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