FROM THE UNITED STATES DEPARTMENT OF HOMELAND SECURITY DIRECTLY TO THE STATE OF FLORIDA'S DIVISION OF EMERGENCY MANAGEMENT ("GRANT AWARD"); AUTHORIZING THE CITY MANAGER TO ACCEPT THE GRANT AWARD AND TO EXECUTE THE FEDERALLY-FUNDED SUBGRANT AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER NECESSARY DOCUMENTS, IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, IN ORDER TO IMPLEMENT THE ACCEPTANCE OF AND COMPLIANCE WITH THE GRANT AWARD; AUTHORIZING THE CITY MANAGER TO EXTEND THE FISCAL YEAR 2024 UASI GRANT PROGRAM, AS NECESSARY; AUTHORIZING THE EXPENDITURE OF FUNDS TO VARIOUS GOVERNMENTAL AGENCIES DESIGNATED FOR HOMELAND SECURITY EXPENSES PURSUANT TO THE UASI GRANT GUIDELINES; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE MEMORANDA OF AGREEMENTS, IN SUBSTANTIALLY THE ATTACHED FORM, WITH CONTIGUOUS PARTNERS OF THE CITY OF MIAMI („CITY"") SETTING FORTH THE PARTIES" RESPONSIBILITIES IN CONNECTION WITH THE DEVELOPMENT AND SUPPORT OF THE U'ASI 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 USDH S, 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") 2024 to the City of Miami ("City") in the amount of $12,388,404.00("Grant"); and WHEREAS, the City"s Department of Fire-Rescue (""Fire") will use the Grant to continue to address the unique equipment, training, planning, exercise, and operational needs of the City and its contiguous partners and to continue building an enhanced and sustainable capacity to prevent„ respond to, and recover from threats or acts of terrorism ("Project") and 552 WHEREAS, in accordance with the UASI Grant Program. FY 2024, the attached Memoranda of Agreements ("MOAs") with the contiguous partners of the City, including 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 Sheriffs Office, the Village of Key Biscayne, and the Florida Department of Law Enforcement(collectively "Contiguous Partners"), will set forth the parties' responsibilities in connection with the development and support of the FY 2024 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 TITTLE: UASI Grant Program Fiscal Year 2024 RESOURCES: USDHS directly to FDEM $12,388,404.00 APPROPRIATIONS: $12,388,404.00 Section 3. The City Manager is authorized' to accept the Grant and to execute the federally funded sub-grant agreement, in substantially the attached form, for the Project. Section 4. The City Manager is authorized' to negotiate and execute any and all other necessary documents, all in forms acceptable to the City Attorney, in order to implement the acceptance of and compliance with the Grant. Section 5, The City Manager is further authorized' to extend the FY 2024 UASI Grant Program, as necessary. Section 6. The City Manager is authorized' to execute MOAs, in substantially the attached form, with the Contiguous Partners of the City for the purpose of setting forth the parties' responsibilities in connection with the development and support of the FY 2024 UASI Grant Program administered by Fire, contingent upon funding of the Project being secured. Section 7. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 1 The herein authorization is further subject to compliance with all legal requirements that may be imposed, including but not limited to those prescribed by applicable City Charter and City Code provisions. If the mayor does not sign this Resolution, it shall become effective at the end of ten(10) calendar:days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. 553 APPROVED AS TO FORM AND CORRECTNESS: 7� W ng 1114' stork y 21412025 554 THE CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: Signed by: 41V AAi'1ti P7oc"$good by: ry. r—•- Docuftned by: PI I Todd B. Hannon Arthur Noriega City Clerk City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS REQUIREMENTS ®ucuSigned by: L —.GDocu'SNgned by: B y: [4 "G � (�Sbm - B y: �r_ George K. Wysong III matter ID#25-6 Ann-Marie Sharpe, Director City Attorney Department of Risk 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 rind deliver to the other parties an original signed Agreement upon request. 555 (D LO LO g g o g o 0 0 0 o pgp o 0 0 0 n S n S O O O °mt Q N O O b O pp fEfEfEfE? / EE n S n S O O O °mt Q N O S b O / � ti ti ti ti ti ti ti ti ti ti S � ti //% z z z z z ? z z z z ? MENa j z z h „az � ah o � a o z ,/ • � Oa 2 y E o. c j w' �? % c � v �' ° ,'c c r S c W`^ ' S o c �c ' lot m11 N v J [[ 19 CO a c � c a 11011111 c ve o v c v c c c N c c o 0 0 0 0 o m" z m c j U ° I- LO LO g o g o o g g g g o g g g g o ro o g g m o ro m g g o N m m m m m m N Q m m m m m m / v�j. ti '�T b 'vT 'mN ti N ti N Q ti ti ti N fEfEfE j [ O S O S O O S S S S O S S O S O ro o g g m o ro m o a o N m m m m m m N Q m m m m m m Op CO O n1 � n1 ^f O 00 � Oj N Q O N 1� [[�jj% "I �I ti ti ti ti ti ti ti ti N �I ti ry ogggaz g = d oS '�'+ 2 z ' €€€€�' go g23ogwN � � 33oQz wapom 3 „m� g � c"i � p o $ 3 u _'�/o 0 3om ? om � rvowa z g "t N v [[[[[�� / _ o. ° � ° e '• c c � ° g e= � � e c o.`p " ? W � 3 o e s e � w HE „1 [? v v v v I v v v v c c I, v c [[[[ E E c E o o E E E E E E E E ` ` n n n n n n n n w w i= w a a w w w w w w w w c a a a a a a a a a a a °c a a a a a w w w w a a a w w w w g ° ¢ w w w w iz iz ° 9 � m" o`er o`er cN w wu � c m w a wu ¢ co LO LO m ti ry g g m g g o o m m m m m m m o g g g g g g g o o °j ry g g m g g o O n DO N °I n O O O r z w 3 3 o a a m^ °_ 3 m 4 [[[[[ n ? n 3 c m. °' 3 > j • v a.c ;'; ° ° n ° y e ° c N$o ° 'O c 8 = °, [[[[[�� •°.'c 8 .° E '4� Z 3 me"' g g � c� e°, ° a e e ` 'g' °� `^`3 E U o o ¢° ° °c c n °$ ° c '3;'o m � c-.—°_ E a e 9 °n v o v N E Ilip n o c `° �n w ti n c w a n w E . E n m Em c ° w O` w w a a a w a a o` w w a a a =`j o`er a � ¢ So ag oaw a a a c � m U [[ pp O 0) LO LO $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ m m ry m m N o m o N m N o N N $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ €€i, 00 n n q mU g Rhd3ti $ a o � 33 m UJ� g � d � gdzzo "' ad adz "' mo n ''/ mm eo tim eom U tim mm � .-� c:'°c cc M g a s c ti [[ `a .c n ° v e • w E n E E .c ` N a - L m v m o y m .° i' ry ° °a E h g h g S a v v v v v v v v v v v v v v 8 a c 9 c c c c c c j c j c j c j c j c j c w w w w w / N N U U w w w w w w w i= w w w a w w w w w hl% v v E E E E E E E c E c E E S E S c E E E n n n n n n n c n c n n c n c c n n n > > ° a ° > > ° > > w w w w w w w i= w i= w w a w a i= w w w [[[[[ 3 3 3 w a a c ° d• ° h ° v h ° g c ,"5 •°•' `° � •°•' m m m m m m m m m _ m m m m 0 0 0 0 0 0 0 0 0 0 0 [[[' m m 0 cc LO g g o g g o o g o g g o g o 0 0 o g g 1p N ry ry b �1 b ry m m Q Q Q ry N Q m Q fEfEfE j S S O S S O S O O S O S O O O O O S S ' 1� m ti n Oryt m N m ry N m b 1� N m m Q m 1� /jjj/ ti ti ti r w z 3 p u h ,y Qo too a g� � ¢ m° w m°a 3 ¢ a° 'z °a gw [[[[ E E c E E E E E E E E E c c E c E E E w w i= w w w w w w w w w hl% E E c E E E E E E E E E S c E c E E E n n c n n n n n n n n n c c n c n n n /%/// e m o .' c m .4 °�' ° c ° °c° c m .4 °�' m .4 °�' g � °c m .4 v c ° m .4 v c•°•' � .4 m .4 v ° o c•°•' jag one a o° aw one on�on� o° aw o° aw 9� one o° aw a' `° o° aw h °°s 'o o° aw g � h `° c m c c m m m m m m Ac cfl LO g o g g g g g g g g g g o g g [[�jj% ^I -I ti ti ti ti ti ti m ti � ti ti ti N 0 I d z g 42 o [[[[[[�iiiiii ¢ .� o w 4 0 0 a N �c� N'C ° � ¢ � '^ c O 5 0 0 �`o E a� a 3 � a� ° c 'p E� •° i' °°' [[[[[� m ° c c a �'O '° N c ° ° ° u 'a ° u � • � a E N� � m E `° O '° °+ n = o ° �j [[[[ mw j j j j j c c w w w w g ¢ w w w C C C c c w w a a a w w w a a O O a w w i- w w w w w - h o 0 o w 2 � m m ja a a a a a a a a a a a a N tG LO 0 0 0 00 /00 In N MMMM ffM �j mw aaaaaaaa% [[[[';,