Loading...
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