HomeMy WebLinkAboutBack-Up DocumentsFY 2024 Budget -Miami -Ft. Lauderdale UASI
Jurisdiction
Regional Project
Procurement
Mission Area
Core CapabilityCete
gory
sub -Cate gory
gne
Designation
Discipline
p
Line Item #
Detailed Item Description
p
AEL #
EHG
Qt y
Unit Cost
Final Budget Allocation
ge
BEMA
Common
Planning
Planning
Personnel
Personnel
Emergency
Management
EM Specialist Planner
No
1
$106,874.00
$106,874.00
BEMA
Response -CBRNE
Logistics and Supply
Chain Management
Equipment
Equipment
Emergency
Management
Light Towers for Night Operations
030E-03-SIGN
No
1
$215,100.00
$215,100.00
BSO
Common
Planning
Planning
Training
Emergency
Management
BSO PTE - CEMP/COOP/COG
(112,860)-Travelfor National
Homeland Security
Conference/GHC (6k)
No
1
$81,974.00
$81,974.00
BSO
Common
Operational
Coordination
Planning
Personnel
Emergency
Management
N
Emergency Management
Technical Support Specialist
No
1
$130,000.00
$130,000.00
BSO
Common
Operational
Coordination
Equipment
Equipment
Emergency
Management
N
EOC Sustainment
04HW-01-INHW
21GN-00-OCEQ
04AP-05-CDSS
131T-00-ALRT
04AP-01-CADS
04MD-02-PROJ
06CC-01-CELL
21GN-00-CNST
21GN-00-MAIN
06CC-03-BATH
21GN-00-SHIP
21GN-00-INST
04MD-03-DISP
06CP-05-VCON
14SW-01-PACS
14C1-00-COOP
07SE-03-ENVS
nFrr_m_ncan
1
$25,000.00
$25,000.00
BSO
Common
Operational
Coordination
Equipment
Equipment
All Disciplines
N
WebEOC Development and
Sustainment
04SW-04-NETW,
04HW-01-INHW,
04AP-05-CDSS O4AP-
03-GISS
No
1
$15,000.00
$15,000.00
BSO
Prevention
Screening, Search
and Detection
Equipment
Equipment
Law
Enforcement
Y
Side Scan Sonor for Law
Enforcement at Port Everglades
03WA-01-SONR
Yes
1
$70,000.00
$70,000.00
Coral Gables
Common
Planning
Training
Exercise
Emergency
Management
N
Training and Exercise for Specialty
Teams and UASI Equipment
(Training $40,900/Exercise
$30,248)
$62,090.00
$62,090.00
Coral Gables
Mitigation
Long -Term
Vulnerability
Reduction
Equipment
Equipment
All Disciplines
N
Enhancement/Sustainment of
UASI Funded Equipment: Thermal
Imagers, Gas Ballistic Protection,
Monitors, Computers, Screens,
Tablets, Light TRT/Watercraft
equipment
21GN-00-MAIN
1
$90,943.00
$90,943.00
Coral Springs
Common
Planning
Equipment
Training
Law
Enforcement
Terrorism Based Training
Simulators for Law Enforcement
04AP-08-SIMS
No
1
$119,954.00
$119,954.00
Coral Springs
Protection
Cybersecurity
Equipment
Equipment
All Disciplines
Y
Two Factor Authentification Keys
05AU-00-TOKN
No
400
$200.00
$80,000.00
Coral Springs
Prevention
Screening, Search
and Detection
Equipment
Equipment
Fire Rescue
Y
5 Gas Detectors for Hazmat
07CD-01-DPMG
No
20
$4,600.00
$69,000.00
Coral Springs
Response-
Communications
Operational
Communications
Equipment
Equipment
ALL
Jurisdictional portion for the
Regional JIC
12VE-00-MISS
No
1
$21,964.00
$21,964.00
Fort
Lauderdale
Common
Operational
Coordination
Equipment
Equipment
Emergency
Management
Ft. Lauderdale EOC - Enhancement
to include: Site Scan for ArcGIS,
Ultraportable communications,
ThorGuard, Inc. Lightning
Predictor and EOC office supplies.
04AP-03-GISD, 06CC-
01-CELL' 21GN-00-
CNST, 21GN-00-
MAIN; 075E-03-ENVS;
21GN-00-INST, 11GN-
00-SHIP, 21GN-00-
OCEQ
Yes
1
$55,908.00
$55,908.00
Jurisdiction
Regional Project
Procurement
Mission Area
Core Capability
Category
Sub -Category
Designation
Discipline
Line l[emN
7751
Detailed Item Description
AELN
EHP
Qty
UnitCostFinal
Budget Allocation
Fort
Lauderdale
Protection
Cybersecurity
Equipment
Equipment
Law
Enforcement
Y
Cybersecurity Project -
Vulnerability Scanning Tool
05NP-00-SCAN; 21GN-
00-CNST
No
1
$78,570.00
$78,570.00
Fort
Lauderdale
Protection
Cybersecurity
Equipment
Equipment
Law
Enforcement
y
Cybersecurity Project-CyberFWA4'05NP-00-IDPS,'
Attack Response and Mitigation
05EN-00-ECRP; 05-00-
ETRN; 05HS-00-
MALW; 05NP-00-
05NP-00-SCAN; 05NP-
00-STEM; 2IGN-00-
INST; 2IGN-00-MAIN;
2IGN-00-SHIP
No
1
$168,000.00
$168,000.00
Fort
Lauderdale
Mitigation
Community
Resilience
Equipment
Training
Fire Rescue
FLL CERT Training and
Sustainment
2IGN-00-CCEQ
Yes
1
$10,800.00
$10,800.00
Hialeah
Protection
Physical Protective
Measures
Equipment
Equipment
Law
Enforcement
Y
Law Enforcement Surveillance
(CCTV) (The Closed Circuit TV
project will allow the Hialeah
Police Department the
opportunity to install CCTV
equipment in the area of soft
targets and enhance our ability to
deter and investigate terrorist
activity.)
14SW-01-VIDA
04HW-01-INHW
04MD-03-DISP 2IGN-
00-MAIN, 2IGN-00-
INST
Yes
1
$603,109.00
$603,109.00
Hialeah
Common
Planning
Planning
All Disciplines
PT&B Homeland Security
Conference
Yes
1
$15,089.00
$15,089.00
Hialeah
Prevention
Intelligence and
Information Sharing
Planning
Personnel
Personnel
Law
Enforcement
Y
LPR Analyst Sustainment
No
1
$83,000.00
$83,000.00
Hialeah
Common
Planning
Planning
Personnel
Personnel
Emergency
Management
Emergency Management Planner
No
1
$133,000.00
$133,000.00
Hialeah
Prevention
Screening, Search
and Detection
Equipment
Equipment
Law
Enforcement
Y
License Plate Reader System (LPR)
Fixed on poles(9 LPRs)
13LE-00-SURV
04AP-01-AVLS
030E-01-ALPR
Yes
1
$280,000.00
$280,000.00
Hollywood
Prevention
Screening, Search
and Detection
Equipment
Equipment
Law
Enforcement
Y
Automated License Plate Readers
030E-01-ALPR, 2IGN-
00-SHIP
yes
1
$178,231.00
$178,231.00
Hollywood
Protection
Physical Protective
Measures
Equipment
Equipment
Law
Enforcement
Y
CCTV System Project
14SW-01-VIDA
Yes
1
$116,414.00
$116,414.00
Key Biscayne
Response - CBRNE
Mass Search and
Rescue arc
Equipment
Equipment
Fire Rescue
Extraction and Force Entry
Equipment
03SR-02-TPEL
No
1
$39,000.00
$39,000.00
M&A
M&A
M&A
Management
and
Administration
All Disciplines
M&A
M&A
No
1
$495,883.00
$495,883.00
Miami
Mitigation
Long -Term
Vulnerability
Reduction
Equipment
Equipment
All Disciplines
Maintenance/Sustainment/
Repair/Replacement for HSGP
Purchased Equipment..
,i. 734; Police $9,000; Fire
$52,305
2IGN-00-MAIN
No
1
$124,039.00
$124,039.00
Miami
Response-
Communications
Operational
Communications
Equipment
Equipment
Fire/EM
Star Link Sustainment. Split even
with Fire/EM.
06CC-04-BADS
No
2
$60,000.00
$120,000.00
Miami
Common
Opera[ional
Coordination
Equipment
Equipment
Emergency
Management
EOC Enhancements/Maintenance/
Sustainment
2IGN-00-OCEQ 14C1-
00-COOP 075E-03-
ENVS 06CC-OS-
PRTY 06CC-02-
DSAD 2IGN-00-
INST, 04MD-03-DISP,
04HW-01-INHW
Yes
1
$125,000.00
$125,000.00
Miami
RecoveryInfrastructure
Systems
Equipment
E ui Equipment
q pp
All Disciplines
This project will continue services
fora Metro -Ethernet line that
rovides fast network connectivity
f Y
between the City's network and
the E911 backup center.
14C1-01-COOP
No
1
$27,000.00
$27,000.00
2
Jurisdiction
Regional Project
Procurement
Mission Area
Core Capability
Category
Sub -Category
Designation
Discipline
Line Item #
Detailed Item Description
AEL #
EHP
Qty
Unit Cost
Final Budget Allocation
Miami
Response-
Communications
Operational
Communications
Equipment
Equipment
All Disciplines
Satellite Phone Sustainment
Citywide (12 months). This project
will sustain the satellite phones
that are installed throughout City
Departments including police and
fire stations which allow all first
responders to communicate when
primary communication services
are down. Includes Key Biscayne
06CG03-5AT 8
No
1
$50,000.00
$50,000.00
Miami
Common
Planning
Planning
Training
All Disciplines
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, Special Events
440 classes and any other
specialized courses needed due to
staff attrition. Fire $100,000 EM
90,000, Police $57,019
No
1
$247,019.00
$247,019.00
Miami
Mitigation
Community
Resilience
Planning
Equipment
All Disciplines
CERT/Miami - Training and
equipment
No
1
$128,123.00
$128,123.00
Miami
Protection
Interdiction and
Disruption
Organization
Organization
Personnel
Fire Rescue
Y
Operational OT for Special Events
approved by FEMA; Fire $5,000
No
1
$5,000.00
$5,000.00
Miami
Protection
Physical Protective
Measures
Equipment
Equipment
Law
Enforcement
Y
Law Enforcement Surveillance
(CCTV) (The Closed Circuit TV
project will allow the Miami Police
Department the opportunity to
deploy CCTV equipment in the
area of soft targets and enhance
our ability to deter and investigate
terrorist activity.)
14SW-01-VIDA
04HW-01-INHW
04MD-03-DISP 21GN-
00-MAIN
Yes
1
$429,000.00
$429,000.00
Miami
Response - CBRNE
On -Scene Security
Protection, and Law
Enforcement
Equipment
Equipment
Law
Enforcement
V
SWAT Robot
030E-07-ROBT, 030E-
07-UPGD
1
$357,838.00
$357,838.00
Miami
Common
Planning
Planning
Personnel
Personnel
Emergency
Management
Emergency Management
Coordinator (12 months). This
position will assist with the
development/revision of citywide
emergency management plans
such as the CEMP, COG and COOP.
No
1
$130,000.00
$130,000.00
Miami
Common
Planning
Planning
Personnel
Personnel
Emergency
Management
Emergency Management Planner
(12 months). This position will
assist with general planning
responsibilities related to the
implementation of the UASI grant
program.
No
1
$110,000.00
$110,000.00
Miami
Common
Planning
Planning
Personnel
Personnel
Emergency
Management
Equipment Inventory Planner (12
months). This position will be
responsible for resource
management tracking and
planning portion of the EHP
process.
No
1
$70,000.00
$70,000.00
3
Jurisdiction
Regional Project
Procurement
Mission Area
Core Capability
Category
Sub -Category
Designation
Discipline
Line Item #
Ti
Detailed Item Description
AEL #
EHP
Qty
Unit Cost
Final Budget Allocation
Miami
Response - CBRNE
Mass Search and
Rescue Ops
Equipment
Equipment
Fire Rescue
Sonar System
14SW-02-SONR
1
$80,000.00
$80,000.00
Miami
Common
Operational
Coordination
Equipment
Equipment
Fire Rescue
Command/Control Software with
Tablet
06CC-01-CELL, 04AP-
05-CDSS, 06CC-05-
PRTY
1
$108,000.00
$108,000.00
Miami
Response -CBRNE
Mass Search and
Rescue Ops
Equipment
Equipment
Fire Rescue
Seismic/Acoustic Victim Location
System
03SR-03-LSTN
No
1
$21,125.00
$21,125.00
Miami Beach
Response - CBRNE
Critical
Transportation
Equipment
Equipment
Fire Rescue
Compact 4x4 Enclosed Transport
Vehicle
12VE-00-MISS
No
1
$90,000.00
$0.00
Miami Beach
Common
Operational
Coordination
Equipment
Equipment
Emergency
Management
Video Wall for EOC
04MD-03-DISP, 21GN-
00-INST
yes
1
$233,777.00
$233,777.00
Miami
Gardens
Prevention
On -Scene Security
Protection, and Law
Enforcement
Equipment
Equipment
Law
Enforcement
Y
Covert/Surveillance
Enhancements to include pole
cameras, storage trailer and
power cords
12TR-00-TEQP, IOPE-
00-PCDS, 14SW-01-
VIDA
I
$290,000.00
$290,000.00
Miami -Dade
Common
Operational
Coordination
Equipment
Equipment
Emergency
Management
WebEOC Sustainment
04MD-01-CDSS
No
1
$122,990.00
$122,990.00
Miami -Dade
Common
Planning
Training
Training
Consultant
Emergency
Management
Community Preparedness Training
Symposium
No
1
$40,000.00
$40,000.00
Miami -Dade
Common
Operational
Coordination
Equipment
Equipment
Emergency
Management
Miami -Dade EOC Enhancements
04MD-03-DISP, 21GN-
00-INST, 04HW-03-
NETD, 04HW-01-
INHW, 21-GN-00-
OCEQ, 21-GN-00-
CNST, 21GN-00-INST
No
1
$100,000.00
$100,000.00
Miami -Dade
Mitigation
Community
Resilience
Training
Equipment
Emergency
Management
Miami -Dade CERT Enhancements
to include CERT Planning, Training,
Exercises, Backpacks, Shirts, 2
generators and 2 response trailers.
19GN-00-BGPK, 12TR-
00-TEQP, 21GN-00-
CCEQ
No
1
$119,275.00
$119,275.00
Miami-Dade
Mitigation
Community
Resilience
Equipment
Equipment
Emergency
Management
Electronic Evacuation Center
Registration to include tablets,
stations, transport cases
and registration system software
creation
06CC-01-CELL, IOBC-
00-SOLR, I9MH-DD-
CONT, 04AP-03-GISS,
21GN-00-CNST
No
1
$149,845.00
$149,845.00
Miami -Dade
Response -CBRNE
Mass Care Services
Equipment
Planning
Consultant
EmergencyCenter/Reunification
Management
Family Assistance
Kits (Barcode
system, scanner, tugger and
printer, mobile toughbooks) and
PTE to include 2 TTX and 1 FSE
04HW-01-BARC,
0IHW-0I-MOBL
No
I
$175,100.00
$175,100.00
Miami -Dade
Common
Planning
Planning
Law
Enforcement
MOPD PTE: Homeland Security
Conference
1
$13,500.00
$13,500.00
Miami -Dade
Prevention
On -Scene Security
Protection, and Law
Enforcement
Equipment
Equipment
Law
Enforcement
Y
Bomb Response Truck
12VE-00-MISS
1
$337,500.00
$337,500.00
Miami -Dade
Response - CBRNE
On -Scene Security
Protection, and Law
Enforcement
Planning
Exercise
Law
Enforcement
SWAT Counter Terrorism Planning
($4,204) and Exercise ($20,000)
No
1
$24,204.00
$24,204.00
Miami -Dade
Common
Planning
Training
Law
Enforcement
SEFRDSTF Training and Travel
1
$16,000.00
$16,000.00
Miami-Dade
Response - CBRNE
Logistics and Supply
Chain Management
Equipment
Equipment
Law
Enforcement
MDPD IMT FORTS Trailer and
Sheller System
19SS-00-SHEL,I2VE-
00-TEQP No
1
$144,000.00
$144,000.00
Miami -Dade
Response - CBRNE
Logistics and Supply
Chain Management
Equipment
Equipment
Law
Enforcement
MDPD IMT Generators Project (1
ISOk and1115k)
IOGE-00-GENR Yes
1
$172,005.00
$172,005.00
Miami -Dade
Response - CBRNE
Critical
Transportation
Equipment
Equipment
Fire Rescue
Hazmat Collapse Truck
12VE-00-MISS
No
I
$120,532.00
$120,532.00
4
Jurisdiction
Regional Project
Procurement
Mission Area
Core Capability
Category
Sub -Category
Designation
Discipline
Line Item #
El
Detailed Item Description
AEL #
EHP
Qty
Unit Cost
Final Budget Allocation
Miami -Dade
Protection
Physical Protective
Measures
Equipment
Equipment
Fire Rescue
Y
MDFR Fire Station Security
Camera at Fire Stations including
polling locations
14SW-01-VIDA;
14SW-01-PACS;
21GN-00-INST,
04HW-01-INHW
Yes
1
$212,708.00
$212,708.00
Miami -Dade
Response-
Communications
Operational
Communications
Equipment
Equipment
Fire Rescue
MDFR Communication
Infrastructure Upgrades
04HW-03-NETD, 06CC-
04-EQSD, 06CC-04-
SADS, 06CP-03-TOWR
Yes
1
$125,000.00
$125,000.00
Miami -Dade
Common
Planning
Training
Training
Fire Rescue
ICS Position Specific Training and
gHIMT
1
$70,110.00
$70,110.00
Miami-Dade
Response - CBRNE
On -Scene Security
Protection, and Law
Enforcement
Equipment
Equipment
Fire Rescue
Ballistics Personal Protective
Equipment (66 sets)
OILE-01-HLMT,OILE-
01-ARMR
66
$2,710.00
$178,860.00
Miramar
Response-
Communications
Operational
Communications
Equipment
Equipment
Law
Enforcement
Backup Communications Multi -
Phased Project Citywide
06CP-01-HFRQ,
06CP-01-REPT, 06CP-
01-VOTR, 06CP-03-
BAMP, 06CP-02-
BRDG, 06CP-03-
TOWR, 06CP-03-
NRSC, 06CP-03-
MWAV, 21GN-00-
CNST, 21GN-00-INST
Yes
1
$260,918.00
$260,918.00
Miramar
Common
Operational
Coordination
Equipment
Equipment
Fire Rescue
WebEOC Fleet Eyes Software
04AP-OS-CO55, 04AP-
02-AVIS
No
1
$30,000.00
$30,000.00
Monroe
Response-
Communications
Operational
Communications
Equipment
Equipment
Fire Rescue
APX6000700/800 Mode11.5
Portable 10 units
06CP-01-MORE
No
10
$6,521.00
$65,210.00
Monroe
Response - CBRNE
On -Scene Security
Protection, and Law
Enforcement
Equipment
Equipment
Law
Enforcement
Night Vision Goggles for Key West
pp
030E-02-TILA
12
$10,822.00
$129,864.00
Monroe
Response - CBRNE
On -Scene Security
Protection, and Law
Enforcement
Equipment
Equipment
Law
Enforcement
Y
MCSO Ballistic Helmets and
Forceable Entry Tools for SWAT
20TE-00-#TRY, O1LE-
Ol-HLMT
$38,703.00
$38,703.00
Palm Beach
County
Response-CBRNE
Logistics and Supply
Chain Management
Equipment
Equipment
Emergency
Management
Y
Logistics/Deployable equipment
sustainment: 32 mobile radio
upgrades($70,240) and generator
($150,000)
06CP-01-MORE, lOGE-
00-GENR
No
1
$183,216.00
$183,216.00
Palm Beach
County
Common
Operational
Coordination
Equipment
Equipment
Emergency
Management
EOCSustainment to include 4
video projectors for the
Operations room
04MD-02-PROI
No
4
$35,000.00
$140,000.00
PBSO
Response - CBRNE
On -Scene Security
Protection, and Law
Enforcement
Equipment
Equipment
Law
Enforcement
PBSO Ballistic Helmets for Field
Force Team
OILS-0I-HLMT
No
25
$1,680.00
$42,000.00
PBSO
Prevention
Public Information
and Warning
Planning
Training
Law
Enforcement
y
Community Business Partners
Against Terrorism Program
No
6
$19,786.00
$118,716.00
PBSO
Prevention
On -Scene Security
Protection, and Law
Enforcement
Training
Training
Law
Enforcement
Y
PBSO Emergency Field Force (EFF)
Hoist Training Project
No
1
$40,500.00
$40,500.00
PBSO
Prevention
Screening, Search
and Detection
Equipment
Equipment
Law
Enforcement
Y
PBS° EOD Portable X-ray
Generator System
01EX-01-XRAP
1
$72,000.00
$72,000.00
PBS°
Prevention
Interdiction and
Disruption
Training
Training
Law
Enforcement
Y
PBS° Marine Unit Specialty
Training Project
1
$50,000.00
$50,000.00
Pembroke
Pines
Response - CBRNE
On -Scene Security
Protection, and Law
Enforcement
Equipment
Equipment
Law
Enforcement
Covert/Surveillance
Enhancements to include cameras
13LE-00-SURV
1
$46,400.00
$46,400.00
Pembroke
Pines
Response-CBRNE
Mass Search and
Rescue Ops
Equipment
Equipment
Fire Rescue
Battery Powered Tools to include
exhaust fan and extrication tools
03SR-02-TPEL,19GN-
00-FANE
1
$104,034.00
$104,034.00
Pembroke
Pines
Prevention
Screening, Search
and Detection
Equipment
Equipment
Law
Enforcement
Y
Underwater Robot/Sonar
030E-07-ROBT,145W-
02-SONR
Yes
1
$141,727.00
$141,727.00
5
Jurisdiction
Regional Project
Procurement
Mission Area
Core CapabilityCete
gory
Sub -Cate gory
Desi Lion
gne
Disci line
p
Line ltem0
Detailed Item Description
p
AELN
EHP
QtyUnit
Cost
Final BudgetAllocation
Sunrise
Prevention
Screening, Search
and Detection
Equipment
Equipment
Law
Enforcement
Y
10 License Plate Readers
030E-01-ALPR
No
1
$288,247.00
$288,247.00
Sunrise
Prevention
Screening, Search
and Detection
Equipment
Equipment
Fire Rescue
Handheld Chemical Detector
07CD-04-OCSO
1
$30,000.00
$30,000.00
Regional
Miami
Common
Planning
Planning
Personnel
Personnel
EmergencyLauderdale
Management
Regional Program Manager. This
position assists the Miami and Ft.
with regional planning
needs (e.g. drafting of investment
justifications, coordination of
UAWG meetings, development of
annual budgets, etc.).
Planning
No
1
$121,500.00
$121,500.00
Regional
Miami
Common
Planning
Planning
Personnel
Personnel
Emergencyposition
Management
Regional Planning, Training and
Exercises Coordinator- this
includes the
responsibilities of ensuring
compliance with training courses
as well as the coordination of
necessary regional exercises.
Planning
No
1
$115,500.00
$115,500.00
Regional
PESO Fusion
Prevention -Fusion
Intelligence and
Information Sharing
Organization
Personnel
Personnel
Law
Enforcement
Y
Fusion Center Analysts
Organization
No
5
$67,140.00
$335,700.00
Regional
PBSO Fusion
Protection
Cybersecurity
Organization
Equipment
Personnel
Law
Enforcement
Y
Regional Cybersecurity Analysts
Project includes$15,000 in
[raining
No
1
$270,000.00
$270,000.00
Regional
PESO Fusion
Prevention -Fusion
Intelligence and
Information Sharing
Planning
Personnel
Personnel
Law
Enforcement
Y
Metadata Planner
No
1
$0.00
$0.00
Regional
PBSO Fusion
Prevention -Fusion
Intelligence and
Information Sharing
Equipment
Training
Law
Enforcement
Y
Fusion Center Operations to
include computer hardware and
peripherals, software
maintenance, DHS sponsored
Training, alert system and TLO
program support and office
supplies/equipment
04HW-01-INHW
131T-00-INTL
131T-00-ALRT
No
1
$234,000.00
$234,000.00
Regional
Miami
Common
Operational
Coordination
Equipment
Training
Emergency
Management
Incident command software
system needed for regional info
sharing during emergency
operations as well as non -
emergency situations to provides
platform for day-to-day regional
info sharing and updates.
(WebE0C)
04AP-OS-COSS
04AP-03-GISS
04SW-04-NETW
No
1
$171,000.00
$171,000.00
Regional
Ft Lauderdale,
Miami -Dade,
Palm Beach
Mitigation
Community
Resilience
TrainingRegional
Equipment
All Disciplines
Citizen Corps/CERT
Planning, Training Exercise and
Equipment
19GN-00-BGPK
06CP-01-PORT
21GN-00-CCEQ
No
3
$90,000.00
$270,000.00
Regional
BSO
Prevention
Forensics and
Atribution
Equipment
Law
Enforcment
Y
Multi -County Digital Evidence
Review Platform Pilot Project -
(Phase III- Cloud based system
05HS-00-FRNS
1
$204,916.00
$204,916.00
Regional
FIU
Prevention
Screening, Search
and Detection
Equipment
Law
Enforcment
Y
Magnometers for FIU
15SC-00-PPSS
10
$15,815.70
$158,157.00
Regional
MDFR
Response - CBRNE
Public Health,
Healthcare and EMS
Equipment
Fire Rescure
Stop the Bleed Training Initiatives
030E-03-KTFA
1
$15,188.00
$15,188.00
Regional
BSO
Prevention
On -Scene Security
Protection, and Law
Enforcement
Equipment
Law
Enforcment
Total Containment Vessel
Upgrades
02EX-00-TCVW
1
$238,500.00
$238,500.00
Regional
Coral Springs
Response
Communi-cati
Operational
Communications
Equipment
All
RegionalllC
12VE-00-MISS
1
$349,955.00
$349,955.00
6
Jurisdiction
Regional Project
Procurement
Mission Area
Core Capability
Category
Sub -Category
Designation
Discipline
Line ltemk
Detailed Item Description
AEL #
EHP
Qty
Unit Cost
Final Budget Allocation
Total
$12,388,404.00
$12,388,404.00
$0.00
7
2024 UASI Sub -Recipients
Broward County Emergency Management (BEMA)
Broward Sheriff's Office (BSO)
Coral Gables
Coral Springs
Fort Lauderdale
Hialeah
Hollywood
Key Biscayne
Miami Beach
Miami Gardens
Miami -Dade (Fire and Emergency Management)
Miami -Dade Sheriff's Office
Miramar
Monroe County (Fire, Police and Emergency Management)
Palm Beach County Emergency Management
Palm Beach County Sheriff's Office (PBSO)
Pembroke Pines
Sunrise
Regional — Projects shared across the entire region that includes members listed
above as well as:
Florida International University (FIU)
MEMORANDUM OF AGREEMENT
URBAN AREA SECURITY INITIATIVE FY 2024
"Jurisdiction"
Agreement Number: R1193
FAIN Number: EMW-2024-SS-05135
CFDA #: 97.067
This Agreement is entered into this _ day of , 2025, by and between the City
of Miami, a municipal corporation of the State of Florida, (the "Sponsoring Agency") and
(the "Participating Agency").
RECITALS
WHEREAS, the U.S. Department of Homeland Security (USDHS) is providing financial assistance
to the Miami urban area in the amount $12,388,404.00 dollars through the Urban Area Security Initiative
(UASI) Grant Program 2024; and
WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI Grant Program
2024; and
WHEREAS, as the USDHS requires that the urban areas selected for funding take a regional
metropolitan area approach to the development and implementation of the UASI Grant Program 2024 and
involve core cities, core counties, contiguous jurisdictions, mutual aid partners, and State agencies; and
WHEREAS, the 2024 Urban Area has been defined Miami and Ft. Lauderdale collectively and
anticipates sub -granting a portion of the UASI funds in accordance with the grant requirements; and
WHEREAS, the City Commission, by Resolution No. adopted on
2025, has authorized the City Manager to enter into this Agreement with each participating agency on
behalf of the City of Miami; and
WHEREAS, the Sponsoring Agency wishes to work with the participating agencies through the
Urban Area Working Group process to enhance Miami and its surrounding jurisdictions ability to respond
to a terrorist threat or act.
NOW THEREFORE, in consideration of the foregoing, the parties hereto agree as follow:
1
I. PURPOSE
A. This Agreement delineates responsibilities of the Sponsoring Agency and the Participating Agencies
for activities under the UASI Grant Program 2024 which was made available by the U.S. Department
of Homeland Security and the State of Florida Division of Emergency Management (FDEM).
B. This Agreement serves as the Scope of Work between the Participating Agency and the Sponsoring
Agency.
II. SCOPE
A. The provisions of this Agreement apply to UASI Grant Program 2024 activities to be performed at the
request of the federal government, provided at the option of the Sponsoring Agency, and in conjunction
with, preparation for, or in anticipation of, a major disaster or emergency related to terrorism and or
weapons of mass destruction.
B. No provision in this Agreement limits the activities of the Urban Area Working Group or its Sponsoring
Agency in performing local and state functions.
III. DEFINITIONS
A. Critical Infrastructure: Any system or asset that if attacked would result in catastrophic loss of life and/or
catastrophic economic loss management of resources (including systems for classifying types of
resources); qualifications and certification; and the collection, tracking, and reporting of incident
information and incident resources.
B. Core County: The County within which the core city is geographically located. The core city is the City
of Miami.
C. UASI Grant Program 2024: The UASI Grant Program 2024 reflects the intent of Congress and the
Administration to enhance and quantify the preparedness of the nation to combat terrorism and
continues to address the unique equipment, training, planning, organization and exercise needs of large
high threat urban areas, and program activities must involve coordination by the identified core city,
core county/counties, and the respective State Administrative Agency. Funding for the UASI Grant
Program 2024 was appropriated by U.S. Congress and is authorized by Public Law 108-11, the
Emergency Wartime Supplemental Appropriations Act, 2003. The funding will aid in building an
enhanced and sustainable capacity to plan, prevent, protect, mitigate, respond to, and recover from
threats or acts of terrorism for the selected urban areas.
D. National Incident Management System (NIMS): This system will provide a consistent nationwide
approach for federal, state, and local governments to work effectively and efficiently together to prepare
for, respond to, and recover from domestic incidents, regardless of cause, size, or complexity. To
2
provide for interoperability and compatibility among Federal, State, and local capabilities, the NIMS will
include a core set of concepts, principles, terminology, and technologies covering the incident
command system; multi -agency coordination systems; unified command and training.
E. Urban Area Working Group (UAWG): The State Administrating Agency Point of Contact (SAA POC)
must work through the Mayor/CEOs from all other jurisdictions within the defined urban area to identify
POCs from these jurisdictions to serve on the Urban Area Working Group. The Urban Area Working
Group will be responsible for coordinating development and implementation of all program elements,
including the urban area assessment, strategy development, and any direct services that are delivered
by the grant.
F. Urban Area: An urban area is limited to inclusion of jurisdictions contiguous to the core city and
county/counties, or with which the core city or county/counties have established formal mutual aid
agreements.
IV. SPONSORING AGENCY SHALL BE RESPONSIBLE FOR:
A. Providing an administrative department, which shall be the City of Miami Fire -Rescue Department,
authorized to carry out the herein agreed upon responsibilities of the Sponsoring Agency.
B. Coordinating with named counties and cities, with the respective State Administrative Agency, and with
the FDEM and USDHS.
C. Conducting a comprehensive Urban Area Assessment, which will in turn guide the development of an
Urban Area Stakeholder Preparedness Review.
D. Ensuring the participation of the following critical players in the assessment and strategy development
process: law enforcement, emergency medical services, emergency management, the fire service,
hazardous materials, public works, governmental administrative, public safety communications,
healthcare and public health.
E. Developing a comprehensive Urban Area Stakeholder Preparedness Review and submit to the SAA
POC.
F. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1".
G. Ensuring satisfactory progress toward the goals or objectives stipulated in "Exhibit #1".
H. Following grant agreement requirements and/or special conditions as stipulated in "Exhibit #1 ".
3
I. Submitting required reports.
V. THE PARTICIPATING AGENCIES SHALL BE RESPONSIBLE FOR:
A. Providing an administrative department, which shall be the main liaison and partner with the City of
Miami Fire -Rescue Department, authorized to carry out the herein agreed upon responsibilities of the
Sponsoring Agency.
B. Participating Agencies and any sub -grantees must abide by the grant requirements including budget
authorizations, required accounting and reporting expenditures, proper use of funds, and tracking of
assets as stipulated in "Exhibit #1".
C. Submitting quarterly reports to the City of Miami detailing the progress of projects to include direct
purchases of equipment or services as stipulated in "Exhibit #1".
D. Complying with all UASI Grant Program 2024 requirements as stipulated in "Exhibit #1".
E. Participating as a member of the Urban Area Working Group to include coordinating with and assisting
the City of Miami in conducting a comprehensive Urban Area Assessment, which in turn will guide
development of an Urban Area Stakeholder Preparedness Review.
F. Ensuring the participation of the following critical players in the assessment and Stakeholder
Preparedness Review development process: law enforcement, emergency medical services,
emergency management, the fire service, hazardous materials, public works, governmental
administrative, public safety communications, healthcare and public health.
G. Assisting the sponsoring agency in development of a comprehensive Urban Area assessment and
Stakeholder Preparedness Review.
H. Complying with the requirements or statutory objectives of federal law as stipulated in "Exhibit #1".
I. Ensuring satisfactory progress toward the goals or objectives as stipulated in "Exhibit #1".
J. Submitting required reports as prescribed by the Sponsoring Agency as stipulated in "Exhibit #1".
K. Maintaining an equipment inventory of UASI purchased items.
L. Ensure that equipment obtained from the UASI Grant Program 2024, as identified in "Exhibit #2", is
readily available for use by personnel trained to use such equipment for actual emergencies, special
4
events or exercises. Also, ensure that such equipment is readily available for onsite monitoring by
DHS, FDEM, and the Sponsoring Agency. If the Participating Agency is incapable of staffing the
equipment, such equipment shall be made available to another Participating Agency for use during any
actual emergencies, special events or exercises. Failure to ensure equipment availability may result in
loss of funding and/or equipment to the Participating Agency.
M. All equipment obtained from the UASI Grant Program 2024, as identified in "Exhibit 2", is the sole
responsibility of the receiving agency. This includes, where applicable, maintenance, replacement,
training on equipment, and insuring of equipment and personnel, and compliance with intra-agency
auditing requirements.
VI. THE SPONSORING AGENCY AND THE PARTICIPATING AGENCY AGREE:
A. That funding acquired and identified for the Urban Area Security Initiative will be administered solely
by the Sponsoring Agency.
B. The Participating Agencies will provide financial and performance reports to the sponsoring agency in
a timely fashion. The Sponsoring Agency will prepare consolidated reports for submission to the State
of Florida as stipulated in "Exhibit 1".
C. The Sponsoring Agency is not responsible for personnel salaries, benefits, workers compensation or
time related issues of the Participating Agency personnel.
D. The Sponsoring Agency and Participating Agency are subdivisions as defined in Section 768.28,
Florida Statutes, and each party agrees to be fully responsible for the respective acts and omissions of
its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver
of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein
shall be construed as consent by a municipality, state agency or subdivision of the State of Florida to
be sued by third parties in any manner arising out of this Agreement or any other contract.
E. This is a reimbursement grant that requires the Participating Agencies to purchase, receive, and pay
invoices in full for equipment, services, and allowable personnel costs PRIOR to submitting the same
for reimbursement to the Sponsoring Agency.
VII. FINANCIAL AGREEMENTS
A. Financial and Compliance Audit Report: Recipients that expend $750,000 or more of Federal funds
during their fiscal year are required to submit an organization -wide financial and compliance audit
report. The audit must be performed in accordance with the U.S. General Accounting Office
Government Auditing Standards and 2 CFR 200.
5
B. The Secretary of Homeland Security and the Comptroller General of the United States shall have
access to any books, documents, and records of recipients of UASI Grant Program 2024 assistance
for audit and examination purposes, provided that, in the opinion of the Secretary of Homeland Security
or the Comptroller General, these documents are related to the receipt or use of such assistance. The
grantee will also give the sponsoring agency or the Comptroller General, through any authorized
representative, access to and the right to examine all records, books, papers or documents related to
the grant.
C. Financial Status Reports are due within 14 days after the end of each calendar quarter. A report must
be submitted for every quarter that the award is active, including partial calendar quarters, as well as
for periods where no grant activity occurs as stipulated in "Exhibit 1".
D. Submit progress reports to describe progress to date in implementing the grant and its impact on
homeland security in the state.
E. All financial commitments herein are made subject to the availability of funds and the continued mutual
agreements of the parties as identified in "Exhibit 2".
VIII. CONDITIONS, AMENDMENTS, AND TERMINATION
A. The Participating Agency will not illegally discriminate against any employee or applicant for
employment on the grounds of race, color, religion, sex, age, or national origin in fulfilling any and all
obligations under this Agreement.
B. Any provision of this Agreement later found to be in conflict with Federal law or regulation, or invalidated
by a court of competent jurisdiction, shall be considered inoperable and/or superseded by that law or
regulation. Any provision found inoperable is severable from this Agreement, and the remainder of the
Agreement shall remain in full force and effect.
C. This Agreement may be terminated by either party on thirty (30) days written notice to the other party
at the address furnished by the parties to one another to receive notices under this agreement or if no
address is specified, to the address of the parties' signatory executing this contract.
D. This Agreement shall be considered the full and complete agreement between the undersigned parties
and shall supersede any prior Memorandum of Agreement among the parties, written or oral, except
for any executory obligations that have not been fulfilled.
6
E. This Agreement will end on February 28, 2026, unless otherwise extended, by a written amendment
duly approved and executed prior to February 28, 2026, unless otherwise extended, at which time the
parties may agree to renew the association. Renewal will be based on evaluation of the Sponsoring
Agency's ability to conform to procedures, training and equipment standards as prescribed by the grant.
IX. MISCELLANEOUS OVERALL
Counterparts; Electronic Signatures. This Agreement may be executed in any number of counterparts,
each of which shall be deemed an original, and such counterparts shall together constitute but one and
the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this
Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on
the party whose name is contained therein. Any party providing an electronic signature agrees to
promptly execute and deliver to the other parties an original signed Agreement upon request.
SPONSORING AGENCY
THE CITY OF MIAMI, a municipal
Corporation of the State of Florida
ATTEST:
BY: BY:
Todd B. Hannon
City Clerk
Arthur Noriega
City Manager
APPROVED AS TO FORM AND APPROVED AS TO INSURANCE
CORRECTNESS: REQUIREMENTS:
BY: BY:
George Wysong Ann -Marie Sharpe, Director
City Attorney Department of Risk Management
7
ATTEST:
Name:
Title:
PARTICIPATING AGENCY
"(sub -recipient)"
BY:
NAME:
TITLE:
FID #:
DUNS:
APPROVED AS TO FORM AND
CORRECTNESS:
Participating Agency Attorney
8