Loading...
HomeMy WebLinkAboutExhibit - Memorandum of AgreementMEMORANDUM OF AGREEMENT URBAN AREA SECURITY INITIATIVE FY 2018 if County" Agreement Number: 17-DS-X3-11-23-02- FAIN Number: EMW-2017-SS-00061 CFDA #: 97.067 This Agreement is entered into this day of , 2018, by and between the City of Miami, a municipal corporation of the State of Florida, (the "Sponsoring Agency") and (sub -recipient), (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 $4,921,000 dollars through the Urban Area Security Initiative (UASI) Grant Program 2017; and WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program 2017; 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 2017 and involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and WHEREAS, the 2017 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 2018, 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 I. PURPOSE A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies for activities under the UASI Grant Program 2017 which was made available by the U.S. Department of Homeland Security and the State of Florida Division of Emergency Management (FDEM). S. 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 2017 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. 8. 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 2017: The UASI Grant Program 2017 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 2017 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 NIMS will include a core set of concepts, principles, terminology, and technologies covering the incident command system; multi -agency coordination systems; unified command and training. E. Urban Area Working Group (UAWG): The State Administrating Agency Point of Contact (SAA POC) must work through the Mayor/CEOs from all other jurisdictions within the defined urban area to identify POCs from these jurisdictions to serve on the Urban Area Working Group. The Urban Area Working Group will be responsible for coordinating development and implementation of all program elements, including the urban area assessment, strategy development, and any direct services that are delivered by the grant. F. Urban Area: An urban area is limited to inclusion of jurisdictions contiguous to the core city and county/counties, or with which the core city or county/counties have established formal mutual aid agreements. IV. SPONSORING AGENCY SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with the FDEM and USDHS. C. Conducting a comprehensive Urban Area Assessment, which will in turn guide the development of an Urban Area Homeland Security Strategy. D. Ensuring the participation of the following critical players in the assessment and strategy development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. E. Developing a comprehensive Urban Area Homeland Security Strategy and submit to the SAA POC. F. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". G. Ensuring satisfactory progress toward the goals or objectives stipulated in "Exhibit #1 ". H. Following grant agreement requirements and/or special conditions as stipulated in "Exhibit#1". 3 I. Submitting required reports. V. THE PARTICIPATING AGENCIES SHALL BE RESPONSIBLE FOR: A. Providing an administrative department, which shall be the main liaison and partner with the City of Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency. B. Participating Agencies and any sub -grantees must abide by the grant requirements including budget authorizations, required accounting and reporting expenditures, proper use of funds, and tracking of assets as stipulated in "Exhibit #1". C. Submitting monthly budget detail worksheets to the City of Miami on the progress of direct purchases of equipment or services as stipulated in "Exhibit #1". D. Complying with all UASI Grant Program 2017 requirements as stipulated in "Exhibit #1". E. Participating as a member of the Urban Area Working Group to include coordinating with and assisting the City of Miami in conducting a comprehensive Urban Area Assessment, which in turn will guide development of an Urban Area Homeland Security Strategy. Ensuring the participation of the following critical players in the assessment and strategy development process: law enforcement, emergency medical services, emergency management, the fire service, hazardous materials, public works, governmental administrative, public safety communications, healthcare and public health. G. Assisting the sponsoring agency in development of a comprehensive Urban Area Homeland Security Strategy. H. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1". I. Ensuring satisfactory progress toward the goals or objectives as stipulated in "Exhibit #1". J. Submitting required reports as prescribed by the Sponsoring Agency as stipulated in "Exhibit #1". K. Maintaining an equipment inventory of UASI purchased items. L. Ensure that equipment obtained from the UASI Grant Program 2017, as identified in "Exhibit #2", is readily available for use by personnel trained to use such equipment for actual emergencies or exercises. Also, ensure that such equipment is readily available for onsite monitoring by DHS, DEM, 4 and the Sponsoring Agency. If the Participating Agency is incapable of staffing the equipment, such equipment shall be made available to another Participating Agency for use during any actual emergencies or exercises. Failure to ensure equipment availability may result in loss of funding and/or equipment to the Participating Agency. M. All equipment obtained from the UASI Grant Program 2017, as identified in "Exhibit 2", is the sole responsibility of the receiving agency. This includes, where applicable, maintenance, replacement, training on equipment, and insuring of equipment and personnel, and compliance with intra-agency auditing requirements. VI. THE SPONSORING AGENCY AND THE PARTICIPATING AGENCY AGREE: A. That funding acquired and identified for the Urban Area Security Initiative will be administered solely by the Sponsoring Agency. B. The Participating Agencies will provide financial and performance reports to the sponsoring agency in a timely fashion. The Sponsoring Agency will prepare consolidated reports for submission to the State of Florida as stipulated in "Exhibit 1". C. The Sponsoring Agency is not responsible for personnel salaries, benefits, workers compensation or time related issues of the Participating Agency personnel. D. The Sponsoring Agency and Participating Agency are subdivisions as defined in Section 768.28, Florida Statutes, and each party agrees to be fully responsible for the respective acts and omissions of its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a municipality, state agency or subdivision of the State of Florida to be sued by third parties in any manner arising out of this Agreement or any other contract. E. This is a reimbursement grant that requires the Participating Agencies to purchase, receive, and pay invoices in full for equipment, services, and allowable personnel costs PRIOR to submitting the same for reimbursement to the Sponsoring Agency. VII. FINANCIAL AGREEMENTS A. Financial and Compliance Audit Report: Recipients that expend $300,000 or more of Federal funds during their fiscal year are required to submit an organization -wide financial and compliance audit report. The audit must be performed in accordance with the U.S. General Accounting Office Government Auditing Standards and 2 CFR 200. 5 B. The Secretary of Homeland Security and the Comptroller General of the United States shall have access to any books, documents, and records of recipients of UASI Grant Program 2017 assistance for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security or the Comptroller General, these documents are related to the receipt or use of such assistance. The grantee will also give the sponsoring agency or the Comptroller General, through any authorized representative, access to and the right to examine all records, books, papers or documents related to the grant. C. Financial Status Reports are due within 14 days after the end of each calendar quarter. A report must be submitted for every quarter that the award is active, including partial calendar quarters, as well as for periods where no grant activity occurs as stipulated in "Exhibit 1". D. Submit progress reports to describe progress to date in implementing the grant and its impact on homeland security in the state. E. All financial commitments herein are made subject to the availability of funds and the continued mutual agreements of the parties as identified in "Exhibit 2". VIII. CONDITIONS, AMENDMENTS, AND TERMINATION A. The Participating Agency will not illegally discriminate against any employee or applicant for employment on the grounds of race, color, religion, sex, age, or national origin in fulfilling any and all obligations under this Agreement. B. Any provision of this Agreement later found to be in conflict with Federal law or regulation, or invalidated by a court of competent jurisdiction, shall be considered inoperable and/or superseded by that law or regulation. Any provision found inoperable is severable from this Agreement, and the remainder of the Agreement shall remain in full force and effect. C. This Agreement may be terminated by either party on thirty (30) days written notice to the other party at the address furnished by the parties to one another to receive notices under this agreement or if no address is specified, to the address of the parties' signatory executing this contract. D. This Agreement shall be considered the full and complete agreement between the undersigned parties, and shall supersede any prior Memorandum of Agreement among the parties, written or oral, except for any executory obligations that have not been fulfilled. 6 E. This Agreement will end on June 30, 2019, unless otherwise extended, by a written amendment duly approved and executed prior to June 30, 2019, unless otherwise extended, at which time the parties may agree to renew the association. Renewal will be based on evaluation of the Sponsoring Agency's ability to conform to procedures, training and equipment standards as prescribed by the grant. SPONSORING AGENCY THE CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: BY: BY: Todd B. Hannon Emilio Gonzalez, Ph.D. City Clerk City Manager APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: BY: BY: Victoria Mendez Ann -Marie Sharpe, Director City Attorney Department of Risk Management 7 ATTEST: Name: Title: PARTICIPATING AGENCY "(sub -recipient)" BY: NAME: TITLE: FID#: DUNS: APPROVED AS TO FORM AND CORRECTNESS: Participating Agency Attorney 8 "EXHIBIT 1" To be provided at time of execution FY 2017 Budget -Miami -Ft. Lauderdale UASI Exhibit #2 Jurisdiction Category Discipline Line Item # Detailed Item Description AEL # Qty Unit Cost Current Budget BEMA Planning Emergency Management 2017-01A Broward Critical Infrastructure & Key Resources (CIKR) Protection Program Initiative 1 $65,870.00, $62,837.31 BEMA Planning Emergency Management 2017-01B EM Whole Community Planning: Integration of Volunteer & Faith Based Organizations 1 $65,870.00 $62,837.31 BSO Planning Emergency Management 2017-01C CEMP/COOP/COG Planning, Training & Exercise 1 $30,000.00 $28,618.78 BSO Equipment Law Enforcement 2017-02A Command & Control Notfication Software (Collabria) 131T-00-ALRT 1 $8,000.00 $7,631.68 BSO Equipment Law Enforcement 2017-03A Portable X-ray Detector for Bomb Squad 02EX-01-XRAP 1 $37,000.00, $35,296.50 BSO Equipment Fire Rescue 2017-14A MCI Ballistic Protection 01LE-01-SHLD, 01LE. 01-HLMT 20 $1,250.00 $23,849.00 BSO Equipment Emergency Management 2017-02B EOC Enhancements & Sustainment 04HW-01-INHW, 21G N-00-OCEQ, 04MD-02-PROJ, 04MD-03-DISP, 21GN-00-INST 1 $10,000.00. $9,539.59 BSO Equipment Emergency Management 2017-02C Incident Command System (ICS) Software 04AP-04-RISK, 04AP-01-CADS, 04AP-05-CDSS, 04AP-03-GISS, 04SW-04-NETW, 21G N-00-TRNG, 21GN-00-CNST, 04HW-01-INHW 1 $2.0,000.00 $19,079.20 Coral Gables Equipment Emergency Management 2017-12A Specialized EM Vehicle 12VE-00-SPEC 1 $62,692.00 $59,805.63 FY 2017 Budget -Miami -Ft. Lauderdale UASI Exhibit #2 Fort Lauderdale Equipment Fire Rescue 2017-03C HazMat Monitors Software: 3 Multi Rae Lte Monitors, 2 AutoRae Controller, 3 Demand Flow Regulators, 1 Demand Flow Regulator -Specialty Gas 07CD-02-DLSP 1 $14,852.00 $14,168.21 Fort Lauderdale Equipment Law Enforcement 2017-03D Chemical Sensor for Bomb Squad 07CD-02-DLSP 1 $50,400.00 $48,079.56 Fort. Lauderdale Equipment Fire Rescue 2017-16B HazMat Tactical Communications & Wireless Devices (9 sets) 030E-01-CTAC and 04SN-01-XMIT 1 $63,884.00 $60,942.75 Hialeah Equipment All Disciplines 2017-16C Interoperable Communications P25 Upgrade - Phase II 06CP-01-PORT 40 $6,250.00 $238,489.87 Hialeah Equipment Law Enforcement 2017-10A Interoperable Communication Sustainment (FR & LE) 10BC-00-BATT 160 $125.00 $19,079.20 Hialeah Planning Law Enforcement 2017-10B Command Vehicle Interoperable Communications Equipment Sustainment 06CP-01-MOBL, 06CP-01-REPT, 21GN-00-INST 1 $120,000.00 $114,475.14 Hialeah Planning Emergency Management 2017-01D EM Planner Sustainment 1 $75,000.00 $71,546.96' Hollywood Equipment All Disciplines 2017-08A High Defintion Surveillance Cameras 14SW-01-VIDA, 21GN-00-INST 5 $5,800.00 $27,664.83 Hollywood Equipment Law Enforcement 2017-03E Portable License Plate Readers 04AP-02-AVLS 1 $45,669.00 $42,129.73 Hollywood Equipment Fire Rescue 2017-07A Access Card Readers 14SW-01-PACS, 21GN-00-INST 10 $3,000.00 $28,618.78 Key Biscayne Equipment Fire Rescue 2017-07B Access Control Security Installation 14SW-01-PACS, 21GN-00-INST 1 $5,000.00 $4,769.80 Key Biscayne Equipment Fire Rescue 2017-08B Security Camera System 14SW-01-VIDA, 21GN-00-INST 1 $11,171.00 $10,656.68 M&A Management and Administration All Disciplines 2017-18 M&A 1 $257,925.00 $246,050.00 FY 2017 Budget -Miami -Ft. Lauderdale UASI Exhibit #2 Miami Equipment All Disciplines 2017-10C Maintenance/Sustainment/Repair/ Replacement for HSGP Purchased Equipment. Police $184,982; Fire $98,620; EM $29,310 HazMat/US&R $8,310.00. 21GN-00-MAIN 1 $321,222.00 $306,432.77 Miami Equipment Emergency Management 2017-02E EOC Enhancements/Maintenance/Susta inment 21GN-00-OCEQ 14CI-00-COOP, 075E-03-ENVS, 06CC-05-PRTY, 06CC-02-DSAD 1 $78,982.00 $75,345.63 Miami Equipment All Disciplines 2017-17A 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 back up center. 14CI-01-COOP 1 $10,860.00 $10,360.00 Miami Equipment All Disciplines 2017-16D Satellite Phone Sustainment Citywide (12 months). This project will sustain the satellite phones that are installed throughout City Departments including police and fire stations which allow all first responders to communicate when primary communication services are down. 06CC-03-SATB 1 $24,681.00 $23,544.67 FY 2017 Budget -Miami -Ft. Lauderdale UASI Exhibit #2 Miami Planning All Disciplines 2017-01E P,T & E. This project will support multi -disciplinary projects for the City of Miami under the leadership of MEM. Project scope will involve a full scale exercise, revision of planning documents such as the CEMP/COOP/COG and trainings that benefit terrorism -related emergency management trainings. Trainings will include ICS, Hazmat 160 and any other specialized courses needed due to staff attrition. Police $5,486; Fire $66,102 EM $47,942 1 $119,530.00 $114,026.78 Miami Organization All Disciplines 2017-05A Operational OT for Special Events approved by FEMA; Fire $19,819 and EM $8,291 1 $28,110.00 $26,815.80 Miami Equipment Law Enforcement 2017-OSC Law Enforcement Surveillance (CCTV) (The Closed Circuit TV project will allow the Miami Police Department the opportunity to deploy CCTV equipment in the area of soft targets and enhance our ability to deter and investigate terrorist activity.) 145W-01- VIDA,04HW-01- INHW, 04MD-03- DISP, 216N-00- MAIN, 21GN-00- INST 1 $177,709.00 $169,527.19 Miami Planning Emergency Management 2017-01F Emergency Management Planner (12 months). This position will assist with the development/revision of citywide emergency management plans such as the CEMP, COG and COOP. 1 $49,364.00 $47,091.26 FY 2017 Budget -Miami -Ft. Lauderdale UASI Exhibit #2 Miami Planning Emergency Management 2017-01G Emergency Management Planner (12 months). This position will assist with general planning responsibilities related to the implementation of the UASI grant program. 1 $64,173.00 $61,218.44 Miami Planning Emergency Management 2017-01H Equipment Inventory Planner (12 months). This position will be responsible for resource management tracking and planning portion of the EHP process. 1 $44,427.00 $42,381.56 Miami Beach Equipment All Disciplines 2017-16E Public Safety Radio Network 06CP-01-PORT 15 $6,533.33 $93,488.02 Miami Gardens Equipment Law Enforcement 2017-08D Long Range Acoustic Device Project - LRAD 14SW-01-LRHW 4 $29,666.00 $113,200.65 Miami -Dade Equipment Law Enforcement 2017-08E Code Brown (Active Shooter) Alert System 14SW-01-ALRM, 21GN-00-INST 1 $66,087.00 $63,044.32 Miami -Dade Equipment Law Enforcement 2017-12B Unmanned Aerial Project for Forensic Response Team (FRT) O3 'E-37-j.—A5 1 $31,000.00 $29,572.74 Miami -Dade Equipment Law Enforcement 2017-08F Security Surveillance Camera System 14SW-01-VIDA, 21GN-00-INST 1 $76,679.00 , $73,148.66 Miami -Dade Training Law Enforcement 2017-02F Rapid Deployment Force Basic Certification Training 2 $20,570.00 ll $39,245.89 Miami -Dade Training Law Enforcement 2017-02G Rapid Deployment Force Recertification Training 2 $5,631.00 $10,743.49 Miami -Dade Equipment Law Enforcement 2017-15A CBRN Equipment for Special Response Team 01CL-02-ENSM 01AR-03-PAPA 01AR-07-FTST 24 $3,278.13 $75,052.76 Miami -Dade Equipment Fire Rescue 2017-16F Upgrade to Existing Network Switch/Gateway (CST) 06CP-02-BRDG 1 $143,161.00 $136,569.79 Miami -Dade Planning Fire Rescue 2017-011 National Homeland Security Conference attendance 2 $1,750.00 $3,338.86 FY 2017 Budget -Miami -Ft. Lauderdale UASI Exhibit #2 Miami -Dade Equipment Fire Rescue 2017-10D Lease of storage facility to store UASI assets to include the Command Support Truck, the Incident Command Truck, a Power & Lighting Support Trailer, 2 satellite trailers and various antennae. 21GN-00-LEAS 1 $143,161.00 , $136,569.79 Miami -Dade Planning Emergency Management 2017-01J Community Evacuation Time Assessment Study 1 $110,000.00 $104,935.54 Miami -Dade Exercise Emergency Management 2017-11A Recovery TTX 1 $35,000.00 $33,388.58 Miami -Dade Planning Emergency Management 2017-01L Whole Community Planning 1 $64,822.00 $61,837.56 Miramar Equipment Fire Rescue 2017-09A Cyber Security Systems 05HS-00-MALW 1 $42,430.00 $40,476.50 Miramar Equipment Fire Rescue 2017-02H EOC Enhancements - Laptops 04HW-01-INHW 20 $2,736,00 $52,200.66 Miramar Equipment Emergency Management 2017-021 ICS Software System (WebEOC) 04AP-05-CDSS, 04AP-01-CADS, 04AP-02-AVLS 1 $22,028.00 $21,013.82 Monroe Equipment All Disciplines 2017-16G P-25 Compliant Portable Radios 06CP-01-MOBL, 06CP-03-PRAC 18 $5,334.00 $91,591.56 Palm Beach County Equipment Emergency Management 2017-08G EOC Target Hardening - Perimeter Security & CCTV System 14SW-01-VIDA, 14SW-01-WALL, 21GN-00-INST 1 $132,204.00 $126,117.26 PBSO Equipment Law Enforcement 2017-08H Check Point Ballistic Podiums 01LE-01-SHLD 4 $20,126.00 $76,797.55 PBSO Equipment Law Enforcement 2017-03F Metal Detector & X-ray Kit for IED Investigation 02EX-01-XRAP and 02EX-00-PBIE 3 $3,900.00 $11,161.33 PBSO Planning Law Enforcement 2017-06A Business/Community Partners Against Terrorism (B-CPAT) 1 $40,000.00 $38,158.38 Pembroke Pines Equipment Law Enforcement 2017-05B Mobile Elevated Surveillance Tower 030E-07-ROVL 1 $79,598.00 $75,933.27 Pembroke Pines Equipment Fire Rescue 2017-16H P25 Compliant Portable Radios 06CP-01-PORT 6 $6,429.00 $36,798.03 FY 2017 Budget -Miami -Ft. Lauderdale UASI Exhibit #2 Regional Planning Emergency Management 2017-01M Regional Program Manager. This position assists the Miami and Ft. Lauderdale with regional planning needs (e.g. drafting of investment justifications, coordination of IJAWG meetings, development of annual budgets, etc.). Planning 1 $90,000.00 $85,856.35 Regional Planning Emergency Management 2017-01P Regional Planning, Training and Exercises Coordinator- this position includes the responsibilities of ensuring compliance with training courses as well as the coordination of necessary regional exercises. Planning 1 $76,000.00 $72,500.92 Regional Organization Law Enforcement 2017-04A Fusion Center Analysts Organization 4 $66,250.00 $252,799.26 Regional Planning Law Enforcement 2017-0413 Metadata Planner Planning 1 $35,000.00 $33,388.58 Regional Equipment Law Enforcement 2017-04C Fusion Center Operations to include computer hardware and peripherals, software maintenance, DHS sponsored Training, alert system and TLO program support and office supplies/equipment 21GN-00-OCEQ 04HW-01-INHW, 131T-00-INTL, 131T- 00-ALRT 1 $170,000.00 $162,173.11 Regional Equipment Emergency Management 2017-021 Incident command software system 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_ 04AP-05-CDSS, 04AP-03-GISS, 045W-04-NETW 1 $125,000.00 $119,244.94 Regional Equipment All Disciplines 2017-02I( Emergency Notification System 131T-00-ALRT 1 $50,000.00 $47,697.97 Regional Training All Disciplines 2017-01Q Regional Planning, Training & Exercise 216N-00-TRNG 1 $78,368.00 $74,759.90 FY 2017 Budget -Miami -Ft. Lauderdale UASI Exhibit #2 Regional Training All Disciplines 2017-02L Regional Citizen Corps/CERT Planning, Training Exercise and Equipment 19GN-00-BGPK, 21CR-00-MEDI, 06CP-01-PORT, 21GN-00-CCEQ 1 $65,413.00 $62,401.35 Regional Equipment All Disciplines 2017-161 Deployable Tactical Interoperable Communications 06CP-03-ICOM 1 $32,500.00 $31,003.68 Sunrise Equipment Law Enforcement 2017-13A Portable Tactical Training Simulator 04AP-08-SIMS 1 $12,877.00 $12,284.14 Sunrise Equipment Law Enforcement 2017-05C Mobile Elevated Surveillance Tower & LPR 030E-07-ROVL 1 $72,000.00 $68,685.08 Sunrise Equipment Fire Rescue 2017-07C Access Control Security Installation 145W-01-PACS, 21GN-00-INST 1 $36,000.00 $34,342.54 Miami -Dade Planning Emergency Management 2017-01R Whole Community Planning Workshop 1 $76,316.76 $76,316.76 Coral Springs Equipment 2017-02M EOC Improvements, Phase II, Smartboard 21GN-00OCEQ $7,000.00 Coral Springs Equipment 2017-05D SWAT Vehicle Enhancement (Hydraulic Ram System) 2OTE-00-NTRY $67,968,44 Coral Springs Equipment Law Enforcement 2017-05E Video Surveillance Equipment 030E-07-ROVE 12TR-00-TEQP $38,581 36 Hollywood Equipment 2017-03G Multisensor Meter for Chemical Detection 07CD-02 DLSP $13,700.00 FY 2017 Budget -Miami -Ft. Lauderdale UASI Exhibit #2 Hollywood Equipment 2017-15B QuickClot Bleeding Control Bag with C-A-T 030E-03-KTFA Total $3,000.00 $4,921,000.00 2017 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, Police and Emergency Management) Miramar Palm Beach County Emergency Management Palm Beach County Sheriff's Office Pembroke Pines Sunrise Regional — Projects shared across the entire region