HomeMy WebLinkAboutExhibitOPERATION STONEGARDEN
SUBAWARD AGREEMENT
MIAMI-DADE COUNTY AND THE CITY OF MIAMI
Contract Number: R0562
FAIN: EMW-2021-SS-00056-S01
WHEREAS, Miami -Dade County (County), by and through its Miami -Dade Police
Department (MDPD), and the City of Miami (City), by and through its Miami Police Department
(MPD), have a long history of partnering on a joint effort to secure the United States borders along
routes of ingress from international borders to include travel corridors in states bordering Mexico
and Canada, as well as states and territories with international waters; and
WHEREAS, this collaborative effort is called Operation Stonegarden (OPSG); and
WHEREAS, OPSG is a federal grant program administered by the Federal Emergency
Management Agency (FEMA), a component of the U.S. Department of Homeland Security (DHS),
as part of the State Homeland Security Grant Program; and
WHEREAS, On September 1, 2022, the Florida Division of Emergency Management, as
the pass -through entity, sub -granted OPSG grant funds to the County, via the MDPD, in the
amount of $360,000.00, to continue OPSG efforts in the County; and
WHEREAS, pursuant to Resolution No. R-682-21, adopted on July 20, 2021, the County,
by and through the MDPD, accepted awarded OPSG Program grant funds via Federal Award
Identification Number (FAIN) EMW-2021-SS-00056-S01; and
WHEREAS, this Agreement is entered into by the County, through its police department,
the MDPD, and the City of Miami, through its police department, the MPD, to share funding for
the continuation of the OPSG Program, and
NOW, THEREFORE, BE IT KNOWN that the County and the City, in consideration for
mutual promises and covenants contained herein, agree to abide by fully and faithfully, and be
bound by the following terms and conditions:
Page 1 of 8
PURPOSE
The goal of the OPSG Program is to provide funding for the enhanced cooperation
and coordination among state, local, tribal, territorial, and federal law enforcement
agencies to jointly enhance security along the United States land and water
borders.
Ii. SCOPE
This Agreement delineates the responsibilities and scope of work expected for
participation in FY22 OPSG Program, FAIN EMW-2021-SS-00056-S01. Funds
have been provided to the County by the State of Florida, Division of Emergency
Management Division (FDEM). The Division serves as the pass -through entity for
a federal award, and the County is the sub -recipient.
III. RESPONSIBILITIES OF THE COUNTY
The County, by and through the MDPD, agrees to:
A. Monitor the implementation of this agreement in accordance with grant
guidelines and requirements, that include, but are not limited to, operational
and administrative performance, fiscal management, reporting, and other
related grant requirements stipulated in Attachment A.
B. Implement appropriate action as may be necessary to maintain grant
compliance.
C. Provide each partner agency with reporting deadlines and other information
required to participate in OPSG.
D. Comply with the requirements and statutory objectives as stipulated in
Attachment A.
E. Ensure satisfactory progress towards the goals and objectives stipulated in
Attachment A.
Page 2 of 8
F. Follow grant agreement requirements and/or special conditions as stipulated
in Attachment A.
G. Review submitted reimbursement requests and Deliverable Reports in
accordance with the following Attachments: Division of Emergency
Management Financial History and Performance Tracking (Form 1A);
Quarterly Status Report (Form 1 B): Reimbursement Request (Form 2); Detail
of Claim (Form 3); Reimbursement Budget Breakdown (Form 4); and
Procurement Method Report (Form 5) to the MDPD's Fiscal Administration
Bureau.
H. Authorize the subaward of grant funds to the MPD in an amount not to exceed
$68,756.06, pursuant to the terms of FY2022 OSPG Contract Number R0562
awarded to the MDPD on September 1, 2022, from FEMA, a component of
DHS.
I. Prepare and consolidate reports for submission to the State of Florida as
stipulated in Attachment A.
J. Make payments within 30 calendar days after receipt of the City's
reimbursement request, unless there is reason to believe that the request is
improper. If the request is found to be improper, it will be returned to the City
for revision. Upon submission of a revised reimbursement request, a new 30-
day calendar period will begin.
IV. RESPONSIBILITIES OF THE CITY
The City, by and through the MPD, agrees to:
A. Provide an administrative liaison to coordinate financial and programmatic
compliance.
Page 3 of 8
B. Abide by all grant requirements including but not limited to budget
authorizations, required accounting and reporting expenditures, proper use of
funds, and tracking of assets as stipulated in Attachment A.
C. Participate as a member of the OPSG Program, to include coordinating with
and assisting the MDPD in conducting all police operations.
D. Comply with the requirements and operational objectives of the OPSG
Program as stipulated in Attachment A.
E. Ensure satisfactory progress toward the goals or objectives as stipulated in
Attachment A.
F. Submit monthly reimbursement requests by the 10th day of the following
month, using the Reimbursement Request (Form 2, 3, 4 and 5) if an expense
has occurred.
G. Provide quarterly financial and performance reports to the MDPD detailing
project progress, to include the direct purchase of equipment or services as
provided and stipulated in Attachment A, Financial History and Performance
Tracking (Form 1A); and Quarterly Status Report (Form 1 B) by the 10th day of
the following quarter.
H. Maintain an inventory of equipment purchased using OSPG awarded funds.
I. Ensure that all equipment obtained using OPSG funds awarded under
Contract Number R0562, as identified in Attachment A, is readily available for
use by trained personnel only; and ensure that all equipment purchased using
OPSG funds awarded under Contract Number R0562 is readily available for
onsite monitoring by the DHS, FDEM, and the County.
J. Assume full responsibility of equipment purchased using OPSG funds
awarded under Contract Number R0562, as identified in Attachment A. Such
responsibilities include but are not limited to equipment maintenance and
Page 4 of 8
replacement, training of personnel, insuring equipment and personnel, and
complying with intra-agency auditing requirements.
V. THE COUNTY AND CITY AGREE:
A. The funding acquired and identified for the OPSG Program will be
administered solely by the County via the MDPD.
B. The MPD will provide financial and performance reports to the MDPD in a
timely fashion. The MDPD will prepare consolidated reports for submission to
the State of Florida as stipulated in Attachment A.
C. The County is not responsible for personnel salaries, benefits, workers
compensation or time related issues of the MPD personnel.
D. All records received or created shall be made available at all reasonable times
for inspection, review, copying, or audit by MDPD, FDEM, DHS or other
persons as required by Florida law.
E. All financial commitments herein are made subject to the availability of funds
and the continued mutual agreements of the parties as identified in Attachment
A.
F. The OPSG is a reimbursement grant. As such, the City shall pay all allowable
expenditures in full prior to submitting requests for reimbursement to the
MDPD.
VI. AUDITS
A. The County and the City shall comply with the audit requirements outlined in
2 C.F.R. 200, subpart F.
B. Should the City or County expend more than $750,000.00 in Federal funds
during a fiscal year, an organization -wide financial and compliance audit report
shall be submitted. The audit must be performed in accordance with U.S.
General Accounting Office Government Auditing Standards and 2 C.F.R. 200.
Page 5 of 8
VII. INDEMNIFICATION
Each party to this Agreement agrees to assume responsibility for the acts,
omissions, or conduct of such party's own employees while participating herein
and pursuant to this Agreement, subject to the provisions of Section 768.28,
Florida Statutes, where applicable. "Assume Responsibility" shall mean incurring
all costs associated with any suit, action, or claim for damages arising from the
performance of this Agreement.
VIII. NON -ASSIGNABILITY
Neither party shall assign any of the obligations or benefits of this Agreement.
IX. TERM
This Agreement shall become effective on the date of execution by all
parties, and unless terminated or cancelled on an earlier date, will continue
through March 31, 2024, the date on which all reporting requirements as
detailed herein are due to the MDPD. This deadline may be extended if
authorized via a grant extension and executed in compliance with Section
X. below.
X. NOTICES
All notices to include invoices required or permitted under this Agreement shall
be in writing and delivered by personal service, mailing the same by United
States mail, or via electronic mail, addressed as follows:
If to the County:
With a copy to:
Stephanie V. Daniels, Interim Director
Miami -Dade Police Department
9105 NW 25 Street
Doral, Florida 33172
Sergeant Samir Amado
Fiscal Administration Bureau
Miami -Dade Police Department
9105 NW 25 Street
Doral, Florida 33172
Page 6 of 9
If to the City:
With a copy to:
XI. AMENDMENTS
Manuel A. Morales, Chief
Miami Police Department
400 NW 2nd Avenue
Miami, Florida 33128
Name:
Address:
This Agreement may be amended as may be necessary, including to remain
consistent with OPSG requirements, amendments, or extensions. Such
amendments shall be made in writing and shall be effective only when signed by
all parties.
XII. CANCELLATION
This Agreement may be cancelled by either party upon providing 90 days written
notice to the other party. Cancellation will be at the discretion of the parties;
in the case of Miami -Dade County, the Police Director and County Mayor or the
Mayor's designee are authorized to cancel this Agreement.
SIGNATURES ON NEXT PAGE
Page 7 of 8
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their
respective and duly authorized officers on the day and year written below.
AGREED TO AND ACKNOWLEDGED BY:
FOR MIAMI-DADE COUNTY:
Daniella Levine Cava, Mayor Date
n.tai,u1_,
Stephanie V. Daniels, Interim Director
Miami -Dade Police Department
ATTEST: Juan Fernandez-Barquin,
Clerk of the Court and Comptroller
By:
Print Name:
Date:
�3 `7
...k__
Date
Page 8 of 9
CITY OF MIAMI, a Florida Municipal Corporation:
By: Date:
Arthur Noriega V, City Manager
By: Date.
Manuel A. Morales, Chief
Miami Police Department
Attest:
By: Date:
Todd B. Hannon, City Clerk
Approved as to Form and Correctness:
By: Date:
Victoria Mendez, City Attorney
Approved as to Insurance Requirements:
By: Date:
Ann -Marie Sharpe, Director of
Risk Management
Page 9 of 9