HomeMy WebLinkAboutExhibit 1MEMORANDUM OF AGREEMENT
FOR PARTICIPATING- MIAMI UASI GRANT 2008 AGENCY
"North Broward Hospital District D.B.A. Broward Health"
This Agreement is entered into this day of , 2011, by
and between the City of Miami, a municipal corporation of the State of Florida, (the
"Sponsoring Agency") and the North Broward Hospital District Doing Business as
(D.B.A.) Broward Health, (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 $11,271,885 dollars through
the Urban Area Security Initiative (UASI) Grant Program 2008, of which a portion,
$25,495 dollars, will be allocated to the Participating Agency, North Broward Hospital
District D.B.A. Broward Health; and
WHEREAS, the Sponsoring Agency is the coordinating agent for the Miami UASI
Grant Programs 2008; 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 Programs 2008, and involve core cities, core counties, contiguous
jurisdictions, mutual aid partners, and State agencies; and
WHEREAS, the 2008 Urban Areas have been defined as the City of Miami,
Broward, Miami -Dade, Monroe, and Palm Beach Counties, the Cities of Hialeah, Miami
Beach, and Coral Gables, and the Village of Key Biscayne 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 , has authorized the City Manager to enter into this
Agreement with each participating agency on behalf of the City of Miami; and
Page 1 of 11
WHEREAS, the Sponsoring Agency wishes to work with the participating
agencies through the Urban Area Working Group process to enhance Miami and its
surrounding jurisdictions ability to respond to a terrorist threat or act.
NOW THEREFORE, in consideration of the foregoing, the parties hereto agree
as follow:
I. PURPOSE
A. This Agreement delineates responsibilities of the Sponsoring Agency and the
Participating Agencies for activities under the UASI Grant Programs 2008 which
were 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.
IL Terms
A. This agreement solely is for Regional Training, approved by the Urban Area Working
Group (UAWG).
B. Regional Training must be made available to first responders and emergency
management in the four UASI Counties: Broward, Miami -Dade, Monroe, and Palm
Beach Counties.
C. The Participating Agency, North Broward Hospital District D.B.A. Broward Health,.
can only deliver courses that have been approved by the state or federal
government and have been deemed allowable and approved by the UAWG.
D. The Participating Agency, North Broward Hospital District D.B.A. Broward Health,
will be funded for regional training only upon approval by the UAWG.
Page 2 of
E. The Participating Agency, North Broward Hospital District D.B.A. Broward Health,
will receive written communication with a regional training budget and classes that
have been approved.
F. The Participating Agency, North Broward Hospital District D.B.A. Broward Health,
can only procure and schedule approved courses after approval by the UAWG.
G. The Participating Agency, North Broward Hospital District D.B.A. Broward Health,
can only procure courses that have been approved by the Department of Homeland
Security or the State of Florida.
H. The Participating Agency, North Broward Hospital District D.B.A. Broward Health,
must only request training they can procure on their own and must then procure any
approved training on their own accord.
1. The Participating Agency, North Broward Hospital District D.B.A. Broward Health,
cannot exceed the UAWG approved budget for each approved course.
J. The Participating Agency, North Broward Hospital District D.B.A. Broward Health,
cannot deliver the same course more than once with UASI funding unless otherwise
approved by the UAWG or UASI administrators.
K. The Participating Agency, North Broward Hospital District D.B.A. Broward Health,
must follow their jurisdiction's and governing body's procurement procedures.
L. The Sponsoring Agency, The City of Miami, is not responsible for costs associated
with cancellation of a course.
M. The Sponsoring Agency, The City of Miami, is not responsible for failure on the part
of the Participating Agency, North Broward Hospital District D.B.A. Broward Health,
to follow their jurisdiction's procurement and purchasing procedures.
Page 3 of 11
N. The Sponsoring Agency, The City of Miami, is responsible for reimbursing approved
costs associated with UAWG-approved regional training provided that the
Participating Agency, North Broward Hospital District D.B.A. Broward Health has
complied with all UASI procedures..
O. The Sponsoring Agency, The City of Miami, is not responsible for reimbursing
unapproved costs.
III. SCOPE
A. The provisions of this Agreement apply to UASI Grant Programs 2008 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.
IV. DEFINITIONS
A. Critical Infrastructure. Any system or asset that if attackedwould 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 Programs 2008. The UASI Grant Programs 2008 reflect the intent of
Congress and the Administration to enhance and quantify the preparedness of the
nation to combat terrorism.
Page 4 of Ui.
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; training; identification and
E. Urban Area Working Group (UAWG). The State Administrating Agency Point of
Contact (SAA POC) must work through the Mayor/CEOs from all other jurisdictions
within the defined urban area to identify POCs from these jurisdictions to serve on
the Urban Area Working Group. The Urban Area Working Group will be
responsible for coordinating development and implementation of all program
elements, including the urban area assessment, strategy development, and any
direct services that are delivered by the grant.
F. UASI Grant Programs 2008. These grants are being provided 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 Programs 2008 were 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.
G. Urban Area. An urban area is limited to inclusion of jurisdictions contiguous to the
- core' city and county/counties,
with
which
the county/counties have
�,v� a citya� iu �.vu� nyi�,vui ivaa, or v✓iu i iiJi t,i i core city or ioiii icy/�.vui iota have
established formal mutual aid agreements.
Page 5of. C
V. 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.
Complying with the requirements or statutory objectives of federal law.
C. Ensuring satisfactory progress toward the goals or objectives set forth in the grant
application.
D. Following grant agreement requirements and/or special conditions.
E. Submitting required reports.
VI. THE PARTICIPATING AGENCIES SHALL BE RESPONSIBLE FOR:
A. Complying with all items outlined in the "Terms" section of this agreement.
B. 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.
C. 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.
D. Complying with,all UASI Grant Programs 2008 requirements.
E. Complying with 'the requirements or statutory objectives of federal law.
F. Ensuring satisfactory progress toward the goals or objectives set forth in the grant
application.
Page 6 of ('1
G. Submitting required reports as prescribed by the Sponsoring Agency.
L. Maintaining an equipment inventory of UASI purchased items.
VII. THE SPONSORING AGENCY AND THE PARTICIPATING AGENCY AGREE:
A. That funding acquired and identified for the Urban Area Security Initiative will be
administered solely by the Sponsoring Agency.
B. The Participating Agencies will provide financial and performance reports to the
sponsoring agency in a timely fashion. The Sponsoring Agency will prepare
consolidated reports for submission to the State of Florida.
C. The Sponsoring Agency is not responsible for personnel salaries, benefits, workers
compensation or time related issues of the Participating Agency personnel.
D. Sponsoring Agency and Participating Agency are subdivisions as defined in Section
768.28, Florida Statutes, and each party agrees to be fully responsible for the
respective acts and omissions of its agents or employees to the extent permitted by
law. Nothing herein is intended to serve as a waiver of sovereign immunity by any
party to which sovereign immunity may be applicable. Nothing herein shall be
construed as consent by a 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.
Page 7ofi1
VIII. FINANCIAL AGREErAEWTS
A. Financial and Compliance Audit Report: Recipients that expend $300,000 or more of
Federal funds during their fiscal year are required to submit an organization -wide
financial and compliance audit report. The audit must be performed in accordance
with the U.S. General Accounting Office Government Auditing Standards and OMB
Circular A-133.
B. The Secretary of Homeland Security and the Comptroller General of the United
States shall have access to any books, documents, and records of recipients of
UASI Grant Programs 2008 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 45 days after the end of each calendar
quarter. A report must be submitted for every quarter that the award is active,
including partial calendar quarters, as well as for periods where no grant activity
occurs.
D. Submit progress reports to describe progress to date in implementing the grant and
its impact on homeland security in the state.
E. All financial commitments herein are made subject to the availability of funds and the
continued mutual agreements of the parties.
Page 8ofU.
IX. 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.
D. This Agreement shall be considered the full and complete agreement between the
undersigned parties, and shall supersede any prior Memorandum of Agreement
among the parties, written or oral, except for any executory obligations that have
not been fulfilled.
E. This Agreement will end on February 29, 2012, for the 2008 UASI Grant 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.
Page 9 of (..i.
SPONSORING AGENCY
THE CITY OF MIAMI, a municipal
ATTEST: Corporation of the State of Florida
BY: BY:
Priscilla A. Thompson Johnny Martinez
City Clerk City Manager
APPROVED AS TO FORM AND APPROVED AS TO INSURANCE
CORRECTNESS: REQUIREMENTS:
BY: BY:
Julie O. Bru
City Attorney
Calvin Ellis, Director
Department of Risk Management
Page 10 of 11
PARTICIPATING AGENCY
"North Broward Hospital District D.B.A. Broward Health"
ATTEST:
Name:
Title:
BY:
NAME:
TITLE:
APPROVED AS TO FORM AND
CORRECTNESS:
Participating Agency Attorney
Page 11 of 11