Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My Public Portal
About
2014-35 Authorizing the purchase and sustainment of equipment and training
RESOLUTION NO. 2014-35 A CAPITAL PROJECT AUTHORIZING RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, AUTHORIZING THE PURCHASE AND SUSTAINMENT OF EQUIPMENT AND TRAINING FROM THE 2013 URBAN AREAS SECURITY INITIATIVE PROGRAM; APPROVING THE INTERLOCAL AGREEMENT FOR JOINT COMPLETION OF AN URBAN AREAS SECURITY INITIATIVE PROGRAM BETWEEN THE CITY OF MIAMI AND THE VILLAGE OF KEY BISCAYNE FOR THE PURPOSE OF CARRYING OUT FY2013 URBAN AREAS SECURITY INITIATIVE PROGRAM OBJECTIVES; AUTHORIZING VILLAGE MANAGER TO EXECUTE THE AGREEMENT; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Village of Key Biscayne (the "Village") has identified equipment and sustainment needs that have been included in the local Urban Area Security Initiative Program ("UASI") spending plan, which offers funds for the payment of such equipment and sustainment needs accessible through the Florida Division of Emergency Management; and WHEREAS, the attached Interlocal Agreement for Joint Completion of the UASI (the "Agreement") between City of Miami ("City") and the Village (the "Village") provides for carrying out the FY 2013 UASI objectives as part of a Homeland Security initiative; and WHEREAS, the Village Council finds that approval of the Agreement is in the best interest of the Village. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, AS FOLLOWS: Section 1. Recitals Adopted. That each of the recitals stated above is hereby adopted and confirmed. Section 2. Interlocal Agreement Approved. That the Agreement, in substantially the form attached hereto as Exhibit "A", is hereby approved, subject to approval by the Village Attorney as to form and legal sufficiency, and the Village Manager is hereby authorized to execute the Agreement, on behalf of the Village. 1 Section 3. Purchase of Equipment Authorized. Source of Funds. That pursuant to the Interlocal Agreement, the purchase of equipment to strengthen and protect the community against chemical, biological, radiological, and nuclear threats, at a cost of Sixteen Thousand Three Hundred Eighty Dollars and Fifty Four Cents ($16,380.54) is hereby approved. The purchase shall be made from governmental contracts pursuant to Village Code Section 2-86. The source of funds for the purchase shall be UASI grant funds on a reimbursement basis, as described in the Agreement; and any changes in the description of the purchased equipment shall be authorized by the Village Fire Chief and shall be in accordance with the terms of the Agreement and UASI grant terms. Section 4. Implementation. That the Village Manager is hereby authorized to take any action which is necessary to implement the purposes of the Agreement and this Resolution. Section 5. Effective Date. That this Resolution shall take effect immediately upon adoption hereof. PASSED AND ADOPTED this 14th day of October, 2014. 0 FRANKLIN . CAPLAN ATTEST: 41 a -e A( NCHI H. ALVA Z, MMC, VILLAGE CLERK APPROVED AS TO FORM AND LEGAL SUFFICIENCY: VILLAGE ATTORNE 2 MEMORANDUM OF AGREEMENT FOR PARTICIPATING MIAMI UASI GRANT 2013 AGENCY ii if This Agreement is entered into this day of , 2013, 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 $5,225,000 dollars through the Urban Area Security Initiative (UASI) Grant Program 2013; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2013; 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 2013 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2013 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 1 WHEREAS, the City Commission, by Resolution No. adopted on , has authorized the City Manager to enter into this Agreement with each participating agency on behalf of the City of Miami; and WHEREAS, the Sponsoring Agency wishes to work with the participating agencies through the Urban Area Working Group process to enhance Miami and its surrounding jurisdictions ability to respond to a terrorist threat or act. NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follow: I. PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2013 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 2013 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. 2 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 2013. The UASI Grant Program 2013 reflects the intent of Congress and the Administration to enhance and quantify the preparedness of the nation to combat terrorism and continues to address the unique equipment, training, planning, and exercise needs of large high threat urban areas, and program activities must involve coordination by the identified core city, core county/counties, and the respective State Administrative Agency. Funding for the UASI Grant Program 2012 was appropriated by U.S. Congress and is authorized by Public Law 108-11, the Emergency Wartime Supplemental Appropriations Act, 2003. The funding will provide assistance to build an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism for the selected urban areas. D. National Incident Management System (NIMS). This system will provide a consistent nationwide approach for federal, state, and local governments to work effectively and efficiently together to prepare for, respond to, and recover from domestic incidents, regardless of cause, size, or complexity. To provide for interoperability and compatibility among Federal, State, and local capabilities, the 3 NIMS will include a core set of concepts, principles, terminology, and technologies covering the incident command system; multi -agency coordination systems; unified command; training; identification and E. Urban Area Working Group (UAWG). The State Administrating Agency Point of Contact (SAA POC) must work through the Mayor/CEOs from all other jurisdictions within the defined urban area to identify POCs from these jurisdictions to serve on the Urban Area Working Group. The Urban Area Working Group will be responsible for coordinating development and implementation of all program elements, including the urban area assessment, strategy development, and any direct services that are delivered by the grant. F. Urban Area. An urban area is limited to inclusion of jurisdictions contiguous to the core city and county/counties, or with which the core city or county/counties have established formal mutual aid agreements. IV. SPONSORING AGENCY SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the City of Miami Fire - Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with the FDEM and USDHS. C. Conducting a comprehensive Urban Area Assessment, which will in turn guide the development of an Urban Area Homeland Security Strategy. 4 D. Ensuring the participation of the following critical players in the assessment and strategy development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. E. Developing a comprehensive Urban Area Homeland Security Strategy and submit to the SAA POC. F. Complying with the requirements or statutory objectives of federal law. G. Ensuring satisfactory progress toward the goals or objectives set forth in the grant application. H. Following grant agreement requirements and/or special conditions. 1. 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 us.e of funds, and tracking of assets. 5 C. Submitting monthly budget detail worksheets to the City of Miami on the progress of direct purchases of equipment or services. D. Complying with all UASI Grant Program 2013 requirements. E. Participating as a member of the Urban Area Working Group to include coordinating with and assisting the City of Miami in conducting a comprehensive Urban Area Assessment, which in turn will guide development of an Urban Area Homeland Security Strategy. F. Ensuring the participation of the following critical players in the assessment and strategy development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. G. Assisting the sponsoring agency in development of a comprehensive Urban Area Homeland Security Strategy. H. Complying with the requirements or statutory objectives of federal law. I. Ensuring satisfactory progress toward the goals or objectives set forth in the grant application. J. Submitting required reports as prescribed by the Sponsoring Agency. L. Maintaining an equipment inventory of UASI purchased items. 6 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. C. The Sponsoring Agency is not responsible for personnel salaries, benefits, workers compensation or time related issues of the Participating Agency personnel. D. Sponsoring Agency and Participating Agency are subdivisions as defined in Section 768.28, Florida Statutes, and each party agrees to be fully responsible for the respective acts and omissions of its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a municipality, state agency or subdivision of the State of Florida to be sued by third parties in any manner arising out of this Agreement or any other contract. E. This is a reimbursement grant that requires the Participating Agencies to purchase, receive, and pay invoices in full for equipment, services, and allowable personnel costs PRIOR to submitting the same for reimbursement to the Sponsoring Agency. VII. FINANCIAL AGREEMENTS A. Financial and Compliance Audit Report: Recipients that expend $300,000 or more of Federal funds during their fiscal year are required to submit an organization -wide financial and compliance audit report. The audit must be performed in accordance with the U.S. General Accounting Office Government Auditing Standards and OMB Circular A-133. 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 2013 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 15 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. 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. 8 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. E. This Agreement will end on March 31, 2015, unless otherwise extended, by a written amendment duly approved and executed prior to March 31, 2015, 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. 9 SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: BY: BY: Todd Hannon City Clerk Johnny Martinez, P.E. City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: BY: BY: Victoria Mendez Calvin Ellis, Director City Attorney Department of Risk Management 10 PARTICIPATING AGENCY "Villa,5e of ey Bscayre ATTEST: Eam-71 e: nn; AI 0 e Ch; e, of StQl1/ bept4hy Clerk Title: TITLE: ViJ)c cJ y e no tic e" APPROVED AS TO FORM AND CORRECTNESS: Participating A cy Attorney 11 Contract Number. 14-DS-1.2-11-23-02- CFDA Number 97.067 FEDERALLY -FUNDED SUBGRANT AGREEMENT THIS AGREEMENT is entered into by the State of Florida, Division of Emergency Management, with headquarters in Tallahassee, Florida (hereinafter referred to as the "Division"), and City of Miami, (hereinafter referred to as the "Recipient'). THIS AGREEMENT IS ENTERED INTO BASED ON THE FOLLOWING REPRESENTATIONS: A. The Recipient represents that it is fully qualified and eligible to receive these grant funds to provide the services identified herein; and B. The Division has the authority to subgrant these funds to the Recipient upon the terms and conditions below; and C. The Division has statutory authority to disburse the funds under this Agreement. THEREFORE, the Division and the Recipient agree to the following: (1) SCOPE OF WORK. The Recipient shall perform the work in accordance with the Program Budget and Scope of Work, Attachment A and B of this Agreement. (2) INCORPORATION OF LAWS, RULES. REGULATIONS AND POLICIES The Recipient and the Division shall be governed by applicable State and Federal laws, rules and regulations, including those identified in Attachment D. (3) PERIOD OF AGREEMENT. This Agreement shall begin upon execution by both parties and shall end Mav 31, 2015, unless terminated earlier in accordance with the provisions of Paragraph (12) of this Agreement. (4) MODIFICATION OF CONTRACT 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. (5) RECORDKEEPING (a) As applicable, Recipient's performance under this Agreement shall be subject to the Federal OMB Circular No. A-102, °Common Rule: Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments" (53 Federal Register 8034) or OMB Circular No. A-110, "Uniform Administrative Requirements for Grants and Agreements with institutions of Higher Education, Hospitals, and Other Nonprofit Organizations," and either OMB Circular No. A-87, "Cost 1 Principles for State, Local and Indian Tribal Govemments," OMB Circular No. A-21, "Cost Principles for Educational Institutions," or OMB Circular No. A-122, "Cost Principles for Non-profit Organizations." (b) The Recipient shall retain sufficient records to show its compliance with the terms of this Agreement, and the compliance of all subcontractors or consultants paid from funds under this Agreement, for a period of five years from the date the audit report is issued, and shall allow the Division or its designee, the State Chief Financial Officer or the State Auditor General access to the records upon request. The Recipient shall ensure that audit working papers are available to them upon request for a period of five years from the date the audit report is issued, unless extended in writing by the Division. The five year period may be extended for the following exceptions: 1. If any litigation, claim or audit is started before the five year period expires, and extends beyond the five year period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. 2. Records for the disposition of non -expendable personal property valued at $5,000 or more at the time it is acquired shall be retained for five years after final disposition. 3. Records relating to real property acquired shall be retained for five years after the closing on the transfer of title. (c) The Recipient shalt maintain all records for the Recipient and for all subcontractors or consultants to be paid from funds provided under this Agreement, including documentation of all program costs, in a form sufficient to determine compliance with the requirements and objectives of the Budget and Scope of Work - Attachment A and B - and all other applicable laws and regulations. (d) The Recipient, its employees or agents, including all subcontractors or consultants to be paid from funds provided under this Agreement, shall allow access to its records at reasonable times to the Division, its employees, and agents. "Reasonable" shall ordinarily mean during normal business hours of 8:00 a.m. to 5:00 p.m., local time, on Monday through Friday. "Agents" shall include, but not be limited to, auditors retained by the Division. (6) AUDIT REQUIREMENTS (a) The Recipient agrees to maintain financial procedures and support documents, in accordance with generally accepted accounting principles, to account for the receipt and expenditure of funds under this Agreement. (b) These records shall be available at reasonable times for inspection, review, or audit by state personnel and other personnel authorized by the Division. "Reasonable" shall ordinarily mean normal business hours of 8:00 a.m. to 5:00 p.m., local time, Monday through Friday. (c) The Recipient shall provide the Division with the records, reports or financial statements upon request for the purposes of auditing and monitoring the funds awarded under this Agreement. 2 (d) if the Recipient is a State or local govemment or a non-profit organization as defined in OMB Circular A-133, as revised, and in the event that the Recipient expends $500,000 or more in Federal awards in its fiscal year, the Recipient must have a single or program -specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised. EXHIBIT 1 to this Agreement shows the Federal resources awarded through the Division by this Agreement. In determining the Federal awards expended in its fiscal year, the Recipient shall consider all sources of Federal awards, including Federal resources received from the Division. The determination of amounts of federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the Recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as revised, will meet the requirements of this paragraph. In connection with the audit requirements addressed in this Paragraph 6 (d) above, the Recipient shall fulfill the requirements for auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised. If the Recipient expends less than $500,000 in federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. In the event that the Recipient expends less than $500,000 in federal awards in its fiscal year and chooses to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid from non -Federal funds. (e) Send copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and required by subparagraph (d) above, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the Recipient to: The Division at the following address: Division of Emergency Management Office of inspector General 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 Send the Single Audit reporting package and Form SF -SAC to the Federal Audit Clearinghouse by submission online at htto://harvester.census.gov/fac/collect/ddeindex.html And to any other Federal agencies and pass -through entities in accordance with Sections .320 (e) and (f), OMB Circular A-133, as revised. (f) Pursuant to Section .320 (f), OMB Circular A-133, as revised, the Recipient shall send a copy of the reporting package described in Section .320 (c), OMB Circular A-133, as revised, and any management letter issued by the auditor, to the Division at the following address: Division of Emergency Management Office of Inspector General 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 3 (g) By the date due, send any reports, management letter, or other information required to be submitted to the Division pursuant to this Agreement in accordance with OMB Circular A-133, Florida Statutes, and Chapters 10.550 (local govemmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. (h) Recipients should state the date that the reporting package was delivered to the Recipient when submitting financial reporting packages to the Division for audits done in accordance with OMB Circular A-133 or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, (i) If the audit shows that all or any portion of the funds disbursed were not spent in accordance with the conditions of this Agreement, the Recipient shall be held liable for reimbursement to the Division of all funds not spent in accordance with these applicable regulations and Agreement provisions within thirty days after the Division has notified the Recipient of such non-compliance. (j) The Recipient shall have all audits completed by an independent certified public accountant (IPA), either a certified public accountant or a public accountant licensed under Chapter 473, Fla. Stat. The IPA shall state that the audit complied with the applicable provisions noted above. The audit must be received by the Division no later than nine months from the end of the Recipient's fiscal year. (7) REPORTS (a) The Recipient shall provide the Division with quarterly reports and a close-out report. These reports shall include the current status and progress by the Recipient and all subrecipients and subcontractors in completing the work described in the Scope of Work and the expenditure of funds under this Agreement, in addition to any other information requested by the Division. (b) Quarterly reports are due to the Division no later than 30 days after the end of each quarter of the program year and shall be sent each quarter until submission of the administrative close- out report. The ending dates for each quarter of the program year are March 31, June 30, September 30 and December 31. (c) The close-out report is due 45 days after termination of this Agreement or 45 days after completion of the activities contained in this Agreement, whichever first occurs. (d) If all required reports and copies are not sent to the Division or are not completed in a manner acceptable to the Division, the Division may withhold further payments until they are completed or may take other action as stated in Paragraphs (10), (11) and (12) of this Agreement, "Acceptable to the Division" means that the work product was completed in accordance with the Budget and Scope of Work. (e) The Recipient shall provide additional program updates or information that may be required by the Division. (t) The Recipient shall provide additional reports as requested by the Division. 4 (8) MONITORING. The Recipient shall monitor its performance under this Agreement, as well as that of its subcontractors and/or consultants who are paid from funds provided under this Agreement, to ensure that time schedules are being met, the Schedule of Deliverables and Scope of Work are being accomplished within the specified time periods, and other performance goals are being achieved. A review shall be done for each function or activity in Attachment A and B to this Agreement, and reported in the quarterly financial report. In addition to reviews of audits conducted in accordance with paragraph (6) above, monitoring procedures may include, but not be limited to, on -site visits by Division staff, limited scope audits, and/or other procedures. The Recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Division. In the event that the Division determines that a limited scope audit of the Recipient is appropriate, the Recipient agrees to comply with any additional instructions provided by the Division to the Recipient regarding such audit. The Recipient further agrees to comply and cooperate with any inspections, reviews, investigations or audits deemed necessary by the Florida Chief Financial Officer or Auditor General. In addition, the Division will monitor the performance and financial management by the Recipient throughout the contract term to ensure timely completion of all tasks. (9) LIABILITY (a) Unless Recipient is a State agency or subdivision, as defined in Section 768.28, Fla. Stat., the Recipient is solely responsible to parties it deals with in carrying out the terms of this Agreement, and shall hold the Division harmless against all claims of whatever nature by third parties arising from the work performance under this Agreement. For purposes of this Agreement, Recipient agrees that it is not an employee or agent of the Division, but is an independent contractor. (b) Any Recipient which is a state agency or subdivision, as defined in Section 768.28, Fla. Stat., agrees to be fully responsible for its negligent or tortious acts or omissions which result in claims or suits against the Division, and agrees to be liable for any damages proximately caused by the acts or omissions to the extent set forth in Section 768.28, Fla. Stat. Nothing herein is intended to serve as a waiver of sovereign immunity by any Recipient to which sovereign immunity applies. Nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract. (10) DEFAULT. If any of the following events occur C'Events of Default"), all obligations on the part of the Division to make further payment of funds shall, if the Division elects, terminate and the Division has the option to exercise any of its remedies set forth in Paragraph (11). However, the Division may make payments or partial payments after any Events of Default without waiving the right to exercise such remedies, and without becoming liable to make any further payment: 5 (a) If any warranty or representation made by the Recipient in this Agreement or any previous agreement with the Division is or becomes false or misleading in any respect, or if the Recipient fails to keep or perform any of the obligations, terms or covenants in this Agreement or any previous agreement with the Division and has not cured them in timely fashion, or is unable or unwilling to meet its obligations under this Agreement; (b) If material adverse changes occur in the financial condition of the Recipient at any time during the term of this Agreement and the Recipient fails to cure this adverse change within thirty days from the date written notice is sent by the Division. (c) If any reports required by this Agreement have not been submitted to the Division or have been submitted with incorrect, incomplete or insufficient information; (d) If the Recipient has failed to perform and complete on time any of its obligations under this Agreement. (11) REMEDIES. If an Event of Default occurs, then the Division shall, after thirty calendar days written notice to the Recipient and upon the Recipient's failure to cure within those thirty days, exercise any one or more of the following remedies, either concurrently or consecutively: (a) Terminate this Agreement, provided that the Recipient is given at least thirty days prior written notice of the termination. The notice shall be effective when placed in the United States, first class mail, postage prepaid, by registered or certified mail -return receipt requested, to the address in paragraph (13) 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 Recipient refund to the Division 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: 1. Request additional information from the Recipient to determine the reasons for or the extent of non-compliance or lack of performance, 2. Issue a written warning to advise that more serious measures may be taken if the situation is not corrected, 3. Advise the Recipient to suspend, discontinue or refrain from incurring costs for any activities in question or 4. Require the Recipient to reimburse the Division for the amount of costs incurred for any Items determined to be ineligible; (f) Exercise any other rights or remedies which may be available under law. 6 (g) Pursuing any of the above remedies will not stop the Division from pursuing any other remedies in this Agreement or provided at law or in equity. If the Division waives any right or remedy in this Agreement or fails to insist on strict performance by the Recipient, it will not affect, extend or waive any other right or remedy of the Division, or affect the later exercise of the same right or remedy by the Division for any other default by the Recipient. (12) TERMINATION. (a) The Division may terminate this Agreement for cause after thirty days written notice. Cause can include misuse of funds, fraud, lack of compliance with applicable rules, laws and regulations, failure to perform on time, and refusal by the Recipient to permit public access to any document, paper, letter, or other material subject to disclosure under Chapter 119, Fla. Stat., as amended. (b) The Division may terminate this Agreement for convenience or when it determines, in its sole discretion, that continuing the Agreement would not produce beneficial results in line with the further expenditure of funds, by providing the Recipient with thirty calendar days prior written notice. (c) The parties may agree to terminate this Agreement for their mutual convenience through a written amendment of this Agreement. The amendment will state the effective date of the termination and the procedures for proper closeout of the Agreement. (d) In the event that this Agreement is terminated, the Recipient will not incur new obligations for the terminated portion of the Agreement after the Recipient has received the notification of termination. The Recipient will cancel as many outstanding obligations as possible. Costs incurred after receipt of the termination notice will be disallowed. The Recipient shall not be relieved of liability to the Division because of any breach of Agreement by the Recipient. The Division may, to the extent authorized by law, withhold payments to the Recipient for the purpose of set-off until the exact amount of damages due the Division from the Recipient is determined. (13) NOTICE AND CONTACT. (a) All notices provided under or pursuant to this Agreement shall be in writing, either by hand delivery, or first class, certified mail, return receipt requested, to the representative named below, at the address below, and this notification attached to the original of this Agreement. (b) The name and address of the Division contract manager for this Agreement is: Alonzo Joseph 2555 Shumard Oak Blvd. Tallahassee, FL 32399-2100 Telephone: 850-488-3133 Fax: 850-922-8689 Email:Alonzo.Joseph©em.myflorida.com 7 (c) The name and address of the Representative of the Recipient responsible for the administration of this Agreement is: Joseph Zahralban 444 SW 2nd Avenue Miami. FL 33130 Telephone: 3 0 5- 416 - 54 3 9 Fax: 305-569-407 Email:jzahralban@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 will be provided as outlined in (13)(a) above. (14) SUBCONTRACTS If the Recipient subcontracts any of the work required under this Agreement, a copy of the unsigned subcontract must be forwarded to the Division for review and approval before it is executed by the Recipient. The Recipient agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (li) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Division and Recipient 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. The Recipient shall document in the quarterly report the subcontractor's progress in performing its work under this Agreement. For each subcontract, the Recipient shall provide a written statement to the Division as to whether that subcontractor is a minority business enterprise, as defined in Section 288.703, Fla. Stat. (15) TERMS AND CONDITIONS This Agreement contains all the terms and conditions agreed upon by the parties. (16) ATTACHMENTS (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: Exhibit 1 - Funding Sources Attachment A - Budget Attachment B - Scope of Work Attachment C - Deliverables Attachment D - Program Statutes and Regulations Attachment E - Justification of Advance Payment Attachment F - Warranties and Representations 8 Attachment G — Certification Regarding Debarment Attachment H -- Statement of Assurances Attachment I — Reimbursement Checklist (17) FUNDING/CONSIDERATION (a) This is a cost -reimbursement Agreement. The Recipient shall be reimbursed for costs incurred in the satisfactory performance of work hereunder in an amount not to exceed $5,225,000.00, subject to the availability of funds. (b) Any advance payment under this Agreement is subject to Section 216.181(16), FIa.Stat., and is contingent upon the Recipient's acceptance of the rights of the Division under Paragraph (12)(b) of this Agreement. The amount which.may be advanced may not exceed the expected cash needs of the Recipient within the first three (3) months of the contract term. For a federally funded contract, any advance payment is also subject to federal OMB Circulars A-87, A-110, A-122 and the Cash Management Improvement Act of 1990. All advances are required to be held in an interest -bearing account. If an advance payment is requested, the budget data on which the request is based and a justification statement shall be included in this Agreement as Attachment E. Attachment E will specify the amount of advance payment needed and provide an explanation of the necessity for and proposed use of these funds. No advance shall be accepted for processing if a reimbursement has been paid prior to the submittal of a request for advanced payment. (c) After the initial advance, if any, payment shall be made on a reimbursement basis as needed. The Recipient agrees to expend funds in accordance with the Budget and Scope of Work, Attachment A and B of this Agreement. (d) Invoices shall be submitted at least quarterly and shall include the supporting documentation for all costs of the project or services. Invoices shall be accompanied by a statement signed and dated by an authorized representative of the Recipient certifying that "all disbursements made in accordance with conditions of the Division agreement and payment is due and has not been previously requested for these amounts' The supporting documentation must comply with the documentation requirements of applicable OMB Circular Cost Principles. 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 the Division grant manager as part of the Recipients quarterly reporting as referenced in Paragraph 7 of this Agreement. 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 (19)(h) of this Agreement, all obligations on the part of the Division to make any further payment of funds shall terminate, and the Recipient shall submit its closeout report within thirty days of receiving notice from the Division. 9 Changes to the amount of funding pursuant to Paragraph (17)(a) above may be accomplished by notice from the Division to the Recipient. The Division may make an award of additional funds by subsequent modification. All funds received hereunder shall be placed in an interest -bearing account with a separate account code identifier for tracking all deposits, expenditures and interest eamed. Funds disbursed to the Recipient by the Division that are not expended in implementing this program shall be returned to the Division, along with any interest eamed on all funds received under this Agreement, within ninety (90) days of the expiration of the award Agreement. The Recipient shall comply with all applicable procurement rules and regulations in securing goods and services to Implement the Scope of Work. Whenever required by law or otherwise permitted, the Recipient shall utilize competitive procurement practices. Allowable costs shall be determined in accordance with applicable Office of Management and Budget Circulars, or, in the event no circular applies, by 48 CFR Part 31 CONTRACT COST PRINCIPLES AND PROCEDURES. Any requests received after Mav 31, 2015ti at the discretion of the Division, may not be reimbursed from this Agreement. This agreement may be renewed, at the Division's sole discretion, for a period that may not exceed three years or the term of the original Agreement, whichever period is longer, specifying the renewed price and subject to the availability of funds. Pursuant to Section 287.057(13), Florida Statutes, exceptional purchase contracts pursuant to Section 287.057(3)(a) and (c), may not be renewed. (18) REPAYMENTS All refunds or repayments due to the Division under this Agreement are to be made payable to the order of "Division of Emergency Management", and mailed directly to the following address: Division of Emergency Management Cashier 2555 Shumard Oak Boulevard Tallahassee FL 32399-2100 In accordance with Section 215.34(2), Fla. Stat., if a check or other draft is retumed to the Division for collection, Recipient shall pay the Division a service fee of $15.00 or 5% of the face amount of the retumed check or draft, whichever is greater. (19) 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 Recipient in this Agreement, in any later submission or response to a Division request, or in any submission or response to fulfill the requirements of this Agreement. All of said information, representations, and materials is incorporated by reference. The inaccuracy of the submissions or any material changes shall, at the option of the Division and with thirty days written notice to the Recipient, cause the termination of this Agreement and the release of the Division from all its obligations to the Recipient. (b) This Agreement shall be construed under the laws of the State of Florida, and venue for any actions arising out of this Agreement shall be in the Circuit Court of Leon County. If any provision of this Agreement is In conflict with any applicable statute or rule, or is unenforceable, then the provision 10 shall be null and void to the extent of the conflict, and shall be severable, but shall not invalidate any other provision of this Agreement. (c) Any power of approval or disapproval granted to the Division under the terms of this Agreement shall survive the term of this Agreement. (d) This Agreement may be executed in any number of counterparts, any one of which may be taken as an original. (e) The Recipient agrees to comply with the Americans With Disabilities Act (Public 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. . (f) Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. (g) Any Recipient which is not a local government or state agency, and which receives funds under this Agreement from the federal government, certifies, to the best of its knowledge and belief, that it and its principals: 1. are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a federal department or agency; 2. have not, within a five-year period preceding this proposal been convicted of or had a civil judgment rendered against them for fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. are not presently indicted or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any offenses enumerated in paragraph 19(g)2. of this certification; and 4. have not within a five-year period preceding this Agreement had one or more public transactions (federal, state or local) terminated for cause or default. If the Recipient is unable to certify to any of the statements in this certification, then the Recipient shall attach an explanation to this Agreement. 11 In addition, the Recipient shall send to the Division (by email or by facsimile transmission) the completed "Certification Regarding Debarment, Suspension, Ineligibility And Voluntary Exclusion" (Attachment G) for each intended subcontractor which Recipient plans to fund under this Agreement. The form must be received by the Division before the Recipient enters into a contract with any subcontractor. (h) 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 Chapter 216, Fla. Stat. or the Florida Constitution. (1) All bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper preaudit and postaudit thereof. (j) Any bills for travel expenses shall•be submitted in accordance with Section 112.061, Fla. Stat. The provisions of any special or local law, present or future, shall prevail over any conflicting provisions in this section, but only to the extent of the conflict. (k) The Division reserves the right to unilaterally cancel this Agreement if the Recipient refuses to allow public access to all documents, papers, letters or other material subject to the provisions of Chapter 119, Fla. Stat., which the Recipient created or received under this Agreement. (I) If the Recipient is allowed to temporarily invest any advances of funds under this Agreement, any interest income shall either be retumed to the Division or be applied against the Division's obligation to pay the contract amount. (m) The State of Florida will not intentionally award publicly -funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act ("INK)]. The Division shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the INA. Such violation by the Recipient of the employment provisions contained in Section 274A(e) of the INA shall be grounds for unilateral cancellation of this Agreement by the Division. (n) The Recipient is subject to Florida's Government in the Sunshine Law (Section 286.011, Fla. Stat.) with respect to the meetings of the Recipient's governing board or the meetings of any subcommittee making recommendations to the governing board. All of 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, Fla. Stat. (o) All unmanufactured and manufactured articles, materials and supplies which are acquired for public use under this Agreement must have been produced in the United States as required under 41 U.S.C. 10a, unless it would not be in the public interest or unreasonable in cost. (20) LOBBYING PROHIBITION 12 (a) No funds or other resources received from the Division under this Agreement may be used directly or indirectly to influence legislation or any other official action by the Florida Legislature or any state agency. (b) The Recipient certifies, by its signature to this Agreement, that to the best of his or her knowledge and belief: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Recipient, 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 making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal -contract, grant, loan or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Recipient shall complete and submit Standard Form-LLL,'Disclosure of Lobbying Activities." 3. The Recipient 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. 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. (21) COPYRIGHT, PATENT AND TRADEMARK ANY AND ALL PATENT RIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY RESERVED TO THE STATE OF FLORIDA. ANY AND ALL COPYRIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY TRANSFERRED BY THE RECIPIENT TO THE STATE OF FLORIDA. (a) If the Recipient has a pre-existing patent or copyright, the Recipient 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 Recipient shall refer the discovery or invention to the Division for a determination whether the State of Florida will seek patent 13 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 Recipient shall notify the Division. Any copyrights accruing under or in connection with the performance under this Agreement are transferred by the Recipient to the State of Florida. (c) Within thirty days of execution of this Agreement, the Recipient shall disclose ell intellectual properties relating to the performance of this Agreement which he or she knows or should know could give rise to a patent or copyright. The Recipient shall retain all rights and entitlements to any pre-existing intellectual property which is disclosed. Failure to disclose will indicate that no such property exists. The Division shall then, under Paragraph (b), have the right to all patents and copyrights which accrue _during performance of the Agreement. (22) LEGAL AUTHORIZATION. The Recipient certifies that it has the legal authority to receive the funds under this Agreement and that its governing body has authorized the execution and acceptance of this Agreement. The Recipient also certifies that the undersigned person has the authority to legally execute and bind Recipient to the terms of this Agreement. (23) ASSURANCES. The Recipient shall comply with any Statement of Assurances incorporated as Attachment H. 14 IN WITNESS WHEREOF, the parties hereto have executed this Agreement. RECIPIENT: By: . Name arl i'itle: Johnny Martinez, P . E . , City Manager Date: F(D# 59-6000375 DUNS# 072220791 STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT By: Name and Title: Date: ATTEST: CITY OF MIAMI FLORIDA, a municipal corporation, Todd Hannon Jo Martinez, P.E. City Clerk City anager APPROVED AS TO FORM AND CORRECTNESS: APPROVED AS TO INS: CE REQUIREMENTS Victoria Me : i e . • C,v'J Calvin E 's, iI irector City Att.. -( Department t f Risk Management EXHIBIT --1 THE FOLLOWING FEDERAL RESOURCES ARE AWARDED TO THE RECIPIENT UNDER THIS AGREEMENT: NOTE: If the resources awarded to the Recipient are from more than one Fedora!program, provide the same information shown below for each Federal program and show total Federal resources awarded. Federal Program Federal agency: Homeland Security Grant Program Catalog of Federal Domestic Assistance title and number: 97.067 Award amount: $ 5,225,000.00 THE FOLLOWING COMPLIANCE REQUIREMENTS APPLY TO THE FEDERAL RESOURCES AWARDED UNDER THIS AGREEMENT: 44 CFR, (Code of Federal Regulations) Part 13 (Common Rule) OMB Circular A-21, A-102, A-110, A-122, A-128, A-87 and A-133 NOTE: If the resources awarded to the Recipient represent more than one Federal program, list applicable compliance requirements for each Federal program in the same manner as shown below. Federal Program: List applicable compliance requirements as follows: 1. Recipient is to use funding to perform the following eligible activities as identified in the United States Department of Homeland Security, Federal Emergency Management Agency, National Preparedness Directorate Fiscal Year 2013 Homeland Security Grant Program (HSGP), consistent with the Department of Homeland Security State Strategy. 2. Recipient is subject to all administrative and financial requirements as set forth in this Agreement, or will be in violation of the terms of the Agreement. NOTE: Section .400(d) of OMB Circular A-133, as revised, 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 Recipient. 16 ATTACHMENT A Proposed Program Budget 4 Below is a general budget which outlines eligible categories and their allocation under this award. The Recipient is to utilize the "Proposed Program Budget" as a guide for completing the 'Budget Detail Worksheet' below. The equipment category will require a "Detailed Budget Worksheet" including the proposed equipment to be purchased and the corresponding Authorized Equipment List (AEL) reference number. The AEL can be found at www.rkb.us. The transfer of funds between the categories listed in the Proposed Program Budget" is permitted. However, 25% of the award allocation has to be used for eligible LETP- Type activities, ,iii; At the discretion of the Recipient funds allocated to Management and Administration costs (as described in the "Proposed Program Budget") may be put towards Programmatic costs instead. However, no more than 5% of each Recipients' total award may be expended on Management and Administration costs. FY 2013 - State Homeland Security Grant Program — Urban Area Security Initiative - Issue 34 City of Miami (Miami/Fort Lauderdale UASI) Award Allocation $5,500,000.00 State Management & Administration withheld 5% $275,000.00 Expendable Award Allocation after 5% reduction $5,225,000.00 LETP-Type Activities (25% of award allocation) This amount Is not in addition to the remaining award amount but Instead signifies the amount needed to meet the 25% requirement. Management and Administration (the dollar amount which corresponds to 5% of the total local agency allocation is shown in the column on the right). $1,375,000.00 $261,250.00 17 Budget Detail Worksheet The 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 fetter. _ = UASI Issue34 Budget DetailVllorksheet Eligible_ Activities p{ 7-r�'x^•{ rv..�.. .+'...-:.f p.t- j..•' ...-t r. �"�.-ro, .e �..cT'. '74-7, l "r �� i ' u : 1 r` "`S « s -' st .�..r.. t '%�- A a '� ..F r` q_ / 7'"y. - tc i "•'.,z s s � . . . Developing hazard/threat-specific annexes that incorporate the range of prevention, protection, response, and recovery activities Developing and implementing homeland security support programs and adopting ongoing DHS national initiatives Developing related terrorism prevention activities Terror Response Planning (Line item 2013-13) 1 $5,000.00 $5,000.00 Business & Community Partners Against Terrorism. The Business/Community Partners Against Terrorism Program is designed to forge close two-way relationships between the Sheriffs Office and important elements in the county's private sector communities, including: 1) key representatives of the business communities that contribute to the Critical Infrastructure and Key Resources Project (Cl/KR), and 2) private community organizations' representatives such as homeowners associations, condominium and coop boards, gated communities, etc. The guiding framework for this initiative derives from materials developed by DHS. (Line Item: 2013- '16) 1 $30,000.00 $30,000.00 Developing and enhancing plans and protocols P,T & E. This project will support multi -disciplinary projects for the City of Miami under the leadership of MEM. Project scope will involve a full scale exercise, revision of planning documents such as the CEMP/COOP/COG and trainings that benefit terrorism -related emergency management trainings. (Line Item: 2013-04) 1 $ 274,659.49 $ 274,659.49 Regional P, T&E. This project will fund regional planning, training and exercises for all jurisdictions and disciplines In the UASI Region. These projects will be coordinated through the Regional Project Manager and Regional Planning, Training and Exercise Coordinator. (Line Item: 2013-19) 1 $ 186,926.30 $ 186,926.30 Regional Incident Management Team (IMT) Development for Broward County and participating Municipalities. (Line item 2013-02) 1 $ 66,720.00 $ 66,720.00 18 Developing or conducting assessments Critical Infrastructure/Key Resources Assessments. Through the use of the DHS ACAMS system, the Palm Beach County's Critical Infrastructure/Key Resources (Cl/KR) project will 1)identify, prioritize, and assess the vulnerability of Palm Beach County's critical infrastructure and assets as defined by the National Infrastructure Protection Plan and the 2010 Taxonomy; 2) identify significant and specific security enhancements for the protection of those critical infrastructures and resources in Palm Beach County; and 3). provide a timely warning. and _ensure the protection of those infrastructures and assets that face a specific imminent threat through the use of the Department of Homeland Security Office of Infrastructure Protection, the Southeast Regional Fusion Center, and the Business Partners Against Terrorism Program. (Line Item: 2013-15) Hiring of full or part-time staff or contractors/consultants to assist with planning activities (not for the purpose of hiring public safety personnel fulfilling traditional public safety duties) 1 $50,000.00 $50,000.00 Miami -Dade Whole Community Preparedness Planning. (Line Item: 2013-05) 1 $193,558.49 $193,558.49 Emergency Management Planning Coordinator (12 months). This position will assist with the development/revision of citywide emergency management plans such as the CEMP, COG and COOP. (Line Item: 2013-06) Regional Program Manager. This position assists the Miami and Ft. Lauderdale with regional planning needs (e.g. drafting of investment justifications, coordination of UAWG meetings, development of annual budgets, etc.). (Line Item: 2013-07) Emergency Management Planner (12 months). This position will assist with general planning responsibilities related to the implementation of the UASI grant program. (Line item 2013-09) Regional Training and Exercises Planner - this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. (Line Item: 2013-10) EOC Planner Sustainment. (Line Item: 2013-11) 1 1 1 1 $160,000.00 $95,000.00 $80,000.00 $65,000.00 $50,000.00 $160,000.00 $95,000.00 $80,000.00 $65,000.00 $50,000.00 R-LEX Regional Coordinator/Trainer. This project will provide for a position to assist with the administration and training involved with this regional intelligence sharing system. (Line Item: 2013-14) Broward Planner- Planning for the Whole Community Community Resiliency and Sustainability Partnership Development (Line item 2013-17) 1 1 $100,000.00 $66,720.00 $100,000.00 $66,720.00 19 LPR Planner Sustainment. Sustainment funding for a License Plate Reader Planner for Hialeah. (Line Item: 2013-18) 1 $50,000.00 $50,000.00 Identifying resources for medical supplies necessary to support children during an emergency, including pharmaceuticals and pediatric -sized equipment on which first responders and medical providers are trained Developing and implementing a community preparedness strategy for the State/local jurisdiction Conferences to facilitate planning activities Materials required to conduct planning activities Travel/per diem related to -planning activities Travel. This is costs for staff to attend DHS and State sponsored grant management/UASI courses/conferences. (Line item 2013-12) 1 $15,000.00 $15,000.00 Overtime and backfill costs (in accordance with operational Cost Guidance) Establishing, expanding, and maintaining volunteer programs and volunteer recruitment efforts that support disaster preparedness and/or response CERT Planning, Training, and Equipment (Line item 2013-03) 1 $9,000.00 $9,000.00 Citizen Corp (Line item 2013-08) 1 $94,748.38 $94,748.38 Other projects areas with prior approval from FEMA Activities to achieve planning inclusive of people with disabilities b • y -1y. ifi." _ M � •„ s - e r_V , i JE' �! �i `h �' i a`zc . J� ,i� a 3? 3 lS l� L 'Vt d R 3(`Q.���^""alJc t _ F .} . j ,,:%t' -u, ,,,,, G , A- `.+L.:.>F.... h x1 l.. ....' F .•.�.�: �s k -Y lei _ 2 ik r �d ,4- R �sf _..F N ' - >4..c.. `Y .-i.Y 1L •` 'pa�G;�l•�j,�j Wit. - "". ^'. A ' .t4.iV Reimbursement for select operational expenses associated with increased security measures at critical infrastructure sites incurred (up to 50 percent of the allocation) ._+... . Overtime for information, Investigative, and intelligence sharing activities (up to 50 percent of the allocation) Hiring of new staff positions/contractors/consultants for participation in information/intelligence analysis and sharing groups or fusion center activities (up to 50 percent of the allocation) . Contract Intelligence Analysts (Line item 2013-20) 1 $242,000.00 $242000.00 W� 1 • iG ' 1 • • '}Z 'F -=-f' — ...1� ' J 45'T.,S at� � �M- - ix- s� '$ 'nos .�j r L s w _ �_ . • I .._. y.. —_- .a. i. �'��� _ Yom. ,}�` -'� r �i7 .W i Developing, Delivering, and Evaluating Training ICS 300 (Line item 2013-21) $ 293,558.00 $ 293,558.00 Sustain Local Emergency Responder Training (Line item 2013-22) $ 16,380.54 $ 16,380.54 Overtime and backfill for emergency preparedness and response personnel attending FEMA-sponsored and approved training classes. 20 Backfill for Training (Line Item: 2013-23) 1 $15,999.98 $15,999.98 Overtime and backfill expenses for partotime and volunteer emergency response personnel participating in FEMA training. Training Workshops and Conferences Activities to achieve training inclusive of people with disabilities Full or Part -Time Staff or Contractors/Consultants Travel Supplies Tuition for higher education Other items A complete list of FEMA approved courses may be found at www.ofo.usdoi.00v/FEMA/docs/Eligible Federal Courses.cdf -1 t L aAT -F ice...., •.l - i. t! 1 i '+l' .rhs7 '�.� .A/c�'- ? .. �...J� i 1: ` .v._:..n i 51�� Fes ( } Q�� ..y. � €..e�' 4 -� rvGr'si` 1,. t ,� _ fr.�-3 c Design, Develop, Conduct and Evaluate an Exercise Recover, damage assessment Exercise (2013-24) 1 $23,908.48 $23,908.48 Exercise Planning Workshop - Grant funds may be used to plan and conduct an Exercise Planning Workshop to include costs related to planning, meeting space and other meeting costs, facilitation costs, materials and supplies, travel and exercise plan development. Full or Part -Time Staff or Contractors/Consultants - Full or part- time staff may be hired to support exercise -related activities. Payment of salaries and fringe benefits must be in accordance with the policies of the state or local unit(s) of government and have the approval of the state or the awarding agency, whichever Is applicable. The services of contractors/consultants may also be procured to support the design, development, conduct and evaluation of CBRNE exercises. The applicant's formal written procurement policy or the Federal Acquisition Regulations (FAR) must be followed. 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 21 Travel - Travel costs (Le., airfare, mileage, per diem, hotel, etc.) are allowable as expenses by employees who are on travel status for official business related to the planning and conduct of the exercise project(s). These costs must be in accordance with state law as highlighted in the OJP Financial Guide. States must also follow state regulations regarding travel. If a state or territory does not have a travel policy they must follow federal guidelines and rates, as explained in the OJP Financial Guide. For further information on federal law pertaining to travel costs please refer to htte://www.olp.usdol.gov/FlnGuide. 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). Other Items - These costs include the rental of space/locations for exercise planning and conduct, exercise signs, badges, etc. ri „- SWAT - C50 First Responder Kits (Line item 2013-25) AEL #01AR-02-APR TRT NFPA Compliant PPE (Line item 2013-26) AEL#01 SF-01-GARM 01SE-01-HLMT Personal Protective Equipment for Office (Line item 2013-71) AEL #01 SP-01-ENSE $35,100.00 $35,100.00 1 $19,995.00 $19,995.00 &Me-fitRgauor an email on,p9u�pnwt if< �. � ' Jk'; _N .�.R3#4.d-4hc*. �F�woiT.• .•'I•..., -:Y3 .. xs Real Time Xray (Line item 2013-27) AEL #02EX-01- XRAP 1 1 $45,000.00 $60,000.00 $45,000.00 $60,000.00 EOD/IED Tool Kits (Line item 2013-28) AEL #02EX-02- TLRO Golden XRS-3, an X -Ray generator (Line item 2013-29) AEL #02EX-01-XRAP ',,,t 'o-..T.�ear n ceinequr en ` Clip -On Night Vision Thermal (Line item 2013-30) AEL #030E-02-TILA Long Pole Search System (Line item 2013-31) AEL #030E-02-SCOP 1 1 1 $30,000.00 $5,650.00 $30,000.00 $5,650.00 $30,000.00 $30,000.00 $15,000.00 $15,000.00 WebEOC - Interoperabie Communications software needed for regional info sharing (Line item 2013-32) AEL #04AP-05-CDSS, 04AP-03-GISS, 04SW-04- NETW, 21GN-00-TRNG, 21GN-00-CNST 1 $159,484.00 $159,484.00 22 Coop equipment and training (Line item 2013-33) AEL #04HW-01-HHCD Unified Cmd Post (UCP) Upgrade (Line item 2013-34) AEL #04HW-01-INHW, 21 GN-00-OCEQ IMT Technology Enhancement (Line item 2013-35) AEL #04HW-01-HHCD Public Alert Notification System (Line item 2013-36) AEL #04AP-09-ALRT Critical Asset Enhancement - Video Monitor (Line item 2013-37) AEL 04MD-01-VCAM CBRNE Toughbook Computers/Software (Line item 2013-38) AEL #04HW-01-MOBL Laptop Computers for X -Ray Equipment (Line item 2013-39) AEL #04HW-01-INHW WebEOC - Interoperable Communications software needed for regional info sharing during emergency operations as well as non -emergency situtations to provide a platform for day-to-day regional info sharing and updates. (Line item 2013-32) AEL #04AP-05- CDSS, 04AP-03-GISS, 04SW-04-NETW, 21 GN-00- TRNG, 21 GN-00-CNST �e�'ct�ciienhaS�cecn`�an�Pq'u'i rlen1!' Enhanced Security Infrastructure Video Analytics (Line item 2013-40) AEL #05NP-00-IDPS Software or appliance that gathers data from multiple security sources such as firewalis, intrusion detection systems, maiware protection systems, etc. to provide log file consolidation and event correlation capability in support of network security operations. (Line item 2013- 41) AEL #05NP-00-SEIM $75,000.00 $75,000.00 $53,000.00 $8,145.00 $53,000.00 $8,145.00 $100,000.00 $100,000.00 1 1 1 $63,559.02 $29,769.92 $12,000.00 $159,484.00 1 1 $63,499.60 $96,923.25 $63,559.02 $29,769.92 $12,000.00 $159,484.00 $63,499.60 $96,923.25 Radio Microwave Link. Replacement of analog system with digital so that can communicate to achieve digital P25 communications. (Line item 2013-42) AEL #06CP- 03-MWAV $364,563.62 $364,563.62 Motorola APX 7000 ; APCO P-25 compliant Portable Radios; 700-800MHZ; IMPRESS Energy sysytem;multi- band(UHF-VHF/FDMA-TDMA);P-25 Smart -Zone Trunking;AES Radio-to-Radioencrypted;equipped w/external antennas;shoulder microphone; batteries; carriers; and battery chargers (Line item 2013-43) AEL #06CP-01-PORT P-25 Compliant Motorola APX 7000 Portable Radio (Line item 2013-44) AEL #06CP-01-PORT 1 $121,140.60 $121,140.60 P-25 Compliant XTS 2500 762-870 MHz 1-3W/870 (EM) (Line item 2013-45) AEL #06CP-01-MOBL P-25 Compliant XTS 2500 762-870 MHz 1-3W/870 (LE) (Line item 2013-46) AEL #06CP-01-MOBL $118,800.00 $48,462.64 $118,800.00 $48,462.64 P-25 Compliant Motorola APX 7500 Vehicle Base Radio (Line item 2013-47) AEL #06CP-01-MOBL 1 $48,462.63 $13,077.62 $48,462.63 $13,077.62 23 Satellite Phone Sustainment Citywide (18 months). This project will sustain the satellite phones that are installed throughout City Departments including police and fire stations which allow all first responders to communicate when primary communication services are down. (Line item 2013-67) AEL #06CC-03-SATP 1 $23,400.00 $23,400.00 gitanria Air Monitor (Line item 2013-48) AEL #07CD-01-DPPI 1 $5,000.00 $5,000.00 Radiation Detection Equipment (Line item 2013-70) AEL #07RD-01-DOSP 1 $8,000.00 $8,000.00 �� rR.a�..r� � XtaNt+ 7�9�L+'_v�4C'.�i\ .x+°cnzJ'AF�'h°�+o � l5°3 �'o- Sheltering Program Enhancements (Line item 2013-49) AEL #09ME-05-GURN 1 $30,000.00 $30,000.00 k; ter it . -eYV ):. ./.iC 1. , .sue\.--. lei5RWEAtetehC6TOleitalAera u; , uc Ar s st, ' � a 9 F2i� c� a.y w .3� C sa : z �' k : x usr�caF r' F ? EbYe '1%,'-k.2=eavvorr.. a`k'',moe I _. _ 4 yst, w; u •, ['- ''`3q' 2llttll'W�rt',k W.;'''' .,.'r ¢ k 4,-Zi�-�aw' ika -w` i `5''' `\'.`k '�'+f. { �+. --y j f `t �,. - �.> A ', � .'. a _ } 13 s4, Responder Notification and Collaboration Project (Line item 2013-50) AEL #13IT-00-ALRT 1 $50,000,00 $50,000.00 Systems Intelligence Sharing (Line item 2013-51) AEL #131T-00-INTL, 21 GN-00-0CEQ 1 $48,258.48 $48,258.48 Systems Intelligence Sharing (Line item 2013-52) AEL #131T-00-INTL 1 $20,000.00 $20,000.00 Portable Video Surveillance System (Line item 2013-53) AEL #13LE-00-SURV 1 $120,544.25 $120,544.25 a .,."�. `�i�s'F�i:V�''� Ihiltaii w,. ��,� - ,...- -A. Static License Plate Reader (Line item 2013-54) AEL #14SW-01-SIDV 1 $70,000.00 $70,000.00 Rapid ID Fingerprint Scanner (Line item 2013-55) AEL #14SW-01-SIDP 1 $52,225.00 $52,225,00 Critical Infrastructure/KR Monitoring (Line item 2013-56) AEL #14SW-01-VIDA 1 $120,714.25 $120,714.25 Lightspeed Building Hardening (Line item 2013-57) AEL #14SW-01-VIDA 1 • $46,855.00 $46,855.00 ShotSpotter Network, Acoustic Sensor Triangulation (Line item 2013-58) AEL #14SW-01-ASTN 1 $120,193.85 $120,193,85 Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project for Miami Police Department) (Line item 2013-59) AEL #14SW-01-VIDA,04HW-01-INHW, 04MD-03-DISP 1 $44,489.35 $44,489,35 Ethernet Secured @ Fire College for Redundant Communications for Miami's First Responders (18 months). This project will continue services for a Metro- Ethernet line that provides fast network connectivity between the City's network and the E911 backup center. (Line item 2013-66) AEL #14CI-00-COOP 1 $10,000.00 $10,000.00 24 t "ai2x-xi�; F.+-• ; ar 'y'riT�+ ^•r.. �'-'i5.7Je;- rf.cd'±�y4si ,,,^C^ ..a .'a_ 3�" J. fy' spe on' ri e�}tng`gys nns �,��,- . d ��� �: ��;,.��n �F i��-�.�. _< z�.,. _. _ , . _ _ . _ _. _ _._. , i: _c Si oris05Pro� U S mse,�arid:liiti g tibn gkipmer� y - _+.=� .i_n= • �532FxEv: ��'. K �1+.fc., Ac .9«3+?;.. �tC� � Ai• _.; . s�i'r as:- J.. 4.'��. b.i� ratifln'iAJ.�nY�Jfrfa.i _ _ _ • .t c . _ .�- Water Rescue Capabilities - (Line item 2013-60) AEL #17WC-00-BOAT 1 $30,000.00 $30,000.00 kiirr�.Y[m Nt+•, g�ir3.+.,. f�tt -^.^=T �may T - J - _ _R _ - �,�'atort- eD n' '_ bY�whFY: nl. :3f iE�% _ t'*' {'b .. xa Nr• .. 3- __ _ ._ = 9,9 GB oIti sulP rlu!fi"'fin P i. .1i•.,{i� l M. Y = a` i'G 1 ess; cf on eels• �? ri;iw- �tyx.-�Y'h!['T�.iIS[ui°`c-J'.�-�¢i.O+abV s��'Y] leas Z +2C' . 2 ` y�i6i'-`..._ -S _ _ _ 4v tli§F. A"-;,.....4.:—..„.<..,' .S�_G jF(��'3's . _� -. er :.ffhdrized�eCigrpi gg:t ostsS, Dtl itle n coi s tictiotV6ga( fdtfgi(�O n� `is�ea2 ory/` Mt_ " tdkiih41i e T'x• X SS >'r� �• y. 'rc .TL �a""§i;5.` " x.:liiz`N'��rzf'�. •.� d #taiVat:EMV063: edie sse f -t4 �s rdacorrstFeiC otteaBnovafroci): A, M4, . �,, , Air Support Maintenance (Helicopter) (Line item 2013- 61) AEL #21GN-00-MAIN 1 $150,000.00 $150,000.00 UASI Fire Vessel Maintenance & Equipment. This funding will sustain the 48ft fire boat and 27ft dive boat purchased under UASI to support public safety, firefighting operations, urban search and rescue and emergency medical operations for homeland security - related threats/activities on the waterways. (Line item 2013-62) AEL #21 GN-00-MAIN 1 $54,839.54 $54,839.54 EOC Sustainment. This will pay for on -going information technology costs related to the operation of the City of Miami EOC. (Line item 2013-63) AEL #21 GN- 00-OCEQ 1 $35,000.00 $35,000.00 Repair & Replacement for UASI Purchased Equipment. This will cover the costs associated with maintaining, replacing and repairing UAS! purchased equipment. (Line item 2013-64) AEL #21 GN-00-MAIN 1 $27,419.72 $27,419.72 Maintenance and Sustainment (This funding will be used to keep grant funded equipment in working order so that we will have a functioning capability to use equipment purchased to respond effectively to terrorist activity.) (Line item 2013-65) AEL #21 GN-00-MAIN 1 $15,998.00 $15,998.00 EOC Enhancements (Line item 2013-68) AEL 21 GN-00- OCEQ 1 $40,000.00 $40,000.00 tip. i,E -T T �r�s` mac* �.-, .�' �'c-�,� '�k la: rfr-�• 3� 3•' f- S �.-�,' r ,5- -�--•+- -..:,��e _,gar >,-,f t-'. -4;1-- 4.'.. - "' i cf �e -.S 2 �. t Ll a� i ri y�. A y_ Ti Up to 50 percent of total program funds may be used for personnel and personnel -related activities 25 Hiring of full-time or part-time staff or contractors/consultants: 4. To assist with the management of the respective grant program 4. To assist with application requirements of the grant program A To assist with the compliancy with reporting and data collection as it may relate to the grant program Miami UASI M&A (Line Item: 2013-01 ) 1 $261,250.00 $261,250.00 Development of operating plans for information collection and processing necessary to respond to DHS/ODP data calls. Costs associate with achieving emergency management that is inclusive of the access and functional needs of workers and citizens with disabilities. Overtime and backfill costs — Overtime expenses are defined as the result of personnel who worked over and above their normal scheduled daily or weekly worked time in the performance of FEMA — approved activities. Backfill Costs also called "Overtime as Backfili" are defined as expenses from the result of personnel who are working overtime in order to perform the duties of other personnel who are temporarily assigned to FEMA — approved activities outside their core responsibilities. Neither overtime nor backfili expenses are the result of an increase of Full — Time Equivalent (FTEs) employees. These costs are allowed only to the extent the payment for such services is in accordance with the policies of the state or unit(s) of local government and has the approval of the state or the awarding agency, whichever is applicable. In no case is dual compensation allowable. That is, an employee of a unit of government may not receive compensation from their unit or agency of govemment AND from an award for a single period of time (e.g., 1:00 pm to 5:00 pm), even though such work may benefit both activities. Fringe benefits on overtime hours are limited to Federal Insurance Contributions Act (FICA), Workers' Compensation and Unemployment Compensation. Travel expenses Meeting -related expenses (For a complete list of allowable meeting - related expenses, please review the OJP Financial Guide at http://www.ojp.usdoJ.gov/FinGuide). Acquisition of 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 strategy. The following are allowable only within the contract period: 4. Recurring fees/charges associated with certain equipment, such as cell phones, faxes, etc. 4. Leasing and/or renting of space for newly hired personnel to administer programs within the grant program. TOTAL $5,225,000.00 26 ATTACHMENT B Scope of Work Funding is provided to perform eligible activities as identified in the Office of Grants and Training Fiscal Year 2013 Urban Area Security Initiative (UASI) Grant Program, consistent with the Department of Homeland Security State Strategy and the Urban Area Strategy, Eligible activities are outlined in the Scope of Work for each category below: 1. Categories and Eligible Activities Urban Area Security Initiative FY2013 UASI allowable costs are divided into the following categories: planning, organization, equipment, training, exercises, management and administration cost are allowable cost. Up to 25% of UASI funds must be dedicated towards law enforcement terrorism prevention -oriented planning, organization, training, exercise and equipment activities.- Each category's allowable costs have been listed in the °Budget Detail Worksheet" above. A. Planning Developing hazard/threat-specific annexes that incorporate the range of prevention, protection, response, and recovery activities. Developing and implementing homeland security support programs and adopting DHS national initiatives including but not limited to the following: • Implementing the National Preparedness Guidelines(NPG) and the Whole community approach to Security and Emergency Management • Pre -event recovery planning • Implementing the National Infrastructure Protection Plan (NIPP)and associated Sector Specific Plans • Enhancing and implementing Statewide Communication Interoperability Plans (SC1P) and Tactical Interoperabie Communications Plans (TICP) that align with the goals, objectives, and initiatives of the National Emergency Communications Plan (NECP) • Costs associated with the adoption, implementation, and adherence to NIMS compliance requirements, including implementing the NIMS National Credentialing Framework • Modifying existing incident management and EOPs to ensure proper alignment with the National Response Framework (NRF) coordinating structures, processes, and protocols • Establishing or enhancing mutual aid agreements • Developing communications and Interoperability protocols and solutions • Conducting local, regional, and tribal program implementation meetings • Developing or updating resource Inventory assets in accordance to typed resource definitions issued by the NIMS Integration Center (NIC) • Designing State and local geospatial data systems • Developing and conducting public education and outreach campaigns, including promoting individual, family, and organizational emergency preparedness; alerts and warnings education; promoting training, exercise, and volunteer opportunities; informing the public about emergency plans, evacuation routes as well as CBRNE prevention awareness Designing programs to address targeting at -risk populations and engaging them in emergency management planning efforts • Activities, materials, service, tools and equipment to achieve planning, protection, mitigation, response and recovery that is inclusive of people with disabilities (physical, programmatic and communications access for people with physical, sensory, mental health, intellectual and cognitive disabilities) • Preparing materials for State Preparedness Reports (SPRs) • WHT1 implementation activities Including the issuance of WHTI-compliant tribal identification cards Developing related terrorism prevention activities including: • Developing THIRA that reflects a representative make up and composition of jurisdiction • Developing initiatives that directly support local efforts to understand, recognize, prepare for, prevent, mitigate, and respond to pre -operational activity and other crimes that are precursors or indicators of terrorist activity, in accordance with civil rights/civil liberties protections • Developing law enforcement prevention activities, to include establishing and/or enhancing a fusion center • Hiring an iT specialist to plan, develop, and implement the IT applications necessary for a fusion center • Developing and planning for information/intelligence sharing groups 27 " I n t e g r a t i n g a n d c o o r d i n a t i n g f i r e s e r v i c e , e m e r g e n c y m a n a g e m e n t , p u b l i c h e a l t h c a r e , p u b l i c s a f e t y , a n d h e a l t h s e c u r i t y d a t a - g a t h e r i n g ( t h r e a t s t o h u m a n a n d a n i m a l h e a l t h ) w i t h i n S t a t e a n d M a j o r U r b a n A r e a f u s i o n c e n t e r s t o a c h i e v e e a r l y w a r n i n g a n d m i t i g a t i o n o f h e a l t h e v e n t s " I n t e g r a t i n g a n d c o o r d i n a t i n g p r i v a t e s e c t o r p a r t i c i p a t i o n w i t h f u s i o n c e n t e r a c t i v i t i e s " A c q u i r i n g s y s t e m s a l l o w i n g c o n n e c t i v i t y t o S t a t e , l o c a l , t r i b a l , t e r r i t o r i a l , a n d F e d e r a l d a t a n e t w o r k s , s u c h a s t h e N a t i o n a l C r i m e I n f o r m a t i o n C e n t e r ( N C I C ) a n d I n t e g r a t e d A u t o m a t e d F i n g e r p r i n t I d e n t i f i c a t i o n S y s t e m ( i A F I S ) , a s a p p r o p r i a t e " P l a n n i n g t o e n h a n c e s e c u r i t y d u r i n g h e i g h t e n e d a l e r t s , t e r r o r i s t i n c i d e n t s , a n d / o r d u r i n g m i t i g a t i o n a n d r e c o v e r y " M u l t i - d i s c i p l i n e p r e p a r a t i o n a c r o s s f i r s t r e s p o n d e r c o m m u n i t y , I n c l u d i n g E M S f o r r e s p o n s e t o c a t a s t r o p h i c e v e n t s a n d a c t s o f t e r r o r i s m " A c c e s s i b l e p u b l i c I n f o r m a t i o n / e d u c a t i o n : p r i n t e d a n d e l e c t r o n i c m a t e r i a l s , p u b l i c s e r v i c e a n n o u n c e m e n t s , s e m i n a r s / t o w n h a l l m e e t i n g s , a n d w e b p o s t i n g s c o o r d i n a t e d t h r o u g h l o c a l C i t i z e n C o r p s C o u n c i l s o r t h e i r e q u i v a l e n t " C o n d u c t i n g p u b l i c e d u c a t i o n c a m p a i g n s i n c l u d i n g p r o m o t i n g s u s p i c i o u s a c t i v i t y r e p o r t i n g a n d p r e p a r e d n e s s ; I n d i v i d u a l , f a m i l y , a n d o r g a n i z a t i o n a l e m e r g e n c y p r e p a r e d n e s s ; p r o m o t i n g t h e R e a d y c a m p a i g n ; a n d / o r c r e a t i n g S t a t e , r e g i o n a l , o r l o c a l e m e r g e n c y p r e p a r e d n e s s e f f o r t s t h a t b u i l d u p o n t h e R e a d y c a m p a i g n " E v a l u a t i n g C r i t i c a l I n f r a s t r u c t u r e P r o t e c t i o n ( C I P ) s e c u r i t y e q u i p m e n t a n d / o r p e r s o n n e l r e q u i r e m e n t s t o p r o t e c t a n d s e c u r e s i t e s " C I P c o s t a s s e s s m e n t s , i n c l u d i n g r e s o u r c e s ( e . g . , f i n a n c i a l , p e r s o n n e l ) r e q u i r e d f o r s e c u r i t y e n h a n c e m e n t s / d e p l o y m e n t s " M u l t i - J u r i s d i c t i o n B o m b i n g P r e v e n t i o n P l a n s ( M J B P P ) " U n d e r w a t e r T e r r o r i s t P r o t e c t i o n P l a n s D e v e l o p i n g a n d e n h a n c i n g p l a n s a n d p r o t o c o l s , i n c l u d i n g b u t n o t l i m i t e d t o : C o m m u n i t y - b a s e d p l a n n i n g t o a d v a n c e "