Loading...
PSA with Hotwire Communicationsm, LTD.Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F 5-4E 10-9B40-C5D5270A2820 Contract No.23-628-01 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND HOTWIRE COMMUNICATIONS,LTD FOR INTERNET CONNECTIVITY SERVICES PURSUANT TO RFP.-2023-628-LB Thy4/9/spipel ]4 gices Agreement ("Agreement)is entered into this With an effective date of January 31,2024 ("Effective Date"),between the CITY OF MIAMI BEACH,FLORIDA,a municipal corporation organized and existing under the laws of the State of Florida,having its principal offices at 1700 Convention Center Drive, Miami Beach,Florida,33139 (the "City"or 'Customer"),and HOTWIRE COMMUNICATIONS, LTD,a Pennsylvania Limited Partnership,whose address is 2100 West Cypress Creek Road, Fort Lauderdale,Florida 33039 ("Contractor"). SECTION 1 DEFINITIONS Agreement Attachments: Change Order: City: City Commission: This Agreement between the City and Contractor,including any exhibits and amendments thereto. Means any supplemental material or documentation to this Agreement which are expressly incorporated by reference and made a part of this Agreement as if set forth in full.Attachment A (Resolution &Commission Award Memo),Attachment B (Addendum and RFP Solicitation),and Attachment C (Sunbiz &Proposal Response to RFP}are hereby incorporated by reference and attached·hereto as a part of this Agreement. "Change Order"or "Amendment"means a written document ordering a change in the Contract Price or Contract Time or a change in the Work, including a Service Order.Any Change Order (or Amendment)must be duly executed by the City Manager,and any Change Order (or Amendment)in excess of $100,000 shall be subject to the prior approval of the City Commission. Means the City of Miami Beach,Florida,a Florida municipal corporation. In all respects hereunder,City's performance is pursuant to the City's capacity as Owner.In the event the City exercises its regulatory authority as a governmental body,the exercise of such regulatory authority and the enforcement of any rules,regulations,codes,laws,and ordinances shall be deemed to have occurred pursuant to City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Agreement. Means the legislative body of the City. 1 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CB684B9-C6F 5-4E10-9B40-C5D5270A2820 City Manager: City Manager's Designee : Effective Date: Contractor: Services: Fee: Contract No.23-628-01 T he chie f adm inistr ative offi ce r of the City.The City Manager shall be construed to include any duly authorized representatives of the City designated in writing with respect to any specific matter(s)concerning the A greem ent {exclusive of th o se autho rizations reserved to the City Co m m ission or reg ulato ry or adm inistra tive bo dies ha vi ng jurisd iction over any m atter{s)related to the P roject and /or the A g ree m ent The City staff m em ber w ho is designated by the City M a nager to ad m inister this A gre e m e nt o n beha lf of the City .T he C ity M a na ger's de signee shall be the Inform a tio n Techno logy,C hief Info rm atio n Offi cer. S ha ll be Ja nuary 3 1,2024 (a s such date is indica ted on page 1 of the A gree m e nt).No Work or Se rv ices w ill co m m e nce prio r to th e Effective D ate of the Agree m e nt or thereafter until a Notice to P roceed has been issued by the City. For the purposes of this Agreement,Co ntractor shall be deemed to be an independent contractor,and not an agent or employee of the City. A ll intern e t connectivity se rv ice s,w ork ,and action s by the Co ntractor pe rformed or undertaken pursuant to the Agreement. Amount paid to the Co ntractor as compensation for Services. P rop o sa l D o cum e nts:Pro po sa l Docum e nts shall m ean City of M iami Beach Request for Pro p os a ls N o.20 23-6 2 8 -L B for Wi de A rea N e tw ork and Intern et Co nnectivity Se rvi ce s,to g ether w ith all am e nd m ents thereto ,iss ue d by th e City in co ntem p la tion of this A gree m ent (th e "RFP"),a nd the Co ntra cto r's propos al in respo nse th ereto {"P ro posal");pro vided , ho w e ver,tha t in the eve nt of an expre ss confli ct be tw ee n the Proposal D o cu m ents and th is A gree m e nt,the fo llow ing ord e r of preced e nt sha ll preva il:this A gree m e nt;the RFP,and the P ro posal. S hall m e an ea ch re spective Pa rty 's {C ity and C ontra cto r)duly authorized represe nta tive designa ted to manage the Agreement. P roje ct M a na ge r: R isk M a n age r: S ites: S yste m : T he R isk M a na ge r of the City ,w ith offices at 1700 Convention Center D rive ,T hird F loo r,M ia m i Beach,Fl o rida 3313 9;tele p hone nu m be r {30 5) 6 73 -7 00 0,Ex t.267 24 ;and fax num be r (3 0 5)673-7 52 9 . P rope rt ie s ow ne d and/o r opera ted by the C ity th a t are id entified in this A gree m e nt as rece iving th e Se rv ices. S ha ll m e an any co nduit,cab le s and any othe r related equipm e nt or infr astru ct ure installed by C o ntra ctor at th e S ites ne cessary to provide co m m ercia l co m m unica tio ns and vi deo serv ice s to the C ity and the S ites. 2 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F5-4E10-9B40-C5D5270A2820 Equipment: Contract No.23-628-01 Shall mean all fiber optic wiring,telecommunications equipment,Wireless Node (as defined before),communication facilities and materials necessary to provide the Services to the Sites. Wireless Network Node (Wireless Node):Shall encompass ODAS,small cell,CRAN,antenna facilities,or any successor technology provided and installed by Contractor which are used to improve wireless capacity,coverage or quality of interconnectivity Services at Sites. SECTION 2 SCOPE OF SERVICES 2.1 Contractor agrees to provide Internet Connectivity Services {Group 1)specifically described in Appendix A of the RFP and Exhibits "A"and "B"as set forth herein and including any other attachments or appendices hereto which by this reference are incorporated into and made part of this Agreement.Contractor and City shall perform their respective obligations in accordance with this Agreement. 2.2 Contractor represents and warrants to the City that:()it possesses all qualifications licenses authorizations and expertise required under the Proposal Documents for the performance of the Services including but not limited to full qualification to do business in Florida;(ii)It is not delinquent in the payment of any sums due to the City including payment of permit fees business tax receipts occupational licenses accounts or invoices etcetera nor in the performance of any obligations or payment of any monies to the city;(Iii)all personnel assigned to perform the Services are and shall be at all times during the Term hereof fully qualified and trained to perform the task assigned to each:(iv)the person executing this Agreement on behalf of Contractor has been duly authorized to execute the same and fully bind contractor as a party to this Agreement. 2.3 Contractor understands and agrees that any and all liabilities regarding the use of any of Contractor's employees or any subcontractors for Services related to this Agreement shall be borne solely by Contractor throughout the Term of this Agreement and that this provision shall survive the termination of this Agreement. 2.4 The City may add additional Sites to this Agreement in accordance with Contract Approval Procedure 03.02 or as amended.Any additional Site shall be added at the same pricing as outlined in the Cost Proposal (Exhibit "B")unless otherwise approved by the City Manager in writing. 2.5 The City hereby grants to Contractor the right,privilege and authority to access, construct,reconstruct,relocate,replace,operate,repair,maintain and at its discretion remove any Equipment,as necessary,including during and after standard business hours,and the right and license necessary to install the System at the approved Sites.Unless in the case of an emergency,Contractor shall provide the City with prior notice,at least forty-eight (48)hours in advance,when Contractor needs to access a Site after standard business hours.The City grants Contractor the right to enter the Sites to (a)determine the viability of the Site for the installation and maintenance of the System;(b)install,maintain,repair or replace the Equipment on the Site and (c)connect the System to Contractor's system. 3 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F 5-4E10-9B40-C5D5270A2820 Co ntract No.23-628-01 2.6 Th e C ity agrees that it shall provide electrical pow er for each Wi reless Node ,such power requirem ent being maxim um of 200 w atts or tha t of a light bulb to power such device at no co st or fee. 2.7 T he parti es acknow ledge and agree th at Contra ctor has installed a S ystem on th e S ites . S ubject to applicable law or regulation,it is understood th at C ontra ctor owns the entire Sys tem and all infr astru cture that it installs.Wi th in ninety (90)days fr om the expira tion or earlier term ination of this A greem ent ("R em oval Period"),Co ntra ctor shall be perm itted to re m ove from all th e S ites Contractor's telecom m unications equipm ent and W ireless Node (excluding fiber or underground w iring).A dditionally,wi th in said Rem oval Period,Co ntra ctor will also rem ove any other E quipm ent (oth er th an any underground conduit or vaults)that the City requests and shall restore the S ites im pacted by such rem oval to the original condition prior to the Effective Date, ordinary w ear and tear excepted.C ontr act or shall bea r all costs and expenses to repair any dam age to the S ite ca use d by Contractor.A ny Equipm ent rem aining after the Remo val Period shall be considered abandoned and ,at the option of the City ,shall becom e property of the City or m ay be disposed by the C ity at Contractor's expense. SECTION 3 TERM T he term of this A greem ent ("T erm ")shall com m ence retr oactively as of January 31,2024 (th e Effective Date set fo rth on p.1 hereof),and shall have an initi al term of three (3)years w ith one (1)tw o-year renew al option,to be exercised at the C ity M anager's sole option and discretion, by providing Contractor wi th w ritten notice of sam e no less than thirty (30)days prior to the expiration of the initial term . SECTION 4 FEES 4.1 The am ounts paya ble by the C ity to th e Co ntra ctor shall be based on the price sched ule outlined in the C ost Propo sal subm itted by the Contract or and atta ched hereto as Exhibit "B ." 4.2 C ity m ay w ithhold in w hole or in part paym ent to such ext ent as may be necessary to pro tect itse lf fr om loss on acco unt of (a)defect ive w ork not rem edied and (b)fa ilure of Contractor to provide any and all docum e nts required by this A greem ent. 4.3 C ontractor agrees and understands that (i)any and all subcontractors providing Se rv ice s related to th is A greem ent shall be paid through Co ntractor and not paid directly by the C ity and (ii)any and all liabilities regarding paym e nt to or use of subco ntra ctors fo r any of th e S erv ices related to this A greem ent shall be born e solely by Contra ctor. 4.4 INVOICING U pon receipt of an acc eptable and approved invoice,City shall pay Co ntractor (a)w ithin fo rty- five (45 )days afte r invoice date:all N on-R ecurring Charges ("NR C s"),including installation or repair or prem ises visit fee s;all adva nce M onthly Recurri ng C harges ("M R C s"),including charges fo r unaut horiz ed or fra udulent use originating on the C ity 's side of the netw ork;and,all 4 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F 5-4E10-940-C5D5270A2820 Contract No.23-628-01 fees,taxes,surcharge,including,but not limited to,the EVSF and LNP surcharges for voice service and the Video Content Surcharge for video,and other charges that apply to the City, Services,or the products provided under this Agreement;(b}interest calculated at one percent (1%)per month (or the highest rate allowed by law)on amounts not paid within thirty (30)days from the due date. Invoices shall include a detailed description of the Services (or portions thereof}provided,and shall be prepared in accordance with Exhibit "B"and submitted to the City at the following address: Accounts Payable:Payables@miamibeachfl.gov SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Contractor shall fail to fulfill in a timely manner,or otherwise violates,any of the covenants,agreements,or stipulations material to this Agreement,the City,through its City Manager,shall thereupon have the right to terminate this Agreement for cause.Prior to exercising its option to terminate for cause,the City shall notify the Contractor of its violation of the particular term(s}of this Agreement.and shall grant Contractor ten (10}days to cure such default.If such default remains uncured after ten (10)days,the City may avail itself to any of the remedies set forth in Section 12 of this Agreement.including,without limitation,tennination of this Agreement without further notice to Contractor.Upon termination,the City shall be fully discharged from any and all liabilities,obligations,duties,and terms arising out of,or by virtue of,this Agreement. Notwithstanding the above,the Contractor shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Contractor.The City,at its sole option and discretion,shall be entitled to bring any and all legal/equitable actions that it deems to be In Its best interest in order to enforce the City's rights and remedies against Contractor.Subject to Section 13.6,the City shall be entitled to recover all costs of such actions,including reasonable attorneys'fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO,THROUGH ITS CITY MANAGER,AND FOR ITS CONVENIENCE AND WITHOUT CAUSE,TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION;WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE. ADDITIONALLY,IN THE EVENT OF A PUBLIC HEALTH,WELFARE OR SAFETY CONCERN,AS DETERMINED BY THE CITY OR A STATE OR FEDERAL GOVERNING AUTHORITY,THE CITY MANAGER PURSUANT TO A VERBAL OR WRITTEN NOTIFICATION TO CONTRACTOR,MAY IMMEDIATELY SUSPEND THE SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN,OR IN THE ALTERNATIVE,TERMINATE THIS AGREEMENT ON A GIVEN DATE.IF THE 5 Docusign Envelope ID:F5F57330-83C8-4 689-8F96-BD332AF08557 Docu sign Envelope ID:CDB684 B9-C6F 5-4E10-9B40-C5D5270A2820 Contract No.23-628-01 A G RE E M E NT IS TE RM INATE D FO R C O N VEN IENC E BY THE CIT Y,CO NTRA CTO R SH A LL BE PA ID FO R A NY S E RV IC ES SA TISFA CTO RILY PER FO RM ED UP TO THE DATE O F TE R M INA TIO N ;FO LLO W ING W H IC H TH E C ITY SHAL L BE DISC HA R G ED FR O M A N Y A ND A LL LI A B ILI TI E S,O B LI G ATIO NS,D U TIES,A ND TERM S A R ISIN G O U T O F,O R BY VI R TU E O F,T H IS A G R EEM ENT . 5.3 TER M IN A TIO N FO R IN S O LV E N CY The City also reserves the right to terminate the Agreement in the event the Contractor is placed either in voluntary or involuntary bankr-uptcy or makes an assignment for the benefit of creditors.In such event,the right and obligations for the parties shall be the same as provided for in Section 5.2. S EC TIO N 6 IN D E M NIFIC ATIO N A ND IN SURA NC E R EQ UIR EM ENTS 6.1 IN DE M N IFIC ATIO N Contractor agrees to indemnify,defend and hold harmless the City and its officers,employees, agents,and contractors,from and against any and all actions (whether at law or in equity), claims,liabilities,losses,and expenses,including,but not limited to,attorneys'fees and costs, for personal,economic or bodily injury,wrongful death,loss of or damage to property,which may arise or be alleged to have arisen from the negligent acts,errors,omissions or other wrongful conduct of the Contractor,its officers,employees,agents,contractors,or any other person or entity acting under Contractor's control or supervision,in connection with,related to, or as a result of the Contractor's performance of the Services pursuant to this Agreement.To that extent,the Contractor shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses,and shall pay all costs and attorneys'fees expended by the City in the defense of such claims and losses, including appeals.The Contractor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Contractor shall in no way limit the Contractor's responsibility to indemnify,keep and save harmless and defend the City or its officers,employees,agents and instrumentalities as herein provided. The parties agree that one percent (1%)of the total compensation to Contractor for performance of the Services under this Agreement is the specific consideration from the City to the Contractor for the Contractor's indemnity agreement.The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INS U R A NC E R E Q UIRE M ENTS The Contractor shall maintain the below required insurance in effect prior to awarding the Agreement and for the duration of the Agreement.The maintenance of proper insurance coverage is a material element of the Agreement and failure to maintain or renew coverage may be treated as a material breach of the Agreement,which could result in withholding of payments or termination of the Agreement. A.Workers'Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less 6 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F 5-4E10-94 0-C5 5270A2820 Contract No.23-628-01 than $1,000,000 per accident for bodily injury or disease.Should the Contractor be exempt from this Statute,the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract.The exempt Contractor shall also submit (i)a written statement detailing the number of employees and that they are not required to carry Workers'Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii)a copy of a Certificate of Exemption. B.Comprehensive General Liability Insurance on an occurrence basis,including products and completed operations,property damage,bodily injury and personal &advertising injury with limits no less than $1,000,000 per occurrence.If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C.Automobile Liability Insurance covering any automobile,if Contractor has no owned automobiles,then coverage for hired and non-owned automobiles,with limit no less than $2,000,000 combined per accident for bodily injury and property damage. D.Professional Liability (Errors &Omissions)Insurance with limits no less than $1,000,000 per occurrence or claim,and $2,000,000 policy aggregate. E.Intentionally omitted. F.Umbrella Liability Insurance in an amount no less than $10,000,000 in the aggregate.The umbrella coverage must be as broad as the primary General Liability coverage. G.Intentionally omitted. D.Cyber Liability with limits no less than $1,000,000 per occurrence.and $2,000,000 general aggregate covering claims involving privacy violations,information theft, damage to or destruction of electronic information,intentional and/or unintentional release of private information,alteration of electronic information,extortion and network security. 6.3 Additional Insured --City must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers'Compensation) arising out of work or operations performed on behalf of the Contractor including materials, parts,or equipment furnished in connection with such work or operations and automobiles owned,leased,hired or borrowed in the form of an endorsement to the Contractor's insurance. 6.4 Notice of Cancellation -Each insurance policy required above shall provide that coverage shall not be cancelled,except with notice to the Contractor who will immediately notify the City c/o EXIGIS Insurance Compliance Services. 6.5 Waiver of Subrogation -Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required.However,this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 6.6 Acceptability of Insurers -Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher.If not rated,exceptions may be made for members of the Florida 7 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B89-C6F5-4E10-9B40-C5D5270A2820 Contract No.23-628-01 Insurance Funds (i.e.FWCIGA,FAJUA).Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 6.7 Verification of Coverage-Contractor shall furnish the City with original certificates and amendatory endorsements,or copies of the applicable insurance language,effecting coverage required by this contract.All certificates and endorsements are to be received and approved by the City before work commences.However,failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them.The City reserves the right to review complete,certified copies of all required insurance policies, including endorsements,required by these specifications,at any time. CERTIFICATE HOLDER ON ALL COi MUST REA D: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O.Box947 Murrieta,CA 92564 Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing agent,EXIGIS,at: Certificates-miamibeach@riskworks.com SECTION 7 LITIGATION JURISDICTIONNENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the State of Florida.This Agreement shall be enforceable in Miami-Dade County,Florida,and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County,Florida.By entering into this Agreement,Contractor and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. SECTION 8 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City,subject to Section 13.6 below,can place a limit on the City's liability for any cause of action,for money damages due to an alleged breach by the City of this Agreement,so that its liability for any such breach never exceeds the total amount due by the City to Contractor under the Agreement for the Term minus any amounts already paid to Contractor by the City (the "Contract Sum"),in any case not to exceed $100,000.00.Contractor hereby expresses its willingness to enter into this Agreement with Contractor's recovery from the City for any damage action for breach of contract to be limited to the lesser of the Contract Sum or $100,000.00. Notwithstanding the foregoing and any other term or condition of this Agreement, subject to Section 13.6,Contractor hereby agrees that the City shall not be liable to the Contractor for damages in an amount in excess of the Contract Sum or $100,000.00, 8 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB6849-C6F 5-4E10-9B40-C5D5270A2820 Contract No.23-628-01 whichever is less.for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability,as set forth In Section 768.28,Florida Statutes. SECTION9 DUT QF CARE[COMPLIANCE ITH APPLICABLE LAS/PATENT RIGHTS;coPyRIGHT; AND CONFIDENTIAL FINDINGS 9.1 DUTY OF CARE With respect to the performance of the Services contemplated herein,Contractor shall exercise that degree of skill,care,efficiency and diligence normally exercised by reasonable persons and/or recognized professionals with respect to the performance of comparable work and/or services. 9.2 COMPLIANCE WITH APPLICABLE LAWS In its performance of the Services,Contractor shall comply with all applicable laws,ordinances, and regulations of the City,Miami-Dade County,the State of Florida,and the federal government.as applicable. 9.3 PATENT RIGrs;coPyRIGHT;CONFIDENTIAL FINDINGS Any work product arising out of this Agreement prepared by the City,as well as all information specifications,processes,data and findings,are Intended to be the property of the City and shall not otherwise be made public and/or disseminated by Contractor,without the prior written consent of the City Manager,excepting any information,records etc.which are required to be disclosed pursuant to Court Order and/or Florida Public Records Law. All reports,documents,articles,devices,and/or work produced in whole or in part under this Agreement by the City are intended to be the sole and exclusive property of the City,and shall not be subject to any application for copyright or patent by or on behalf of the Contractor or its employees or sub-contractors,without the prior written consent of the City Manager. SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS For a period of up to three (3)years following the date of final payment by the City to the Contractor,upon reasonable verbal or written notice to Contractor,and at any time during normal business hours (i.e.9AM -5PM,Monday through Fridays,excluding nationally recognized holidays),and as often as the City Manager may,in his/her reasonable discretion and judgment,deem necessary,there shall be made available to the City Manager,and/or Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F5-4E10-9840-C5D05270A2820 C ontract N o.23-628-01 such representatives as the City Manager may deem to act on the City's behalf,to audit, examine,and/or inspect,any and all other documents and/or records which are pertinent to this Agreement.Contractor shall maintain any and all such records at its place of business at the address set forth in the "Notices·section of this Agreement. 10.2 INSPECTOR GENERAL AUDIT RIGHTS (A)Pursuant to Section 2-256 of the Code of the City of Miami Beach,the City has established the Office of the Inspector General which may,on a random basis,perform reviews,audits,inspections and investigations on all City contracts,throughout the duration of said contracts.This random audit is separate and distinct from any other audit performed by or on behalf of the City. (B)The Office of the Inspector General is authorized to investigate City affairs and empowered to review past,present and proposed City programs,accounts,records, contracts and transactions.In addition,the Inspector General has the power to subpoena witnesses,administer oaths,require the production of witnesses and monitor City projects and programs.Monitoring of an existing City project or program may include a report concerning whether the project is on time,within budget and in conformance with the contract documents and applicable law.The Inspector General shall have the power to audit,investigate,monitor,oversee,inspect and review operations,activities,performance and procurement process including but not limited to project design,bid specifications,(bid/proposal)submittals,activities of the Contractor, its officers,agents and employees,lobbyists,City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption.Pursuant to Section 2-378 of the City Code,the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. (C)Upon ten (10)days written notice to the Contractor,the Contractor shall make all requested records and documents available to the Inspector General for inspection and copying.The Inspector General is empowered to retain the services of independent private sector auditors to audit,investigate,monitor,oversee,inspect and review operations activities,performance and procurement process including but not limited to project design,bid specifications,(bid/proposal)submittals,activities of the Contractor its officers,agents and employees,lobbyists,City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. (D)The Inspector General shall have the right to inspect and copy all documents and records in the Contractor's possession,custody or control which in the Inspector General's sole judgment,pertain to performance of the Agreement,including,but not limited to original estimate files,change order estimate files,worksheets,proposals and agreements from and with successful subcontractors and suppliers,all project-related correspondence,memoranda,instructions,financial documents,construction documents,(bid/proposal)and contract documents,back-change documents,all 10 Docusign Envelope ID:FSF57330-83C8-4 689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F5-4E10-940-C5D05270A2820 Contract No.23-628-01 documents and records which involve cash,trade or volume discounts,insurance proceeds,rebates,or dividends received,payroll and personnel records and supporting documentation for the aforesaid documents and records. (E)The Contractor shall make available at its office at all reasonable times the records, materials,and other evidence regarding the acquisition {bid preparation)and performance of this Agreement,for examination,audit,or reproduction,until three (3) years after final payment under this Agreement or for any longer period required by statute or by other clauses of this Agreement.In addition: i.If this Agreement is completely or partially terminated,the Contractor shall make available records relating to the work terminated until three (3)years after any resulting final termination settlement;and ii.The Contractor shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this Agreement until such appeals,litigation,or claims are finally resolved. {F)The provisions in this section shall apply to the Contractor,its officers,agents, employees,subcontractors and suppliers.The Contractor shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Contractor in connection with the performance of this Agreement {G)Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities.The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Contractor or third parties. 10.3 ASSIGNMENT,TRANSFER OR SUBCONSULTING Contractor shall not subcontract,assign,or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager,which consent will not be unreasonably withheld and/or delayed.Neither this Agreement,nor any term or provision hereof,or right hereunder,shall be assignable unless as approved pursuant to this section,and any attempt to make such assignment (unless approved)shall be void. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services,the Contractor shall file a State of Florida Form PUR 7068,Sworn Statement under Section 287.133(3)a)Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 NO DISCRIMINATION In connection with the performance of the Services,the Contractor shall not exclude from participation in,deny the benefits of,or subject to discrimination anyone on the grounds of race,color,national origin,sex,age,disability,religion,income or family status. 11 Docusign Envelope ID:F5F57330-83C8-4 689-8F96-BD332AF08557 Docusign Envelope ID:CDB68489-C6F5-4E10-9B40-C5D5270A2820 Contract No.23-628-01 Additionally,Contractor shall comply fully with the City of Miami Beach Human Rights Ordirance,codified in Chapter 62 of the City Code,as may be amended from time to time, prohibiting discrimination in employment (Including Independent contractors),housing,public accommodations,public services,and in connection with its membership or policies because of actual or perceived race,color,national origin,religion,sex,intersexuality,gender identity, sexual orientation,marital and familial status,age,disability,ancestry,height,weight,hair texture and/or hairstyle,domestic partner status,labor organization membership,familial situation,or political affiliation. 10.6 CONFLICT OF INTEREST Contractor herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of Interest Ordinances and Ethics provisions,as set forth in the Miami-Dade County Code,as may be amended from time to time;and by the City of Miami Beach Charter and Code,as may be amended from time to time;both of which are incorporated by reference as if fully set forth herein. Contractor hereby certifies to the City that no individual member of Contractor,no employee, and no subcontractor under this Agreement or any immediate family member of any of the same is also a member of any board,commission,or agency of the City.No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 10.7 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A)Contractor shall comply with Florida Public Records law under Chapter 119,Florida Statutes,as may be amended from time to time. (B)The term "public records"shall have the meaning set forth in Section 119.011(12),which means all documents,papers,letters,maps,books,tapes,photographs,films,sound recordings,data processing software,or other material,regardless of the physical form, characteristics,or means of transmission,made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. (C)Pursuant to Section 119.0701 of the Florida Statutes,if the Contractor meets the definition of "Contractor"as defined in Section 119.0701(1)a),the Contractor shall: (1)Keep and maintain public records required by the City to perform the Services; (2)Upon request from the City's custodian of public records,provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119,Florida Statutes or as otherwise provided by law; (3)Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed,except as authorized by law,for the duration of the Term and following completion of the Agreement if the Contractor does not transfer the records to the City; (4)Upon completion of the Agreement,transfer,at no cost to the City,all public records in possession of the Contractor or keep and maintain public records required by the City to perform the Services.If the Contractor transfers all public records to the City upon completion of the Agreement,the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt 12 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB6849-C6F5-4E10-940-C5D5270A2820 Contract No.23-628-01 from public records disclosure requirements.If the Contractor keeps and maintains public records upon completion of the Agreement,the Contractor shall meet all applicable requirements for retaining public records.All records stored electronically must be provided to the City,upon request from the City's custodian of public records,in a format that is compatible with the information technology systems of the City. (D)REQUEST FOR RECORDS;NONCOMPLIANCE. (1)A request to inspect or copy public records relating to this Agreement must be made directly to the City.If the City does not possess the requested records,the City shall immediately notify the Contractor of the request,·and the Contractor must provide the records to the City or allow the records to be inspected or copied within a reasonable time. (2)Contractor's failure to comply with the City's request for records shall constitute a breach of this Agreement,and the City,at its sole discretion,may:(1)unilaterally terminate the Agreement;(2)avail itself of the remedies set forth under the Agreement;and/or (3)avail itself of any available remedies at law or in equity. (3)A Contractor who fails to provide the public records to the City within a reasonable time may be subject to penalties under s.119.10. (E)CIVIL ACTION. (1)It a civil action is filed against a Contractor to compel production of public records relating to this Agreement,the court shall assess and award against the Contractor the reasonable costs of enforcement,including reasonable attorneys' fees,if: a.The court determines that the Contractor unlawfully refused to comply with the public records request within a reasonable time;and b.At least 8 business days before filing the action,the plaintiff provided written notice of the public records request,including a statement that the Contractor has not complied with the request,to the City and to the Contractor. (2)A notice complies with subparagraph (1)(b)if It is sent to the City's custodian of public records and to the Contractor at the Contractor's address listed in this Agreement or to the Contractor's registered agent.Such notices must be sent by common carrier delivery service or by registered,Global Express Guaranteed,or certified mail,with postage or shipping paid by the sender and with evidence of delivery,which may be in an electronic format. (3)A Contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. (F)IF T H E CONTRA CT O R HA S QUE S TIO N S R E GA RD ING TH E A P P LI C ATIO N O F C H A P T E R 119,FLO R ID A S TATU TE S,TO TH E C O N T RA CTO R 'S D U TY TO PR O V IDE P UBLI C REC O RD S R E LA TIN G TO TH IS A GR E E ME NT,C O N TAC T TH E C USTO DIA N O F P U B LI C R E C O RD S AT: 13 D ocusign Envelope ID :F5F 57330-83C 8-4 689-8F96-BD 332AF08557 Docusign Envelope ID:CDB684B9-C6F5-4E10-9B40-C5D5270A2820 Contract N o.23-628-01 CITY OF MIAMI BEACH ATTENTION:RAFAEL E.GRANADO,CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH,FLORIDA 33139 E-MAIL:RAFAELGRANADO@MIAMIBEACHFL.GOV PHONE:305-673-7411 10.8 FO RCE MAJEURE (A)A "Force Majeure"event is an event that (i)in fact causes a delay in the performance of the Contractor or the City's obligations under the Agreement,and (ii)is beyond the reasonable control of such party unable to perform the obligation,and (iii)is not due to an intentional act,error,omission,or negligence of such party,and (iv)could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event.Subject to the foregoing criteria,Force Majeure may include events such as war,civil insurrection,riot,fires,epidemics,pandemics,terrorism, sabotage,explosions,embargo restrictions,quarantine restrictions,transportation accidents,strikes,storms,floods,hurricanes or tornadoes,earthquakes,or other acts of God which prevent performance.Force Majeure shall not include failure to secure any of the required permits pursuant to the Agreement. (B)If the City or Contractor's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure,such party shall immediately, upon learning of the occurrence of the event or of the commencement of any such delay, but in any case within fifteen (15)business days thereof,provide notice:(i)of the occurrence of event of Force Majeure,(ii)of the nature of the event and the cause thereof,(iii)of the anticipated impact on the Agreement,and (iv)of the anticipated period of the delay, (C)No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable,in whole or in part,by Force Majeure to carry out such obligations.The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required.The party shall use Its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected by the Force Majeure event,and to correct or cure the event or condition excusing performance and otherwise to remedy Its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. (D)Obligations pursuant to the Agreement that arose before the occurrence of a Force Maje ure event,causing the suspension of performance,shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible.The obligation to pay money In a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. 14 Oocusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F5-4E10-9B40-C5D5270A2820 Contract No.23-628-01 10.9 E-VERIFY (A)Contractor shall comply with Section 448.095,Florida Statutes,"Employment Eligibility" ("E-Verify Statute"),as may be amended from time to time.Pursuant to the E-Verify Statute,commencing on January 1,2021,Contractor shall register with and use the E- Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement.Additionally,Contractor shall expressly require any subcontractor performing work or providing services pursuant to the Agreement to likewise utilize the U.S.Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract Term.If Contractor enters into a contract with an approved subcontractor,the subcontractor must provide the Contractor with an affidavit stating that the subcontractor does not employ,contract with,or subcontract with an unauthorized alien.Contractor shall maintain a copy of such affidavit for the duration of the Agreement or such other extended period as may be required under this Agreement. (B)TERMINATION RIGHTS. (1)It the City has a good faith belief that Contractor has knowingly violated Section 448.09(1),Florida Statutes,the City shall terminate this Agreement with Contractor for cause,and the City shall thereafter have or owe no further obligation or liability to Contractor. (2)I the City has a good faith belief that a subcontractor has knowingly violated the foregoing Subsection 10.9(A),but the Contractor otherwise complied with such subsection,the City will promptly notify the Contractor and order the Contractor to immediately terminate the Agreement with the subcontractor.Contractor's failure to terminate a subcontractor shall be an event of default under this Agreement,entitling City to terminate the Contractor's contract for cause. (3)A contract terminated under the foregoing Subsection (B)1)or (B)2)is not in breach of contract and may not be considered as such. (4)The City or Contractor or a subcontractor may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection (B)1)or (B)2)no later than 20 calendar days after the date on which the contract was terminated. (5)If the City terminates the Agreement with Contractor under the foregoing Subsection (8)(1),Contractor may not be awarded a public contract for at least 1 year after the date of termination of this Agreement 10.10 CONTRATQRS COMPLIANCE yIIH ANTI-HUAAN TRAFFICKING LAyyS Contractor agrees to comply with Section 787.06,Florida Statutes,as may be amended from time to time,and has executed the Certification of Compliance with Anti-Human Trafficking Laws,as required by Section 787.06(13).Florida Statutes,a copy of which Is attached hereto as Exhibit "C". 15 Docusign Envelope ID:F5F57330-83C8-4 689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F5-4E10-9B40-C5D5270A2820 Co ntract No.23-628-01 SECTION 11 NOTICES Until changed by notice,in writing,all such notices and communications shall be addressed as follows: TO CONTRACTOR: TO CITY: Alex Bravo Hotwire Communications LTD 2100 West Cypress Creek Rd Fort Lauderdale,FL 33309 Ph:484-572-6003 [800-355-5668 Email:alex.bravo@hotwiremail_com With a copy to:Legal Department, hotwirecounsel@hotwiremail.com Frank Quintana Chief Information Officer Information Technology Department 1755 Meridian Ave. Miami Beach,FL 33139 Ph:305-673-7000 ext.26150 Email:frankquintana@miamibeachfl.qoy All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. SECTION 12 REMEDIES 12.1 In the event of a material breach of this Agreement by Contractor which shall continue for ten (10)or more days after written notice of such breach (including a reasonably detailed statement of the nature of such breach)shall have been given to Contractor by the City,the City will be entitled to avail itself cumulatively of any and all remedies available at law or in equity (provided such remedies are not otherwise limited under the terms of this Agreement)and either:(1)suspend performance of its payment obligations under the Agreement for as long as the breach continues uncorrected;or (2)terminate this Agreement by written notice to Contractor if the breach remains uncorrected.The following shall constitute a "material breach" of this Agreement:(1)violation by Contractor of any State,Federal or local law,or failure by Contractor to comply with any applicable States and Federal service standards,as expressed by applicable statutes,rules and regulations;(2)failure by Contractor to carry applicable licenses or certifications as required by law;(3)failure of Contractor to comply with reporting requirements contained herein;(4)inability of Contractor to perform the work or Services provided for herein or in accordance with the terms and conditions of this Agreement including, without limitation,all of the terms and conditions set forth in Sections 2,4,6,9,and 10 of this Agreement;(5)failure to secure any consents from the City as required under the terms of this Agreement;and (6)failure of Contractor to otherwise comply with any other material terms of this Agreement. 12.2 In the event of:(1)any failure by City for forty-five (45)or more days to make any payment when due (for reasons other than a material breach on the part of the Contractor,as 16 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Fnvelope ID:CDB684B9-C6F5-4E10-9B40-C5D5270A2820 Contract No.23-628-01 provided in this A greem ent,or (2)any other material breach of this Agre em ent by City w hich shall continue fo r forty-five (45)or more days after w ritten notice of such breach (including a rea sonably detailed statem ent of the nature of such breach)shall have been given to City by Co ntra ct or,Contractor shall be entitl ed to avail itself cum ulatively of any and all remedies available at law or in equity (provided such rem ed ies are not oth erw ise lim ited under the term s of this A greem ent)and either:(1)suspend performance of its obligations under this Agree ment for as long as the brea ch rem ains uncorrected;or (2)term inate this Agree ment by w ritten notice to C ity if the breach rem ains unco rrected. 12.3 N otwi thstanding the abo ve,Contractor shall not be relieved of liabili ty to th e City fo r dam ages sustained by the City by virtue of any breach of this Agreement by Contractor described in Section 12.1 above and,after pro viding Co ntractor w ith writt en notice of breach as set fort h in Se ction 12.1,the City m ay w ithhold any payments to Contractor fo r the purp ose of set-o ff of any dam ages,as agree d upon or finally adjudica ted,against such payment.The City res erv es all rights and rem ed ies under applica ble laws. SECTION 13 MISCELLANEOUS PROVISIONS 13.1 CHANGES AND ADDITIONS This A gree m ent cannot be modified or ame nded without the expres s w ritten consent of the parti es.No m od ification,am endm ent,or altera tion of the terms or conditions contained herein shall be effective unless containe d in a w ritten docume nt executed w ith the sam e form ality and of eq ual dignity here w ith. 13.2 SEVERABILITY If any term or pro vision of this A greem e nt is held invalid or unenforce able,the remai nder of thls A gre em e nt shall not be affect ed and every other term and provision of this Agreement shall be valid and be enforce d to the fullest ext ent pe rm itted by law . 13.3 WAIVER OF BREACH A party's failure to enforce any provision of this Agree m ent shall not be deem ed a w aiver of such pro vision or m odifica tion of this A greem ent.A pa rty's waiver of any breach of a pro vision of this A greem ent shall not be de em ed a waiver of an y subse quent breach and shall not be constru ed to be a m odifica tion of the term s of this Agreem ent. 13.4 JOINT PREPARATION The part ies he reto acknow led ge that they ha ve sought and received whatever co m petent advice and counsel as w as nece ssary for them to fo rm a fu ll and com plete understanding of all rights and obligations herein and that the preparation of th is Agreem ent has bee n a joint effort of the parties,the language has been agreed to by parties to express their mutual intent and th e re sulti ng docum ent shall not,sole ly as a m atter of judicial construction,be constru ed more severe ly against one of the parti es than the other. 17 Docusign Envelope ID:F5F57330-83C8-4 689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F5-4E10-9B40-C5D5270A42820 Contract No.23-628-01 13.5 ENTIRETY OF AGREEMENT Th e C ity and Contra ctor agree th at this is the entire agreem ent betw een the parties .This A greem e nt supersedes all prior neg otiations,co rr espondence,conversations,agreem ents or unders tandings applica ble to the m atters contained herein,and there are no co m m itm ents, agreem e nts or understa ndings co ncern ing the subject matter of this Agreem ent that are not co ntained in this docum ent.T itle and para gra ph headings are for convenient re ference and are not intended to confer any rights or obligations upon the parties to this Agreem ent. 13.6 ENFORCEMENT COSTS In any le gal proceeding to interp ret or enfor ce the term s of this Agreem ent,the prevailing party m ay re cover fro m the other party ,in addition to other relief,all co sts and expenses,inc luding w itho ut lim itatio n reasonable legal fees,and court costs,incurred by th e prevailing party. 13.7 BINDING EFFECT T he Agree m e nt and all exhibits and addenda atta ched th ereto shall be binding upo n and inure to the be nefit of the Part ies hereto,their succ essors and perm itted assign. [REMAINDER O F T H IS PAG E LEFT INTENTIONALLY BLANK] 18 Docusign Envelope ID:F5F5733O-83C8-4689-8F96-BD332AFO8557 Docusign Envelope ID:CDB6A4B9-C6F54E 10-9B40-C5D527O4282O Contract No.23-628-01 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by their appropriate officials,as of the date first entered above. FOR CITY: ATTEST:LG.s...•R f I E G FAB8{lA0{lf'B5E:4CrkF...afael.iranado,City Cle 11/5/2024 I 11:11 EST[)a[e, FOR CONTRACTOR: HOTWIRE COMMUNICATIONS,LTD. By:Hotwire 1munications,LLC Its General rtner 19 CITY OF MIAMI BEACH,FLORIDA APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION a Kw>lr iasoWily " Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB6849-C6F5-4E10-9840-C5D5270A2820 EXHIBIT A HOTWIRE ADDITIONAL TERMS AND CONDITIONS 20 Contract No.23-628-01 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B89-C6F5-4E10-9B40-C5D5270A42820 f ..sin fl WORK our Business Sharper.Faster.Smarter with Fiber Optics HOTWIRE ADDITIONAL TERMS AND CONDITIONS 1.PROVISION OF SERVICES.Each order form,work invoice,or other form of order for service,equipment or materials as specified in the Proposal Documents or a subsequent Change Order or other service order agreed upon by the parties (Serice Order")will specify communications services ordered from Hotwire Communications,Ltd.(Hotwire"or Contractor),including but not limited to voice,high speed Internet,security,and video services (together,"Services"), equipment or materials to be sold,licensed,or leased to City of Miami Beach ("Customer"or the "City)(collectively, "Products"),delivery location (the "Premises"),prices,and term commitments for Service or Products.Hotwire retains title to all Products not sold to Customer.Hotwire will use commercially reasonable efforts to deliver Services in a manner that creates a smooth transfer from Customer's current provider. 2.CUSTOMER'S OTHER OBLIGATIONS.Customer shall (a)ensure compatibility of its equipment with Hotwire Serices and Products;(b)provide and maintain safe and adequate electric power,equipment space,climate control (including 60-80 degrees Fahrenheit temperature),work conditions access,and use of rights-of-ways;(c)not encumber Hotwire's equipment,facilities,or Products;(d)operate,maintain,and secure its own equipment and facilities;(e)submit a written dispute within ninety (90)days from the date of any invoice that is the subject of a claimed dispute or forever be barred from raising a dispute or defense to payment of such invoiced amounts;provided however,that any payment errors discovered as a result of an audit shall be subject to adjustment even if discovered beyond the ninety (90)day period;(f) pay for any damage to equipment or facilities caused by Customer's negligence,gross negligence or intentionally wrongful act or omission;however,Customer shall not be responsible for any damage caused by electricity,fire,lightning,or other casualty,even if not covered by Hotwire's insurance;(g)provide sixty (60)days advance written notice of any change of address or move of the Services from the Premises;(h)upon Hotwire or Customer suspending or canceling the Services, return,within ten days,in good working order and condition,all Products leased or licensed by Customer or pay Hotwire the value,as of the Effective Date,of all leased or licensed Products (the "Equipment Fee")and (@)not to use the Services, the Products or any facilities or equipment of Hotwire in any unlawful way or for any unlawful purpose,or for sending or receiving improper content,or for infringing intellectual property right(s). 3,DELIVERY OF PRODUCTS AND SERVICES.If Customer cancels a Service Order before the Effective Date,then Customer shall pay the Equipment Fee plus a cancellation cost of $35 per voice line,and $750 for high-speed Internet services;however,Customer shall not be responsible for the foregoing cancellation cost if Customer cancels a Service order after the Effective Date.Subject to Section 10.8 the Agreement,Hotwire may terminate the Agreement without further liability to Customer,upon one hundred fifty (150)days'written notice to Customer,it the underlying facilities or services required by Hotwire to provide Services become unavailable or it the price of the underlying services or facilities increases to the extent that continued provisioning of Services becomes commercially unreasonable,as determined in Hotwire's sole discretion.The Serice may include use of certain equipment owned by Hotwire and located at the Customer's premises (Hotwire Equipment'or "Equipment),but title to the Hotwire Equipment will remain with Hotwire. Customer must provide electric power for the Hotwire Equipment and must keep the Hotwire Equipment physically secure and free from liens and encum brances;however,Hotwire will bear the risk of loss or damage,other than ordinary wear and tear,to Hotwire Equipment. 4.SERVICE SUSPENSION.Hotwre may suspend or terminate Services if:(a)Customer's payment is rejected or Customer does not pay all amounts by the due date upon ten (10)days'notice,or longer notice if required by state law; (b)Customer violates the Hotwire policies posted at www.fisionwork.com;(c)Customer becomes insolvent or bankrupt;or (d)Customer is involved in suspected or actual fraud,misrepresentation,or other violation of law ("Cause"). 5.SYSTEM REPAIR AND MAINTENANCE.Hotwire reserves the right to disrupt Services at any time,without notice for emergency maintenance or repair. 6.LIMITATION OF LIABILITY.THE AGGREGATE LIABILITY OF HOTWIRE FOR ANY AND ALL LOSSES,DAMAGES AND CAUSES ARISING OUT OF THE AGREEMENT,AND NOT OTHERWISE LIMITED HEREUNDER,WHETHER IN CONTRACT,TORT,OR OTHERWISE,SHALL NOT EXCEED THE AMOUNT OF DIRECT DAMAGES EQUAL TO THE SUM TOTAL OF PAYMENTS MADE BY CUSTOMER TO HOTWIRE DURING THE THREE (3)MONTHS IMMEDIATELY PRECEDING THE EVENT FOR WHICH DAMAGES ARE CLAIMED.THIS LIMITATION SHALL NOT APPLY TO HOTWIRE'S INDEMNIFICATION OBLIGATION UNDER SECTION 6.1 OF THE AGREEMENT INCLUDING,WITHOUT LIMITATION,ALL CLAIMS,LOSSES,COSTS AND ATTORNEY'S FEES COVERED BY SUCH INDEMNIFICATION. ADDITIONALLY,TO THE FULLEST EXTENT PERMITTED BY APPLICABLE LAW,NEITHER PARTY WILL BE LIABLE FOR PUNITIVE,RELIANCE,OR SPECIAL DAMAGES,AND INDIRECT OR CONSEQUENTIAL DAMAGES,INCLUDING BUT NOT LIMITED TO LOST PROFITS OR REVENUE OR INCREASED COSTS OF OPERATION.THESE LIMITATIONS APPLY EVEN IF THE DAMAGES WERE FORESEEABLE OR THE PARTIES WERE TOLD THEY WERE POSSIBLE,NO MATTER HOW THAT CLAIM IS STYLED OR ON WHAT LEGAL GROUNDS (SUCH AS CONTRACT,TORT,STATUTE, MISREPRESENTATION)IT IS BASED.HOTWIRE WILL NOT BE LIABLE FOR ANY DAMAGES,AND WILL BE LIABLE ONLY FOR THE AMOUNT OF HOTWIRE'S CHARGES FOR THE SERVICES DURING THE AFFECTED PERIOD,IF SERVICES ARE INTERRUPTED,OR THERE IS A PROBLEM WITH HOTWRE'S SERVICES CAUSED BY AN ACT OR 2100 West Cypress Crook Road [Fart Laudordi0,FL 33309 Docusign Envelope ID:F5F57330-83C8-4689-8F96-8D332AF08557 Docusign Envelope ID:CDB684B9-C6F5-4E10-940-C5D5270A2820 f ..IS1on ? WORK I Your Business Sharper.Faster.Smarter with Fiber Optics OMISSION OF ANOTHER PERSON OR PROVIDER FURNISHING A PORTION OF THE SERVICES (I.E.,DIRECTORY LISTINGS,911,E911). THIS SECTION WILL SURVIVE EXPIRATION OR TERMINATION OF THE AGREEMENT. 7.DISC LA IM ER S.HOTW IRE MAKE S NO WARRA NTIES,EXPRE SS OR IMPLIED,EITHER IN FACT OR BY OPERATION OF LAW,STATUTORY OR OTHERWISE,INCLUDING BUT NOT LIMITED TO WARRANTIES OF MERCHANT ABILITY OR FITNESS FOR A PARTICULAR PURPOSE. 6,OUTAGE CREDITS.Hotwre's sole responsibility for any Product failure shall be that Product's repalr or replacem ent, at Hotwire's option.Hotwire's sole responsibility for any unsch eduled interruption of Services ,defined as failure to provide a sorlce level 0f 99 ,999 %or more (a "Service Disruption")shall be the issuance of outage credits.Outage duration is measured from the time that Hotwire opens or issues a trouble ticket number for a Serice Disruption,Credits only apply to Service Disruptions caused by problems with Hotwire's netwo rk,ma y not exceed the total MRC for an affected Service during any single month,and wll appear on the Customer's next monthly invoice after a Service Disruption.The followi ng credits apply to each type of Serice:for the Service affected by a Serice Disruption that lasts for more than forty-five (45) continuous minutes,the pro-rated dally MRC for the period during which the Service ls affected. 2I0 e s .ypress Creek koao ]For Lauderdare,F 33.309 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F5-4E10-9B840-C55270A2820 EXHIBIT B COST PROPOSAL ltem A3 A4 Description 1001egaBts per second ,(ncdude po t tee)500 Mega/ts er second indude tie Quantity U/ s s Unit Cost 700.00 Total (Quant!Un!Cost s $700.00 -.!-ea 1 Ggatit per second,(ncud@ ottee)!,fa ,s 1,050.00 IO Gigatts per second )0aidpone»-'.,s 9500.00 40 Gigatts per second ndude tee ,10000 ,5500.00 ,16,500.00 $24,100.00 2 Gig abit per second A8 (inclu de port fee)t Each $2,000.00 $2,000.00 5 Gigabit per second A9 ('include port fee)1 Each $4,000.00 $4,000.00 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F5-4E10-9B40-C5D5270A2820 Contract No.23-628-01 EXHIBIT C HUMAN TRAFFICKING AFFIDAVIT In accordance with Section 787.06 (13),Florida Statutes,the undersigned,on behalf of Hotwire Communications,Ltd,(Contractor")hereby attests under penalty of perjury that Contractor does not use coercion for labor or services as defined in Section 787.06,Florida Statutes, entitled "Human Trafficking". I understand that I am swearing or affirming under oath to the truthfulness of the claims made in this affidavit and that the punishment for knowingly making a false statement includes fines and/or imprisonment. The undersigned is authorized to execute this affidavit on behalf of Contractor. HOTWIRE COMMUNICATIONS,LTD,a Pennsylvania limited partnership. By:HOTWIRE COMMUNICATIONS,LLC,a Pennsylvania limited liability company, Its General Partner Kristen ~h;ef Executive Officer State of coony or men±qo re4 The foregoing instrument was acknowledged before me by means~physical presence or D online notarization,this Io[1[24 by Kristen Johnson,as Chief Executive Officer of Hotwire Communications,LLC,a Pennsylvania limited liability company,the General Partner of Hotwire Communications,Ltd.,a Pennsylvania limited partnership,to me to be the person described herein,or who produced_dfvrs license.as identification,and who did/did not take an oath. (Print Name) My commission expires:r/1:r/;;2o;;1.]o 22 Commonwealth of Pennsylvania -Notary SealJESSICASMITH,Notary PublicMontgomeryCounty My Commission Expires August 17,2026CommissionNumber1283944 Docusign Envelope ID:F5F57330-83C8-4 689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F5-4E10-9B40-C5D5270A42820 R ESO LUTIO N NO.2024-32866 A RE S O LUT IO N O F THE MA YO R AND CITY CO M M ISSIO N OF THE CITY O F M IA M I BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER,PURSUANT TO RFP 2023-628-LB FOR WIDE AREA NETWORK AND INTERNET SERVICES;AUTHORIZING THE ADMINISTRATION TO ENTER NEGOTIATIONS WITH HOTWIRE COMMUNICATIONS LTD FOR INTERNET CONNECTIVITY (GROUP 1)AND AT&T CORP FOR WIDE AREA NETWORK SERVICES (GROUP 2);ANO FURTHE R AUTHO RIZI N G THE CITY M ANAG ER A N D CITY CLERK TO EX E CU T E AG REEM ENTS WI TH EACH FIRM UPO N THE CO NCLUSION OF S U CCE S S FU L NEG O TIA TIO NS BY THE ADMINISTRA TIO N. W HE R EA S,on September 13,2023,the Mayor and City Commission authorized the issuance of Request for Proposals (RFP)No.RFP 2023-628-LB for Wide Area Network and Internet Connectivity Services;and W HE R EA S ,on October 18,2023,the City received proposals from the following four (4) firms:AT&T Corp,Comcast Business Communications LLC,Crown Castle Fiber LLC,Hotwire Communications LTD;and W H E RE AS ,the bid submitted by Crown Castle Fiber LLC failed to provide a completed Cost Proposal Form as required in the RFP;and W HE R EA S ,the proposal has been deemed non-responsive and cannot be further considered;and W H E REA S ,on October 12,2023,the City Manager appointed the Evaluation Committee via L TC #458-2023;and W H E R EA S ,the Committee was comprised of Francisco Garcia,Fleet and Facilities Division Director;Lazaro Guerra,Public Safety Communications Division PSCU Administrator; Shari Lipner,Emergency Management Division Administrator;Omar Mendoza,Public Works Principal Engineer;and Frank Quintana,Information Technology Chief Information Officer;and W H E R EA S,the Evaluation Committee convened on October 27,2023,to consider the proposals received;and W H E REA S ,the Committee was provided an overview of the project,information relative to the City's Cone of Silence Ordinance,the Government Sunshine Law,and general information on the scope of services and a copy of each proposal;and W H E R EA S ,the Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFP;and W HE RE A S ,the evaluation process resulted in the proposers being ranked by the Evaluation Committee in the following order: Group 1 Internet Connectivity1-Comcast Business Communications LLC 24-Hotwire Communications LTD 3"--AT&T Corp. Page 66 of 2002 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BO332AF08557 Docusign Envelope ID:CDB684B9-C6F 5-4E10-9B40-C55270A2820 G roup 2 W ide A rea Netw ork (WA N)Connectivity 1-AT&T Corp. 24 -Comcast Business Communications LLC W H E R E A S ,with regard to Group 1 --internet connectivity,the evaluation process,which includes a consideration of qualifications,scope of services,and cost,resulted in Comcast as the top-ranked bidder,closely followed by AT&T as the second-ranked bidder;and W H E R EA S ,Section 2-369 of the City Code requires that,in determining the lowest and best bidder,in addition to price,there shall be considered the following: (1)The ability,capacity,and skill of the bidder to perform the contract. (2)Whether the bidder can perform the contract within the time specified,without delay or interference. (3)The character,integrity,reputation,judgment,experience,and efficiency of the bidder. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the bidder with laws and ordinances- relating to the contract;and W H E R EA S ,both Comcast and Hotwire have previously performed work for the City. Hotwire Communications has perfonned well,with the City not experiencing any major deficiencies in the internet services that are so critical to City operations;and W H E R EA S ,the City has,however,experienced significant deficiencies with Comcast's performance;and W H E R E A S ,the City has experienced inconsistent internet services relating to the revenue control and access systems at the City's parking garage;and W H E R EA S ,during this term,Comcast experienced multiple extended outages that forced the Skidata system to be unavailable,with these service interruptions forcing the Parking Department to open access to garages without the ability to collect payments,resulting in a loss of revenue for the City;and WH E R EA S ,based on this prior performance,the Chair of the Evaluation Committee stated that they could not support continuing to do business with Comcast Business Communications LLC as the City continues to experience an extended outage relating to critical data center connectivity that began in December of 2021 and remains ongoing;and WH E R EA S ,when services transitioned to Hotwire in 2018 under the current agreement, Comcast was the only vendor capable of providing the required services in the affected area, and,therefore,those services were not transitioned to Hotwire.However,despite multiple attempts by the City to correct the outage with Comcast,the matter remains unresolved;and 2 Page 67 of 2002 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F5-4E10-9B40-C5D5270A2820 WHEREAS,with regard to the evaluation process,which resulted in Comcast being deemed top-ranked,it is important to note that when cost is not considered,the Evaluation Committee ranked Comcast in last place of the three proposals considered;and WHEREAS,Comcast's first-place rank is primarily attributable to the points it received for the cost portion of the evaluation criteria,where it submitted a cost proposal that was approximately 50%less than the cost proposal submitted by Hotwire and AT&T;and ' WHEREAS,however,any financial benefits that could be experienced by the City if it were to award a contract to Comcast would ·likely be short-lived as Comcast took several exceptions to the terms and conditions of the RFP,including reserving the right to increase prices at any time throughout the contract period;and WHEREAS,given Comcast's prior performance and the fact that the Evaluation Committee,when considering qualifications and scope of services,deemed Comcast to be the lowest-ranked bidder,as well as the exceptions that Comcast took to the terms and conditions of the RFP with regard to pricing,staff does not believe it is prudent to award a contract to Comcast for internet services;and WHEREAS,instead,staff recommends that internet services be awarded to Hotwire Communications,the top-ranked bidder when qualifications and scope of services are considered,and the second-ranked bidder overall when cost points are added;and WHEREAS,with regard to Group 2-WAN services,the evaluation process resulted In AT&T being top-ranked when qualifications,scope of services,and cost are considered.AT&T Is the current provider of WAN services and has performed well throughout the contract term. NOW,THEREFORE,BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA.that the Mayor and City Commission hereby accept the recommendation of the City Manager,pursuant to RFP 2023- 628-LB for wide area network and internet services;authorize the Administration to enter negotiations with Hotwire Communications LTD for internet connectivity (Group 1)and AT&T Corp for wide area network services (Group 2);and further authorize the City Manager and City Clerk to execute agreements with each firm upon the conclusion of successful negotiations by the dministration. PASSED AND ADOPTED this 3/ ATTEST: Rafael E.Granado,City Clerk FEB day r J4wu«Vy_2023. Page 68 0f 2002 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F 5-4E10-940-C5D5270A2820 Competitive Bid Reports-C2 CG MIAMI BEACH COMMISSION MEMO RAN DUM To:Honorable Mayor and Members of the City Commission FROM:Alina T.Hudak,City Manager DATE:January 31,2024 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER,PURSUANT TO RFP 2023-628-LB FOR WIDE AREA NETWORK AND INTERNET SERVICES;AUTHORIZING THE ADMINISTRATION TO ENTER NEGOTIATIONS WITH HOTWIRE COMMUNICATIONS LTD FOR INTERNET CONNECTIVITY (GROUP 1)AND AT&T CORP FOR WIDE AREA NETWORK SERVICES (GROUP 2);AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH FIRM UPON THE CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. ---------. RE COMMENDATION It is recommended that the Mayor and City Commission approve the Resolution accepting the City Manager's recommendation,pursuant to RFP 2023-628-LB for wide area network and internet service s,authorizing the Administration to enter negotiations with Hotwire Communications LTD for internet connectivity (Group 1)and AT&T Corp for wide area network services (Group 2).The Resolution also authorizes the City Manager and City Clerk to execute agreements upon the conclusion of successful negotiations. This solicitation is currently under the cone of silence. BACKGROUND/HISTORY The City operations require intemet connectivity and wide area network (WAN)services,an electronic network that connects devices across the organization.The services are required for most of the City's operational needs,including but not limited to cross-functional data transmission,life safety systems,access control and facilities management needs,and public wireless internet connectivity.Internet connectivity services are currently provided by Hotwire Communications.WAN services are currently provided by AT &T. In order to consider replacement agreements for these services,Request for Proposals (RFP) No.RFP 2023-628-LB for Wide Area Network and I ntemet Connectivity Services was developed to seek proposals from qualified parties. ANALYSIS Page 60 of 2002 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BO332AF08557 Docusign Envelope ID:CDB684B9 C6F54E10-9B40-C5D5270A2820 On September 13,2023,the Mayor and the City Commission authorized the issuance of Request for Proposals (RFP)No.RFP 2023-628-LB for wide area network and internet connectivity services.On September 13,2023,the RFP was issued.A voluntary pre-proposal conference was held to provide information to proposers submitting a response on September 28,2023.The Procurement Department issued bid notices to 10,904 companies through the City's e-procurement system,with 57 prospective bidders accessing the advertised solicitation. RFP responses were due and received on October 18,2023.The City received four (4) proposals from the following firms: AT&T Corp Comcast Business Communications LLC Crown Castle Fiber LLC Hotwire Communications LTD The bid submitted by Crown Castle Fiber LLC failed to provide a completed Cost Proposal Form as required in the RFP Therefore,the proposal has been deemed non-responsive and cannot be further considered. On October 12,2023,the City Manager appointed an Evaluation Committee via LTC #458- 2023 to consider the proposals received.The Committee was comprised of Francisco Garcia, Fleet and Facilities Division Director,Lazaro Guerra,Public Safety Communications Division PSCU Administrator;Shari Lipner,Emergency Management Division Administrator;Omar Mendoza,Public Works Principal Engineer;and Frank Quintana,Information Technology Chief Information Officer.The Evaluation Committee convened on October 27,2023,to consider the proposals received. The Committee was provided an overview of the project,information relative to the City's Cone of Silence Ordinance,and the Government Sunshine Law.The Committee was also provided with general information on the scope of services and a copy of each proposal.The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFP. The evaluation process resulted in the ranking of proposers as indicated below and in Attachment A. Group 1 lntemnet Connectivity 1st--Comcast Business Communications LLC 2nd --Hotwire Communications LTD 3rd --AT&T Corp. With regard to Group 1-intemet connectivity,the evaluation process,which includes a consideration of qualifications,scope of services and cost,resulted in Comcast as the top- ranked bidder,closely followed by AT&T as the second-ranked bidder.However,Section 2-369 of the City Code requires that,in determining the lowest and best bidder,in addition to price, there shall be considered the following: (1)The ability,capacity and skill of the bidder to perform the contract. (2)Whether the bidder can perform the contract within the time specified,without delay or interference. (3)The character,integrity,reputation,judgment,experience and efficiency of the bidder. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the bidder with laws and ordinances relating to Page 61 of 2002 Group 2 W/AN Services 1st--AT&T Corp. 2nd -Comcast Business Communications LLC Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F5-4E10-9B40-C5D5270A2820 the contract. Both Comcast and Hotwire have previously performed work for the City.Hotwire communications has perfonned well with the City not experiencing any major deficiencies in the Internet services that are so critical to City operations.The City has,however,experienced significant deficiencies with Comcasts'perfonnance. The City has experienced inconsistent internet services relating to the revenue control and access systems at the City's parking garage.During this term,Comcast experienced multiple extended outages that forced the Skidata system to be unavailable.These service interruptions forced the Parking Department to open access to garages without the ability to collect payments,which caused a loss of revenue for the City.Based on this prior perfonnance,the chair stated that they could not support continuing to do business with Comcast Business Communications LLC.Additionally,the City continues to experience an extended outage relating to critical data center connectivity that began in December of 2021 and continues today for critical services that remain unresolved.When services were transitioned to Hotwire in 2018 under the current agreement,Comcast was the only vendor capable of providing the required services in the affected area,and,therefore,those services were not transitioned to Hotwire. However,despite multiple attempts by the City to correct the outage with Comcast.the matter remains unresolved. Finally,with regard to the evaluation process,which resulted in Comcast being deemed top- ranked,it is important to note that when cost is not considered,the Evaluation Committee ranked Comcast in last place of the three proposals considered.Comcast's first-place rank is primarily attributable to the points it received for the cost portion of the evaluation criteria,where it submitted a cost proposal that was approximately 50%less than the cost proposal submitted by Hotwire and AT&T.However,any financial benefits that could be experienced by the City if it were to award a contract to Comcast would likely be short-lived as Comcast took several exceptions to the terms and conditions of the RFP,including reserving the right to increase prices at any time throughout the contract period. Given Comcast's prior perfonnance and the fact that the Evaluation Committee,when considering qualifications and scope of services,deemed Comcast to be the lowest-ranked bidder,as well as the exceptions that Comcast took to the terms and conditions of the RFP with regard to pricing,staff does not believe it is prudent to award a contract to Comcast for internet services.Instead,staff recommends that internet services be awa rd ed to Hotwire Communications,the top-ranked bidder when qualifications and scope of services are considered,and the second-ranked bidder overall when cost points are added. With regard to Group 2 -WAN services,the evaluation process resulted in AT&T being top- ranked when qualifications,scope of services,and cost are considered.AT&T is the current provider of WAN services and has performed well throughout the contract term. SUPPORTING SURVEY DATA Not Applicable. FINANCIAL INFORMATION The department's annual budget is approximately $500,000 for this project but may vary year to year depending on budget appropriations.It Is not anticipated.that grant funding will be utilized for this Project. Page 62 of 2002 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-C6F5-4E 10-9B40-C5D5270A2820 A m ou nt(s)/A ccount(s): 550-0640-000316-14-414-582-00-00-00-..................$500,000.00 CONCLUSION Based on the foregoing,the Administration recommends that the Mayor and City Commission of the City of Miami Beach approve the Resolution accepting the City Manager's recommendation,pursuant to RFP 2023-628-LB for wide area network and internet services, authorizing the Administration to enter negotiations with Hotwire Communications LTD for Group 1 -intemet connectivity and AT&T Corp for Group 2-wide area network services,and authorizing the City Manager and City Clerk to execute agreements upon conclusion of successful negotiations. wa s Ag enda Item initially requested by a lobbyist which,as defined in code Sec.2-481, includes a p rincipal en gaged In lobbying?No. Applicable Area Citywide ls thi s a "Res ide nts Right to Know"item,pursuant to City Code Section 2-14? No Strategic Connection Non-Applicable Does this item utilize G,0, Bond Funds? No Legislative Tracking Information Technology/Procurement ATTACHMENTS; Description Attachment A Resolution Page 63 of 2002 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 FOR DISPLAY PUPOS€9NL.Y.FAL.RANNO DOS OT CONSTITUTEAN AMADO RECOAMENDOATON. Page 64 of2002 7 RP7--LsWEAREANETWOKANDO re ctae urea Lunn Gr I gt tee taten !#rel leaNTEETcON&cTTY 1 Lpeow 1SE«cs ggato 1tat ae rrprt a«er to attach»tuttt .we we -two we tat @are rtwo tttt ate Qare ttot..4$2 z cz a t -~t --tr P tIcoat2-%t -4 ta -4 I -~-10 10 0 . toe a m TI M M td ta ~M ta #t t . Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Envelope ID:CDB684B9-CGF5-4E10-9B40-C5D5270A2820 re rn»LuawoeAAreorr ht et Lutao do f leer her ta ft @ta ceetcterr ea»I I I I=l autuirote [-[e-+-[+]«e-+[a·[+«aa+[on+[u o+pa-{"-cootcr ¢. I'tr -1 •7 y t '49 n •t $1 t t m 2 9)1 .t ha uc ta -g I e M e 8 m ,2 4)n r3 I Mo e9 ' FO Luer UOAt A O.¥,Fu,RNONO OT OSITU A MooecouroAtow Page 65 of 2002 Docusign Envelope ID:F5F57330-83C8-4689-8F96-BD332AF08557 Docusign Fnvelope ID:CDB684B9-C6F5-4F10-9B40-C5D05270A2820 MIAMIBEACH EI1TE7EEETTiiCTEET.LEE:Eu 23-628-01 INTERNET CONNECTIVITY SERVICES-GROUP 1 i ff)g E7TIT1IT77EI7ITT7 HOTWIRE COMMUNICATIONS,LTD.INFORMATION TECHNOLOGY rJ [}]le Ge.sledy:3E.II ;['/'ET,t.a 1fut]UT] t a- Frank Quintand 3 Mark Taxis Mak,/«yd -if'\..-·-]qT[BJ'i!}-re •.-E9AC051F2AA41A X Type 1-Contract,amendment,change order or task order resulting from a procurement-issued competitive solicitation. Type 2 -Other contract,amendment,change order or task order not resulting from a procurement-issued competitive solicitation. Type 3-Independent Contractor Agreement (ICA)I Type 6 -Tenant Aereement Type 4 -Grant agreements with the City as the recipient ]Type 7 --Inter-governmental agency agreement Type 5-Grant agreements with the City as the granter I Other: .M4 ::'II•$t .t 4f Ml4,1ta -~ On January 31,2023,the Mayor and City Commission adopted Resolution 2024-32866,accepting the recommendation of the City Manager pursuant to Request for Proposals (RFP)No.2023-628-LB-for Wide Area Network and Internet Connectivity authorizing the Administration to enter into negotiation with HOTWIRE COMMUNICATIONS,LTD.(Hotwire)For (Group 1) Internet Connectivity and AT&T CORP.(ATT)for Wide Area Network Services (Group 2),and further authorizing the City Manager and City Clerk to execute agreements with each firm upon conclusion of successful negotiations. The Administration successfully negotiated an agreement with Hotwire for Group 1.Group 2 with ATT,however,is still under negotiations.The Hotwire contract for Group 1 has been form approved by the City Attorney's Office and executed by the company.Pursuant to the authority established in Resolution 2024-32866,this item seeks the City Manager's approval to finalize the contract execution process. e[[{JE][Tyl TI"TI'EE"TEI]Ee mTal -r-I Ji[iE Three (3)years I One (1)two-year option I Five (5)years Tl[[T [{'r l Grant Funded:I I Yes X I No I [state I Federal I I Other:I [SHEA±EI7EU7] 7TT I EI3 I LEE,II3 I ·77,Try.4,TT.T 1 \$315,000 ]550-0640-000316-14-414-582-00-00-00 1 [Yes I X I No 1.For contracts longer than five years,contact the Procurement Department.2.Attach any supporting explanation needed.3.Budget approval indicates approvalfor current fiscal year only.Future years are subject to City Commission approval of annual adopted operating budget. q,.: ity Commission Approved:I X I Yes I I No I Resolution No.:]CC Agenda Item No.:]C€Meeting Date:I 2024-32866 I C2C ]1/31/2023 If no,explain why CC approval is not required: egal Form Approved:I X I Yes I I No ]If no,explain below why form approval is not necessary. «pf1,r.la ¢,11 ·:+:tI Procurement:ao,{a,Grants:N/A Kristy Bada Budget:al Information Technology.N/Ai-i~'i(Ja114:f81Jli'G·ha rd Aj amTamekaOttoStewart,'[Jot Risk Management:kN/Ao4es6a9Acso2 Fleet &Facilities:~cuSigned by: Human Resources N/A Other:4 K¥ Maria Estevez t ined by. Yelina Iglesias ,~Laraa.la-hsa4/$"&6#91ez J Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D COMMUNITY DEVELOPMENT BLOCK GRANT AGREEMENT FISCAL YEAR 2024 BETWEEN THE CITY OF MIAMI BEACH,FLORIDA AND BUDDY SYSTEM MIA INC.N)\V 2 1 202 This CDBG Agreement ("Agreement")made and entered into this day of ,2024,by and between the CITY OF MIAMI BEACH,FLORIDA,a Florida municipal corporation having its principal office at 1700 Convention Center Drive,Miami Beach,Florida,33139, (hereinafter referred to as "City"),and BUDDY SYSTEM MIA INC.,a Florida not-for profit corporation, having its principal office at 895 NE 87 Street Apt.2,Miami,FL.33138 (hereinafter referred to as "Sub- Recipient"). WHEREAS,the City is an entitlement recipient of U.S.Department of Housing and Urban Development ("HUD")grant funds for the Community Development Block Grant ("CDBG"),and HOME Investment Partnership programs ("HOME"),and the City expects to continue to receive entitlement funds from these grant programs to operate the City's housing and community development activities;and WHEREAS,on March 14,2024,the Mayor and City Commission adopted Resolution No. 2024-33187,approving the issuance of Request for Applications ("RFA")for the FY 2024 CDBG and HOME funding allocation;and WHEREAS,the Administration reviewed RFA submissions to ensure that projects align with the needs identified in the 2024-33187 Consolidated Plan;and WHEREAS,each year,the City prepares a One-Year Action Plan detailing how it intends to allocate funds received from HUD to conduct eligible activities for the benefit of low-and moderate- income residents;and WHEREAS,on July 24,2024,the Mayor and City Commission adopted Resolution No. 2024-33187,approving the One-Year Action Plan for Federal Funds for FY 2024,allocating CDBG funds in the amount of EIGHT THOUSAND TWO HUNDRED TWENTY-ONE DOLLARS ($8,221.00)for Homebound Food Access Distribution,to be provided by the sub-Recipient as a public service ("Program");and WHEREAS,the One-Year Action Plan for FY 2024 was made available to the public for a 30-day public review and comment period from June 17,2024 through July 16,2024. NOW,THEREFORE,in consideration of the mutual benefits contained herein,the City and Sub-Recipient agree as follows: Section 1.Agreement Documents:Agreement documents shall consist of this Agreement and the following six (6)exhibits,all of which are attached and incorporated in this Agreement: •Exhibit A -Scope of Services •Exhibit B-Documentation •Exhibit C-Budget •Exhibit D -Financial Management for CDBG-funded activities •Exhibit E -Report Forms •Exhibit F -Monitoring Tool Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D Section 2.Statement of Work:The Sub-Recipient agrees to implement the Project in accordance with the terms of this Agreement,with the Project summarized as follows: Homebound Food Access Distribution: The Homebound Food Access Distribution program is designed to provide consistent, reliable support to individuals who are homebound and low-income.It specifically serves those who lack the ability to access local food pantries due to limited mobility and the absence of family,friends,or other support systems.Through the program,participants receive monthly deliveries of free,healthy food directly to their homes.The program ensures that vulnerable individuals who are unable to leave their homes still have access to nutritious food,offering long-term support to meet their essential needs. Section 3.Agreement Amount:The City agrees to make available Community Development Block Grant (CDBG)funds,in the amount of EIGHT THOUSAND TWO HUNDRED TWENTY- ONE DOLLARS ($8,221.00)for use by the Sub-Recipient during the Term of the Agreement to be spent as agreed on Exhibit C-Budget following the rules for Financial Management for CDBG Funded Activities as stated in Exhibit D.(hereinafter,the aforestated amount including,without limitation,any additional amounts included thereto as a result of a subsequent amendment(s)to the Agreement,shall be referred to as the "Funds"). Section 4.Alterations:Any proposed changes in the Project including,without limitation,the Budget in Exhibit C,shall first be submitted,reviewed,and approved,in writing,by the City Manager,which approval,if given at all,shall be at his/her sole reasonable judgment and discretion. Section 5.Reporting Requirements and Method of Payment:In compliance with 24 CFR § 570.503 (b)2),Sub-Recipient shall submit Financial and Progress reports as indicated in Exhibit A -describing the progress made by the Sub-Recipient in achieving the objectives identified in Exhibit A-Scope of Services.As part of the final report submitted,the Sub- Recipient also agrees to include a comprehensive final report covering the agreed-upon program objectives,activities,and expenditures,and including,but not limited to, performance data and client feedback with respect to the goals and objectives outlined in Exhibit A.Exhibit B contains a checklist of backup documentation to be used in fulfillment of the reporting requirement.Other reporting requirements may be required by the City Manager in the event of program changes;the need for additional information or documentation arises;and/or legislative amendments are enacted.Reports and/or requested documentation not received by the due date shall be considered delinquent and may be cause for default and termination of this Agreement,pursuant to Section 12 hereof. Other reporting requirements may be required by City in the event legislative amendments are enacted or as the City Manager may reasonably deem necessary.The Sub-Recipient shall be informed,in writing,if any changes become necessary.Drawdowns for the payment of eligible expenses shall be made against the line item budgets specified in Exhibit C-Budget and in accordance with performance. Section 6.Monitoring:In compliance with 2 CFR §200.331 (d)and (e),at its discretion,the City may schedule at least one (1)annual on-site monitoring visit with the Sub-Recipient to evaluate the progress of the program,and provide technical assistance using the Monitoring Tool attached as Exhibit F. Section 7.Additional Conditions and Compensation:The parties acknowledge that the Funds originate from CDBG grant funds from HUD,and must be implemented in full compliance with all of HUD's rules and regulations.In the event of curtailment or non-production of said Federal funds,the financial sources necessary to continue to pay the Sub-Recipient all or any portions of the Funds will not be available.In that event,the City may terminate this Agreement,which termination shall be effective as of the date that it is determined by 2 Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D the City Manager,in his/her sole discretion and judgment,that the Funds are no longer available.In the event of such termination,the Sub-Recipient agrees that it will not look to,nor seek to hold the City,nor any individual member of the City Commission and/or City Administration,personally liable for the performance of this Agreement,and the City shall be released from any further liability to Sub-Recipient under the terms of this Agreement. Section 8.Compliance with Local,State,and Federal Regulations -The Sub-Recipient agrees to comply with all applicable Federal regulations as they may apply to program administration as described in 24 CFR Part 570 and 2 CFR Part 200 and carry out each activity in compliance with the laws and regulations as described in 24 CFR Part 570,Subpart K-- Other Program Requirements,as same may be amended from time to time.Additionally, the Sub-Recipient will comply with all State and local (City and County)applicable laws and ordinances.It shall be the Sub-Recipient's sole and absolute responsibility to continually familiarize itself with any and all such applicable Federal,State,County,and City regulations,laws,and/or ordinances. Section 9.Restrictions for Certain Resident Aliens -Certain newly legalized aliens,as described in 24 CFR Part 49,are not eligible to apply for benefits under covered activities funded by the CDBG program."Benefits"under this section means financial assistance,public services,jobs,and access to new or rehabilitated housing and other facilities made available under activities funded by the CDBG program."Benefits"do not include relocation services and payments to which displacees are entitled by law. Section 10.Assignment/Subcontract:No part of this Agreement may be assigned or subcontracted without the prior written consent of the City,which consent,if given at all,shall be at the City's sole discretion and judgement. Section 11.Term:This Agreement shall commence on contract execution date and shall terminate on September 30,2025 (the Term),with the understanding that at the end of the Term,the City Commission has the authority to reappropriate any remaining unused Funds. Section 12.Termination of Agreement: 12.1 Termination for Convenience:This Agreement may be terminated by the City,for convenience and without cause,through the City Manager,upon 30 days prior written notice to Sub-Recipient.In the event of such termination for convenience, the City shall cease any payments to Sub-Recipient for costs resulting from obligations which were not approved before the effective date of termination.Sub- Recipient shall be solely responsible for immediately returning any unused or unapproved Funds as of the date of termination,and shall also be solely responsible for submitting a final report,as provided in Section 5 hereof,(detailing all program objectives,activities,and expenditures up to the effective date of the termination). Said final report shall be due within five (5)working days following the effective date of termination.Upon timely receipt of Sub-Recipient's final report,the City,at its sole discretion,shall determine the amount (if any)of any additional portion of the Funds to be returned to the City as a result of any unapproved or unused Funds,or incomplete Project items,and shall provide Sub-Recipient with written notice of any monies due.Said additional monies shall be due and payable immediately upon receipt of such notice by Sub-Recipient.Notwithstanding the preceding,the City reserves any and all legal rights and remedies it may have with regard to recapture of all or any portion of the Funds,or any assets acquired or improved in whole or in part with said Funds. 12.2 Termination for Cause:Notwithstanding Subsection 12.1 above,the City may also terminate this Agreement for cause."Cause"shall include,but not be limited to,the following: 3 Docusign Envelope ID:A34EEEAC-F 303-42A44-AD7C-830285DEE98D a.Failure to comply and/or perform,in accordance with the terms of this Agreement,or any Federal,State,County,or City law or regulation. b.Submitting reports to the City which are late,incorrect,or incomplete in any material respect. c.Implementation of this Agreement,for any reason,is rendered impossible or infeasible. d.Failure to respond in writing to any concerns raised by the City,including substantiating documents when required/requested by the City. e.Any evidence of fraud,mismanagement,and/or waste,as determined by the City's monitoring and applicable HUD rules and regulations. The City shall notify the Sub-Recipient in writing when the Sub-Recipient has been placed in default.Such notification shall include:(i)actions taken by or to be taken by the City,such as withholding of payments;(ii)actions to be taken by the Sub- Recipient as a condition precedent to curing the default,if applicable;and (iii)a reasonable cure period,which shall be no less than thirty (30)days from notification date with respect to Subsections 12.2(a),(b),and (d).In the event the Sub-Recipient fails to cure a default under Subsections 12.2(a),(b),and (d)within the aforestated cure period,this Agreement shall be considered terminated for cause,without requiring further notice to Sub-Recipient,and Sub-Recipient shall be solely responsible for repayment to the City of all or any portion of the Funds disbursed to Sub-Recipient,as deemed required by the City,in its sole and reasonable discretion. Said monies shall be immediately due and payable by Sub-Recipient. Notwithstanding the preceding,the City reserves any and all legal rights and remedies it may have with regard to recapture of all or any portion of the Funds,or any assets acquired or improved in whole or in part with said Funds. Notwithstanding the foregoing,with respect to Subsection 12.2 (c)and (e),the termination for cause,as described in this section,shall be effective upon receipt of the termination notice,without the opportunity to cure said default. Additionally,if Sub-Recipient has committed similar defaults under Subsections 12.2(a),(b),and (d),on two or more occasions during the term of the Agreement, the termination for cause,as described in this section,shall be effective as of the date the second notice is sent to Sub-Recipient by the City,without the opportunity to cure said default. 12.3 Termination for Lack of Project Funds:In the event of curtailment of,or regulatory constraints placed on the Funds by HUD,this Agreement will terminate,effective as of the time that it is determined by the City Manager that such Funds are no longer available.Costs of the Sub-Recipient incurred after termination are not allowable unless expressly authorized in writing by the City Manager (whether in the notice of termination or subsequent thereto),and,in that case,may only be allowable if,in the sole discretion of the City Manager: a.The costs resulted from obligations which were properly incurred before the effective date of termination,were not in anticipation of it,and are noncancelable; and b.The costs would be allowable if the Agreement expired normally at the end of its Term. Section 13.Equal Employment Opportunities/No Discrimination/Affirmative Action:In compliance with 2 CFR Part 200,Appendix II:Except as otherwise provided under 41 CFR Part 60,all contracts that meet the definition of "federally assisted construction contract"in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR § 4 Docusign Envelope ID:A34EEEAC-F303-42A44-AD7C-830285DEE98D 60-1.4(b),in accordance with Executive Order 11246,"Equal Employment Opportunity"(30 FR 12319,12935,3 CFR Part,1964-1965 Comp.,p.339),as amended by Executive Order 11375,"Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR Part 60,"Office of Federal Contract Compliance Programs,Equal Employment Opportunity,Department of Labor." Unless otherwise required by applicable laws,in connection with performance of the Services,the Sub-Recipient shall not exclude from participation in,deny the benefits of,or subject to discrimination anyone on the grounds of race,color,national origin,sex,age, disability,religion,income,or family status. Additionally,Sub-Recipient shall comply with the City of Miami Beach Human Rights Ordinance,codified in Chapter 62 of the City Code,as may be amended from time to time, prohibiting discrimination in the employment,housing,public accommodations,public services,and in connection with its membership or policies because of actual or perceived race,color,national origin,religion,sex,intersexuality,sexual orientation,gender identity, familial and marital status,age,disability,ancestry,height,weight,hair texture and/or hairstyle,domestic partner status,labor organization membership,familial situation,or political affiliation. The Subrecipient will use its best efforts to afford small businesses,minority business enterprises,and women's business enterprises the maximum practicable opportunity to participate in the performance of this contract.As used in this contract,the terms "small business"means a business that meets the criteria set forth in section 3(a)of the Small Business Act,as amended (15 U.S.C.632),and "minority and women's business enterprise"means a business at least fifty-one (51)percent owned and controlled by minority group members or women.For the purpose of this definition,"minority group members"are Afro-Americans,Spanish-speaking,Spanish surnamed or Spanish-heritage Americans,Asian-Americans,and American Indians.The Subrecipient may rely on written representations by businesses regarding their status as minority and female business enterprises in lieu of an independent investigation. Section 14.Program Income:The Sub-Recipient shall report monthly all program income (as defined at 24 CFR §570.500(a))generated by activities carried out with CDBG funds made available under this Agreement.The use of program income by the Sub-Recipient shall comply with the requirements set forth at 24 CFR §570.504.By way of further limitations, the Sub-Recipient may use such income during the contract period for activities permitted under this Agreement and shall reduce requests for additional funds by the amount of any such program income balances on hand.All unexpended program income shall be returned to the Grantee at the end of the Term.Any interest earned on cash advances from the U.S.Treasury and from funds held in a revolving fund account is not program income and shall be remitted promptly to the Grantee. Section 15.Religious Organization or Owned Property:CDBG funds may be used by religious organizations or on property owned by religious organizations only with prior written approval from the City Manager,and only in accordance with requirements set in 24 CFR §570.200(j).The Sub-Recipient shall comply with First Amendment Church/State principles,as follows: a.It will not discriminate against any employee or applicant for employment on the basis of religion and will not limit employment or give preference in employment to persons on the basis of religion. b.It will not discriminate against any person applying for public services on the basis of religion and will not limit such services or give preference to persons on the basis of religion. 5 Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D c.It will retain its independence from Federal,State,and local governments,and may continue to carry out its mission,including the definition,practice,and expression of its religious beliefs,provided that it does not use direct CDBG funds to support any inherently religious activities,such as worship,religious instruction,or proselytizing. d.The Funds shall not be used for the acquisition,construction,or rehabilitation of structures to the extent that those structures are used for inherently religious activities. Where a structure is used for both eligible and inherently religious activities,CDBG funds may not exceed the cost of those portions of the acquisition,construction,or rehabilitation that are attributable to eligible activities in accordance with the cost accounting requirements applicable to CDBG funds in this part.Sanctuaries,chapels, or other rooms that a CDBG-funded religious congregation uses as its principal place of worship,however,are ineligible for CDBG-funded improvements. Section 16.Reversion of Assets:In the event of a termination of this Agreement,or upon expiration of the Agreement,and in addition to any and all other remedies available to the City (whether under this Agreement,or at law or in equity),the Sub-Recipient shall immediately transfer to the City any Funds on hand at the time of termination (or expiration)and any accounts receivable attributable to the use of CDBG funds.The City's receipt of any Funds on hand at the time of termination,shall not waive the City's right (nor excuse Sub- Recipient's obligation)to recoup all or any portion of the Funds,as the City may deem necessary. Section 17.Conformity to HUD regulations:The Sub-Recipient agrees to abide by guidelines set forth by HUD for the administration and implementation of the CDBG program,including those set forth below and the applicable Uniform Administrative Requirements set forth in 24 CFR §570.502,as amended by 2 CFR Part 200 and applicable Federal laws and regulations in 24 CFR §570.600,et seq.as now in effect and as may be amended from time to time.In this regard,the Sub-Recipient agrees that duly authorized representatives of HUD shall have access to any books,documents,papers,and records of the Sub- Recipient that are directly pertinent to this Agreement for the purpose of making audits, examinations,excerpts,and transcriptions. a.Subpart A-"Acronyms and Definitions" b.Subpart B-General Provisions c.Subpart C -"Pre-Federal Award Requirements and Contents of Federal Awards" d.Subpart D -"Post-Federal Award Requirements",except for §§200.305,200.306, 200.307,200.308,200.311 of 2 CFR Part 200 as detailed below: 1)"Payment"is modified for lump sum drawdown for financing of property rehabilitation activities,in accordance with 24 CFR §570.513. 2)"Program Income"is governed by 24 CFR §570.504 3)"Real Property"does not apply,except as provided in 570.200{j).Real property is governed by 24 CFR §570.505. 4)"Equipment"CDBG Sub-Recipients shall follow Section 2 CFR §200.313,except that when the equipment is sold,the proceeds shall be program income. Equipment not needed by the Sub-Recipient for CDBG activities shall be transferred to the recipient for the CDBG program or shall be retained after compensating the recipient. 5)Section 2 CFR §200.334 "Retention requirements for records"applies except that: 6 Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D For Sub-Recipients: i.The retention period for individual CDBG activities shall be the longer of five (5)years after the expiration or termination of the Sub-Recipient agreement under 24 CFR §570.503,or five (5)years after the submission of the annual performance and evaluation report,as prescribed in 24 CFR §91.520 of this title,in which the specific activity is reported on for the final time; ii.Records for individual activities subject to the reversion of assets provisions at 24 CFR §570.503(b)(7)or change of use provisions at 24 CFR §570.505 must be maintained for as long as those provisions continue to apply to the activity;and iii.Records for individual activities for which there are outstanding loan balances,other receivables,or contingent liabilities must be retained until such receivables or liabilities have been satisfied. 6)Section 2 CFR §200.344 "Closeout" City will close-out the Federal award when it determines that all applicable administrative actions and all required work of the Federal award have been completed by the Sub-Recipient.The following actions must take place to complete this process at the end of the Term. i.The Sub-Recipient must submit,no later than 45 calendar days after the end date of the Term,all financial,accomplishment,performance,and other reports as required by the terms and conditions of this Agreement. City may approve extensions when requested by the Sub-Recipient. ii.Unless City authorizes an extension,Sub-Recipient must liquidate all obligations incurred under this Agreement no later than 45 calendar days after the end date of the Term as specified in the terms and conditions of this Agreement. iii.City must make prompt payments to the Sub-Recipient for allowable reimbursable costs under this Agreement,meeting the requirements of Subpart E (2 CFR §§200.400-200.476)prior to being closeout. iv.Sub-Recipient must promptly refund any balances of unobligated cash that City paid in advance or paid and that are not authorized to be retained by the Sub-Recipient for use in other projects.See 0MB Circular A-129 and see 2 CFR §200.345 Collection of amounts due,for requirements regarding unreturned amounts that become delinquent debts. v.Consistent with the terms and conditions of the Agreement,City must make a settlement for any upward or downward adjustments to the Federal share of costs after closeout reports are received. vi.Sub-Recipient must account for any real and personal property acquired with Federal funds or received from the Federal Government in accordance with 2 CFR §200.310 Insurance coverage through 200.316 Property Trust Relationship and 200.329 Reporting on Real Property. vii.City should complete all closeout actions for Federal awards no later than one year after receipt and acceptance of all required final reports. 7 Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98O Section 18.Sponsorships:The Sub-Recipient agrees that all notices,informational pamphlets,press releases,advertisements,descriptions of the sponsorship of the program,research reports,and similar public notices prepared and released by the Sub-Recipient for,on behalf of,and/or about the Project,shall include the statement: "FUNDED BY THE CITY OF MIAMI BEACH COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM" In written materials,the words "CITY OF MIAMI BEACH COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS ADMINISTERED BY THE CITY OF MIAMI BEACH OFFICE OF HOUSING AND COMMUNITY DEVELOPMENT" shall appear in the same size letters or type as the name of the Sub-Recipient. Section 19.Examination of Records:The Sub-Recipient shall maintain sufficient records in accordance with 24 CFR §570.502,570.503(b)(2)and 570.506 to determine compliance with the requirements of this Agreement,the CDBG program,and all other applicable laws and regulations.This documentation shall include,but not be limited to,the following: a.Books,records,and documents in accordance with generally accepted accounting principles,procedures,and practices,which sufficiently and properly reflect all revenues and expenditures of funds provided directly or indirectly by this Agreement, including matching funds and program Income.These records shall be maintained to the extent of such detail as will properly reflect all net costs,direct and indirect labor, materials,equipment,supplies,and services,and other costs and expenses of whatever nature for which reimbursement is claimed under the provisions of this Agreement; b.Time sheets for split-funded employees,which work on more than one activity,in order to record the CDBG activity delivery cost by program and the non-CDBG related charges;and c.How the Statutory National Objective(s)as defined in 24 CFR 570.208 and the eligibility requirement(s)under which funding has been received,have been met. These also include special requirements such as necessary and appropriate determinations as defined in 24 CFR §570.209,income certifications,and written Agreements with beneficiaries,where applicable. The Sub-Recipient is responsible for maintaining and storing all records pertinent to this Agreement in an orderly fashion in a readily accessible,permanent,and secured location for a period of five (5)years after expiration of this Agreement,with the following exception:if any litigation,claim or audit is started before the expiration date of the five (5)year period,the records will be maintained until all litigation,claims,or audit findings involving these records are resolved.The City shall be informed in writing after closeout of this Agreement,of the address where the records are to be kept. Section 20.Audits and Inspections: a.At any time during normal business hours,and as often as the City (and/or its representatives)may deem necessary,the Sub-Recipient shall make available all records,documentation,and any other data relating to all matters covered by the Agreement,for review,inspection or audit. 8 Docusign Envelope ID:A34EEEAC-F303-4244-AD7C-830285DEE98D In compliance with 2 CFR Part 200,Subpart F-Audit Requirements,if Sub-Recipient expends $750,000 or more during the non-Federal entity's fiscal year in Federal awards,the Sub-Recipient must have a single or program-specific audit conducted for that year in accordance with the provisions mentioned above and shall be submitted to the City 180 days after the end of the Sub-Recipient's fiscal year. If this Agreement is closed-out prior to the receipt of an audit report,the City reserves the right to recover any disallowed costs identified in an audit after such closeout. b.Inspector General Audit Rights 1)Pursuant to Section 2-256 of the Code of the City of Miami Beach,the City has established the Office of the Inspector General which may,on a random basis, perform reviews,audits,inspections,and investigations on all City contracts, throughout the duration of said contracts.This random audit is separate and distinct from any other audit performed by or on behalf of the City. 2)The Office of the Inspector General is authorized to investigate City affairs and empowered to review past,present,and proposed City programs,accounts, records,contracts,and transactions.In addition,the Inspector General has the power to subpoena witnesses,administer oaths,require the production of witnesses,and monitor City projects and programs.Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget,and in conformance with the contract documents and applicable law.The Inspector General shall have the power to audit,investigate,monitor, oversee,inspect,and review operations,activities,performance,and procurement process including,but not limited to,project design,bid specifications, (bid/proposal)submittals,and activities of the Sub-Recipient,its officers,agents, and employees,lobbyists,City staff,and elected officials to ensure compliance with the contract documents and to detect fraud and corruption.Pursuant to Section 2-378 of the City Code,the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. 3)Upon ten (10)days written notice to the Sub-Recipient,the Sub-Recipient shall make all requested records and documents available to the Inspector General for inspection and copying.The Inspector General is empowered to retain the services of independent private sector auditors to audit,investigate,monitor,oversee, inspect,and review operations activities,performance,and procurement process including,but not limited to,project design,bid specifications,(bid/proposal) submittals,activities of the Sub-Recipient,its officers,agents,and employees, lobbyists,City staff,and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 4)The Inspector General shall have the right to inspect and copy all documents and records in the Sub-Recipient's possession,custody or control which in the Inspector General's sole judgment,pertain to performance of the contract, including,but not limited to,original estimate files,change order estimate files, worksheets,proposals,and agreements from and with successful subcontractors and suppliers,all project-related correspondence,memoranda,instructions, financial documents,construction documents,(bid/proposal)and contract documents,back-change documents,all documents and records which involve cash,trade,or volume discounts,insurance proceeds,rebates,or dividends received,payroll and personnel records,and supporting documentation for the aforesaid documents and records. 9 Docusign Envelope ID:A34EEEAC-F 303-42A44-AD7C-830285DEE98D 5)The Sub-Recipient shall make available at its office at all reasonable times the records,materials,and other evidence regarding the acquisition (bid preparation) and performance of this Agreement,for examination,audit,or reproduction,until three (3)years after final payment under this Agreement or for any longer period required by statute or by other clauses of this Agreement.In addition: i.If this Agreement is completely or partially terminated,the Sub-Recipient shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement;and ii.The Sub-Recipient shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this Agreement until such appeals,litigation,or claims are finally resolved. 6)The provisions in this section shall apply to the Sub-Recipient,its officers,agents, employees,subcontractors,and suppliers.The Sub-Recipient shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Sub-Recipient in connection with the performance of this Agreement. 7)Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities.The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Sub- Recipient or third parties. Section 21.Indemnification/Insurance Requirements:The Sub-Recipient shall indemnify and hold harmless the City,its officers,employees,and agents,from any and all claims,liability, losses and causes of action which may arise out of an act,omission,negligence,or misconduct on the part of the Sub-Recipient,or any of its agents,officers,servants, employees,contractors,patrons,guests,clients,licensees,invitees,or any persons acting under the direction,control,or supervision of Sub-Recipient,pursuant to this Agreement and/or the Project.The Sub-Recipient shall pay all claims and losses of any nature whatsoever in connection therewith and shall defend all suits in the name of the City,and shall pay all costs (including attorney's fees)and judgements which may issue thereon. This Indemnification shall survive the termination and/or expiration of this Agreement. The Sub-Recipient shall not commence any work and/or services pursuant to this Agreement until all insurance required under this Section has been obtained and the City's Risk Manager has approved such insurance.In the event evidence of such insurance is not forwarded to the City's Risk Manager within thirty (30)days after the commencement date of the Term,this Agreement shall automatically terminate and become null and void, and the City shall have no obligation under the terms and conditions hereof. The Sub-Recipient shall maintain and carry in full force during the Term of this Agreement, and/or throughout the duration of the Project contemplated herein,whichever is longer,the following insurance: a.General Liability Policy with coverage for Bodily Injury and Property Damage,in the amount of $1,000,000 single limit,subject to adjustment for inflation.The policy must include coverage for contractual liability to cover the above indemnification. b.Worker's Compensation and Employers Liability,as required pursuant to Florida Statutes. c.Automobile and vehicle coverage shall be required when the use of automobiles and other vehicles are involved in any way in the performance of the Agreement.Limits for such coverage shall be in the amount of $300,000,subject to adjustment for inflation. 10 Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98O d.Physical/Sexual Abuse coverage shall be required when dealing with minors.Limits for such coverage shall be in the amount of $500,000. The City of Miami Beach shall be named as an additional insured under all such insurance contracts.Thirty {30)day written notice of cancellation or substantial modification of the insurance coverage must be given to the City's Risk Manager by the Sub-Recipient and its insurance company.The insurance must be furnished by insurance companies authorized to do business in the State of Florida,and approved by the City's Risk Manager.The companies must be rated no less than "B+"as to management,and not less than "Class VI"as to strength by the latest edition of Best's Insurance Guide,published by AM.Best Company,OIdwick,New Jersey,or its equivalent,subject to the approval of the City's Risk Manager.Original Certificates of Insurance for the above coverage must be submitted to the City's Risk Manager for approval prior to any work commencing.These certificates will be kept on file in the Office of the Risk Manager,Third Floor City Hall. The City shall have the right to obtain from the Sub-Recipient specimen copies of the insurance policies,in the event that submitted Certificates of Insurance are inadequate to ascertain compliance with required coverage.Compliance with the foregoing requirements shall not relieve the Sub-Recipient of its obligation to indemnify and hold the City harmless, as required in this section. Section 22.Conflict of Interest:The Sub-Recipient covenants that no person under its employ who presently exercises any functions or responsibilities in connection with Community Development Block Grant (CDBG)funded activities has any personal financial interests, direct or indirect,in this Agreement.The Sub-Recipient covenants that in the performance of this Agreement,no person having such conflicting interest shall be employed.The Sub- Recipient covenants that it will comply with all provisions of 24 CFR §570.611 "Conflict of Interest",and State,County,and City of Miami Beach statutes,regulations,ordinances,or resolutions governing conflicts of interest.The Sub-Recipient shall disclose,in writing,to the City any possible conflicting interest or apparent impropriety that is covered by the above provisions.This disclosure shall occur immediately upon knowledge of such possible conflict.The City will then render an opinion,which shall be binding on both parties. Section 23.Venue:This Agreement shall be governed by,and construed in accordance with,the laws of the State of Florida,both substantive and remedial,without regard to principles of conflict of laws.The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County,Florida,if in State court.BY ENTERING INTO THIS AGREEMENT, CITY AND SUB-RECIPIENT EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO,OR ARISING OUT OF,THIS AGREEMENT. Section 24.Notices:All notices required under this Agreement shall be sent to the parties at the following address: City: Sub-Recipient: Alba Tarre,Department Director Office of Housing and Community Services Care of:Office of Housing and Community Development City of Miami Beach 1700 Convention Center Drive Miami Beach,FL 33139 Kristin Guerin,Executive Director Buddy Systems MIA Inc. 895 NE 87 Street Apt.2 Miami,FL 33138 11 Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D In the event that the Sub-Recipient changes the Executive Director during the term of the Agreement,such change must be notified in writing to the City within 15 days of such change. Section 25.Limitation of Liability:The City desires to enter into this Agreement only if,in so doing, the City can place a limit on City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement,so that its liability for any such breach never exceeds the sum of $5,000.Sub-Recipient hereby expresses its willingness to enter into this Agreement with Sub-Recipient's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of $5,000. Accordingly,Sub-Recipient hereby agrees that the City shall not be liable to Sub-Recipient for damages in an amount in excess of $5,000,for any action or claim for breach of contract arising out of the performance or nonperformance of any obligations imposed upon the City by this Agreement.Nothing contained in this subparagraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon City's liability as set forth in Florida Statutes,Section 768.28. Section 26.Florida Public Records Law: a.Sub-Recipient shall comply with Florida Public Records law under Chapter 119,Florida Statutes,as may be amended from time to time. b.The term "public records"shall have the meaning set forth in Section 119.011 (12), Florida Statutes,which means all documents,papers,letters,maps,books,tapes, photographs,films,sound recordings,data processing software,or other material, regardless of the physical form,characteristics,or means of transmission,made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. c.Pursuant to Section 119.0701,Florida Statutes,if the Sub-Recipient meets the definition of "Contractor"as defined in Section 119.0701 (1)a),the Sub-Recipient shall: 1)Keep and maintain public records required by the City to perform the service; 2)Upon request from the City's custodian of public records,provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time,at a cost that does not exceed the cost provided in Chapter 119,Florida Statutes,or as otherwise provided by law; 3)Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed,except as authorized by law, for the duration of the contract term and following completion of the Agreement,if the Sub-Recipient does not transfer the records to the City; 4)Upon completion of the Agreement,transfer,at no cost to the City,all public records in possession of the Sub-Recipient or keep and maintain public records required by the City to perform the service.If the Sub-Recipient transfers all public records to the City upon completion of the Agreement,the Sub-Recipient shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements.If the Sub-Recipient keeps and maintains public records upon completion of the Agreement,the Sub-Recipient shall meet all applicable requirements for retaining public records.All records stored electronically must be provided to the City,upon request from the City's custodian of public records,in a format that is compatible with the information technology systems of the City. 12 Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D d.Request for Records;Noncompliance 1)A request to inspect or copy public records relating to the City's contract for services must be made directly to the City.If the City does not possess the requested records,the City shall immediately notify the Sub-Recipient of the request,and the Sub-Recipient must provide the records to the City or allow the records to be inspected or copied within a reasonable time. 2)Sub-Recipient's failure to comply with the City's request for records shall constitute a breach of this Agreement,and the City,at its sole discretion,may:(i)unilaterally terminate the Agreement;(ii)avail itself of the remedies set forth under the Agreement;and/or (iii)avail itself of any available remedies at law or in equity. 3)A Sub-Recipient who fails to provide the public records to the City within a reasonable time may be subject to penalties under§119.10,Florida Statutes. e.Civil Action 1)If a civil action is filed against a Sub-Recipient to compel production of public records relating to the City's contract for services,the court shall assess and award against the Sub-Recipient the reasonable costs of enforcement,including reasonable attorneys'fees,if: i.The court determines that the Sub-Recipient unlawfully refused to comply with the public records request within a reasonable time;and ii.At least 8 business days before filing the action,the plaintiff provided written notice of the public records request,including a statement that the Sub- Recipient has not complied with the request,to the City and to the Sub- Recipient. 2)A notice complies with subparagraph (1 )(ii)if it is sent to the City's custodian of public records and to the Sub-Recipient at the Sub-Recipient's address listed on its contract with the City or to the Sub-Recipient's registered agent.Such notices must be sent by common carrier delivery service or by registered,Global Express Guaranteed,or certified mail,with postage or shipping paid by the sender and with evidence of delivery,which may be in an electronic format. 3)A Sub-Recipient who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. f.IF THE SUB-RECIPIENT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE SUB-RECIPIENT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT,CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION:RAFAEL E.GRA NADO,CITY CLERK 1700 CONVENTION CENTER DRIVE 13 Docusign Envelope ID:A34EEEAC-F303-4 2A4 -AD7C-830285DEE98D MIAMI BEACH,FLORIDA 33139 E-MAIL:RAFAELGRANADO@MIAMIBEACHFL.GOV PHONE:305-673-7411 Section 27.E-Verify 27.1 Sub-Recipient shall comply with Section 448.095,Florida Statutes,"Employment Eligibility"("E-Verify Statute"),as may be amended from time to time.Pursuant to the E-Verify Statute,commencing on January 1,2021,Sub-Recipient shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement Additionally,Sub-Recipient shall expressly require any approved subcontractor performing work or providing services pursuant to the Agreement to likewise utilize the U.S.Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract Term.If Sub-Recipient enters into a contract with an approved subcontractor,the subcontractor must provide the Sub-Recipient with an affidavit stating that the subcontractor does not employ,contract with,or subcontract with an unauthorized alien.Sub-Recipient shall maintain a copy of such affidavit for the duration of the Agreement or such other extended period as may be required under this Agreement 27.2 Termination Rights. a.If the City has a good faith belief that Sub-Recipient has knowingly violated Section 448.09(1),Florida Statutes,the City shall terminate this Agreement with Sub-Recipient for cause,and City shall thereafter have or owe no further obligation or liability to Sub-Recipient b.If the City has a good faith belief that a subcontractor has knowingly violated Section 27.1 of this Agreement,but the Sub-Recipient otherwise complied with such section,the City will promptly notify the Sub-Recipient and order the Sub- Recipient to immediately terminate the agreement with the subcontractor.Sub- Recipient's failure to terminate a subcontractor shall be an event of default under this Agreement,entitling City to terminate the Sub-Recipient's Agreement for cause. c.A contract terminated under the foregoing Subparagraphs (a)or (b)is not in breach of contract and may not be considered as such. d.The City or Sub-Recipient or a subcontractor may file an action with the Circuit or County Court to challenge a termination under the foregoing Subparagraphs (a)or (b)no later than 20 calendar days after the date on which the contract was terminated. e.If the City terminates the Agreement with Sub-Recipient under the foregoing Subparagraph (a),Sub-Recipient may not be awarded a public contract for at least 1 year after the date of termination of this Agreement f.Sub-Recipient is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this section. Section 28.Lobbying The Subrecipient hereby certifies that: a.No Federal appropriated funds have been paid or will be paid,by or on behalf of it,to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement,and the extension,continuation, renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement; 14 Docusign Envelope ID:A34EEEAC-F303-42A4 -AD7C-830285DEE98O b.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant, loan,or cooperative agreement,it will complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions;and c.It will require that the language of paragraph (d)of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants,and contracts under grants,loans,and cooperative agreements)and that all Subrecipients shall certify and disclose accordingly: d.Lobbying Certification e.This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 31,U.S.C.Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Section 29.This Agreement shall be binding upon all parties hereto and their respective heirs, executors,administrators,successors,and assigns. [SIGNATURES TO FOLLOW] 15 Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by their duly authorized officials on the day and date first above indicated. BUDDY SYSTEM MIA,INC. a Florida not-for-profit corporation ecre ary Rachel Komi ch Print Name 10/30/2024 I 11:06 AM EDT Date CITY OF MIAMI BEACH,FLORIDA a Florida municipal corporation Kristin Guerin,Executive Director Print Name and Title ATTEST: Signature 7xd Signature Eric Carpenter,City ManagerRafaelE.Granado,City Clerk Print Name NOV 2 1 202 Date Print Name APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION%4«di.- )City Attorney r .,k2/ Date 16 Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D EXHIBIT "A" "SCOPE OF SERVICES" Statement of Work: In compliance with 24 CFR §570 503 (b)(1)Sub-Recipient agrees to provide the following·t Sub-Recipient Name:Buddy System MIA Inc. UEI Number:V2LZTHZY15O6 Federal Award:FY 2024 CDBG Funds Federal Awarding U.S.Department of Housing and Urban Development (HUD)Agency:. Period of Performance:Contract execution date -September 30,2025 Budget:$8,221.00-as detailed in Exhibit C-Budget Budget Amendment June 30,2025Deadline Prior to the 10"of every month starting the month after contract execution, via Neighborly: Reports Due:•Progress •Accomplishments •Financial National Objective:Low-to Moderate Income Clientele (LMI) Service Location:Multiple locations within city of Miami Beach limits Program:Homebound Food Access Distribution Service:Drop off free food monthly to at least two clients who are both homebound and low-to-moderate income. Units of Service:Two clients within the City of Miami Beach limits,supported monthly with free food delivery. •Identify,screen and enroll eligible participants Deliverables:•List of groceries delivered •Proof of delivery Assistance to at least 2 number of Miami Beach participants: •Verify that the household income is below 80%of the area median Outcomes:income to qualify under CDBG regulations. Requirements/Definitions: 1.Davis-Bacon Act Compliance The Davis-Bacon Act applies to contractors and subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction,alteration,or repair (including painting and decorating)of public buildings or public works.Davis-Bacon Act and Related Act contractors and subcontractors must pay their laborers and mechanics employed under the contract no less than the locally prevailing wages and fringe benefits for corresponding work on similar projects in the area. The Davis-Bacon Act directs the Department of Labor to determine such locally prevailing wage rates. Affordable housing rehabilitation projects of eight (8)or more units using CDBG funds must ensure Davis-Bacon Act compliance. 2.Certified Payroll Certified payrolls shall be submitted weekly for each week in which any contract work is performed in compliance with Federal Labor Standard Provisions. 17 Docusign Envelope ID:A34EEEAC-F303-4244-AD7C-830285DEE98D 3.Section 3 Any Agreement greater than $210,000 that involves rehabilitation,housing construction,or other public construction,requires compliance with Section 3 of the HUD Act of 1968 as amended,and as implemented by the regulations set forth in 24 CFR 135. 4.Environmental Review All projects must have an Environmental Review completed.The Subrecipient does not assume the City's environmental responsibilities described in 24 CFR 570.604. No Project Funds will be advanced,and no costs can be incurred,until the City has conducted an Environmental Review of the proposed Project site as required per 24 CFR §58. 5.Compliance with National Objective The Sub-Recipient must maintain documentation that demonstrates that the activities carried out with funds provided under this Agreement meet one or more of the CDBG program's national objectives: (1)benefit low/moderate income persons,(2)aid in the prevention or elimination of slums or blight, or (3)meet community development needs having a particular urgency,as defined in 24 CFR § 570.208,specific documentation of which shall be maintained in the Project file. 6.Income Verification Sub-Recipient will ensure and maintain evidence that activities assisted with CDBG Funds comply with the primary National Objective,"Benefit to Low-and Moderate-Income Persons.".A low-or moderate-income household is defined as:a household having an income equal to or less than the HUD income limits.Sub-Recipients are responsible for using the most current income limits. Sub-Recipient may utilize the CDP Income Eligibility Calculator provided at https://www.hudexchange.info/incomecalculator/to determine the Household eligibility.It is the responsibility of the Sub-Recipient to become familiar with this tool. 7.Budget Amendments The goal should be to limit the use of Budget Amendments.Budget Amendments require prior written approval by the City Manager. To request a Budget Amendment,a written request for changes must be submitted to your Grant Monitor delineating the changes and providing a detailed justification for making the request. Approvals of any changes are at the sole discretion of the City Manager. Budget amendments that deviate from the original scope will be rejected and the funds in question may be subject to recapture at the sole discretion of the City Manager. 8.Employee File Review The following documentation must be included in the Sub-Recipient's file for those employees providing services under this contract as applicable. •Current Florida Driver License •Resume with evidence of Required Experience •State of Florida Board Teacher Certification/License,if applicable •Administrative Rule 6a-4.01795 -ESE education/experience,if applicable •Childcare Affidavit of Good Moral Character •Level 2 Florida Background Criminal Screening •Child Abuse and Neglect Reporting Requirement •Data Confidentiality Agreement •1-9 Verification on File 9.Evaluation 18 Docusign Envelope ID:A34EEEAC-F303-42A44-AD7C-830285DEE98D In its continuing effort to ensure contract compliance and performance,HCD will evaluate the Sub- Recipient in its fulfillment of the terms of this Agreement including,but not limited to,the following measures: •Agreement compliance •Accuracy and timeliness of Financial Reports •Accuracy and timeliness of Progress Reports •Adherence to Project timelines and Technical Assistance and Sub-Recipient Instructions •Fulfillment of prescribed outcomes 10.Monitoring &Performance Reviews City reserves the right to inspect,monitor and/or audit the Sub-Recipient to ensure contractual compliance.Monitoring visits will commence within 120 days of the Agreement's execution date.City will notify Sub-Recipient a minimum of three (3)business days prior to a monitoring visit. 11.Compliance with Local Rules,Regulations,Ordinances and Laws The Sub-Recipient must remain incompliance with all local rules,regulations,ordinances and laws (including having an active business license)in addition to those specified in the body of the Agreement.In addition,the Sub-Recipient must not owe any monies to the City at the time of Agreement execution or final release of grant funds. The City will verify with the Finance Department to ensure that no monies are due the City prior to Agreement execution 12.Rent Roll Submissions Sub-Recipients using City funds for the creation or rehabilitation of affordable housing must submit tenant rent rolls within thirty (30)days of meeting the National Objective and every year thereafter for a minimum of fifty (50)years in adherence with the affordability period required in connection with the use of these Project Funds.For completed projects,certified tenant rolls must be submitted annually by November 1st 13.Affordable Rents Criteria To ensure the housing is affordable to low-and moderate-income persons,all CDBG-assisted rental units (12 units)must have rents that are the lesser of the Section 8 Fair Market Rents periodically established by HUD for the Section 8 rental assistance program for existing housing,or rents which are 30%of adjusted income for households at 50%of area median income minus tenant paid utilities. The Subrecipient shall ensure that all of the units in the Project continue to be used to provide housing for low-and moderate-income persons at affordable rents.The affordability period for the Project will be 30 years from the date of issuance of a Final Certificate of Occupancy for the Project ("Affordability Period"). 14.Restrictive Covenant The Subrecipient shall be responsible for executing an Agreement of Restrictive Covenants that will ensure the assisted units remain affordable without regard to the term of any mortgage or the transfer of ownership for not less than the appropriate term described in the previous paragraph.The period of affordability for this Project is thirty (30)years regardless of repayment of loan and/or transfer or sale of the Project Property or any portion thereof. 15.Reporting Requirements Progress Report-The Sub-Recipient is required to submit a Project Progress Report via Neighborly software,as indicated in the Scope of Services.Even if no clients are served during any particular quarter and/or no grant funds have been expended,the subrecipient is still required to complete and submit the Quarterly Progress Report,explaining any issues and/or challenges related to the program Reports are divided into two sections: •Part 1 -Accomplishments -The report will detail the demographics of the Project beneficiaries regardless of the service being provided.In order to avoid duplication, 19 Docusign Envelope ID:A34EEEAC-F303-42A44-AD7C-830285DEE98D beneficiaries are only to be reported once after the first time a service is provided.Sub- Recipient is to report only the new clients (people)benefiting from the Project in each report with the Accomplishment Report matching race,income and other information requested. •Part 2--Narrative and Supporting Documentation -The report summarizes the progress made during the reporting period,including photos and Units of Service completed.The report should detail accomplishments compared to the annualized goals set for the activity or program. •Financial Report --Funding provided under this Agreement is available on a reimbursable basis.Reimbursement of funds under this Agreement may be requested only for necessary, reasonable,and allowable costs described in the Budget.Draws shall be submitted via Neighborly Software no more frequently than once a month.The report delineates Project expenses incurred and must include the corresponding evidence of expenses incurred for any Project related expense which is being submitted for reimbursement as detailed in Exhibit "B"Documentation.Exhibit "E"shall be completed for each draw request and included uploaded to Neighborly Software along with all back-up documentation.City is only to reimburse expenses related to the provision of services related to this Agreement. Reports will not be considered acceptable unless the following is met: •Forms are completely and accurately completed including draw number and submittal date •Necessary back-up materials are included (as stated in Exhibit "B"Documentation.) •Reports bear the signature of the person preparing the report and the Sub-Recipient's authorized signatory 16.Timeliness of Reimbursement Requests Reimbursement requests must be submitted no later than sixty (60)days from the incurrence of the expense.The City will strictly monitor this element.Please note that cancelled checks must be submitted in conjunction with all reimbursement requests.Therefore,the Sub-Recipient should calendar itself accordingly to ensure that reimbursement requests are submitted to the City in a timely manner. 17.Procurement Records All expenses incurred with grant funds require evidence of procurement according to 2 CFR Part 200 Subpart D,Procurement Standards.Please carefully read the Agreement and related HUD rules to ensure compliance. Sub-Recipient must retain and include the following rationale and documents supporting any acquisition of goods and services that are being charged to this Project in compliance with 2 CFR Part 200 Subpart D,Procurement Standards: •Rationale for the method of procurement; •Selection of contract type; •Contractor selection or rejection;and •Basis for the contract price. 18.Professional Services Contracts No part of this Agreement may be assigned or subcontracted without the prior written consent of the City,which consent,if given at all,shall be at the City's sole discretion and judgement.Professional services funded through this Agreement must adhere to procurement guidelines as appropriate and have executed written Agreements between the Sub-Recipient and the respective Vendor.Contracts must,at a minimum,specify the cost,timeline and scope of service.A copy of all professional service contracts must be submitted to the City prior to reimbursement request. 19.Training Requirements Sub-Recipient must ensure that the person responsible for preparing the Monthly Progress, Accomplishment and Financial Reports attends the HCD's Sub-Recipient Reporting Training and 20 Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D places the attendance certificate in the Project's file for inspection by HCD during its monitoring visit. 20.Proof of Insurance Evidence of appropriate and required insurance must be submitted prior to contract execution.No City funds will be dispersed prior to submission of required insurance coverage. [THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK] 21 Docusign Envelope ID:A34EEEAC-F 303-4 244-AD 7C-830285DEE98D EXHIBIT "B" "Documentation" The Sub-Recipient agrees to provide the following documents as part of its reporting requirements: To document insurance coverage: Copy of insurance policy or binder (with proof of payment)with limits and scope of coverage adding the City of Miami Beach as additional insured The Sub-Recipient agrees to maintain the following documents as part of its requirements: To document service: •Intake &screening forms must include: •Name •Date of birth •Beneficiary's address •Demographic information as required in the CDBG Accomplishment Form •Executed client consent Agreement to receive services •Program enrolled •Verify information on family size and income so that it is evident that at least 51 percent of the clientele are persons whose family income does not exceed the low- and moderate-income limit. •Any additional documents as requested by the City The Sub-Recipient agrees to provide the following documents as part of its reporting requirements: To document expenses incurred: Supporting documents to be submitted with the Monthly Finance Report are as follows: •Salaries related expenses: •Daily attendance logs -Time-sheets •Electronic payroll ledgers with corresponding bank transactions (statement) •Cancelled checks •Form 941-Employer's Quarterly Federal Tax Return •Unemployment payment •Any additional documents as requested by the City •Fringe Benefits related expenses: •Bank statements •Worker's Compensation invoice,policy and cancelled check •Any additional documents as requested by the City •Operating Expenses: •Detailed invoices/bill •Cancelled checks and/or Bank statements •Any additional documents requested by the City 22 Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D EXHIBIT "C" "Budget" The attached budget reflects the scope of expenses that may be incurred through this Agreement. D WIAMIBEACH CDBG FY 2024 Project Budget Sub-Recipient: Award Amount: Buddy System MIA $8.221 00 Project.HoreboundFood Access Distnbuion Please list all items that wll be reimbursed by the City of Miami Beach ROEERMN Executive Director Directorof Programming Community Liasion Personnel Expenses -Category Totals $s $ Quantity Unit Cost 3,000 00 100.00% 422100 10000% 1.,000 00 _100.00% sss $ IISII 3,000 00 4,221 00 1.000 00 8,221.00 Operating Expenses Quantity Unit Cost Line Total s Operating Expenses -Category Totals -t .l..----$ 0 0 Capital/Equipment Costs Quantity Unit Cost Line Total 0 0 0 0 Capital/Equipment Costs -Category Totals $ Professional Services Quantity Unit Cost Line Total 0 0 0 0 0 Professional Services -Category Totals $ Other Costs Quantity Unit Cost Line Total Other Costs -Category Totals $ZEHE 0 0 0 0 0 0 8.221 00 23 Docusign Envelope ID:A34EEEAC-F303-42A44-AD7C-830285DEE98D EXHIBIT "D" "Financial Management" To comply with Federal regulations,each program must have a financial management system that provides accurate,current and complete disclosure of the financial status of the activity.This means the financial system must be capable of generating regular financial status reports which indicate the dollar amount allocated for each activity (including any budget revisions),amount obligated (i.e.,for which contract exists), and the amount expended for each activity.The system must permit the comparison of actual expenditures and revenues against budgeted amounts.The City must be able to isolate and to trace every CDBG dollar received and prove where it went and for what it was used. The City is responsible for reviewing and certifying the financial management of any operating agency, which is not a City department or bureau,in order to determine whether or not it meets all of the above requirements.If the agency's system does not meet these requirements and modifications are not possible, the City must administer the CDBG funds for the operating agency. Support for Expenditures Sufficient support for expenses depends on the type of expenditure.They normally include the following items: •Salaries -Should be supported by proper documentation in personnel files of hire date,position,duties, compensation,and raises with effective date,termination date,and similar type information.Non- exempt employees are required by law to complete a timesheet showing number of hours they worked during the day.All employees paid in whole or in part from CDBG funds should prepare a time sheet indicating the hours worked on CDBG projects for each pay period.Based on these time sheets and the hourly payroll costs for each employee,a voucher statement indicating the distribution of payroll charges should be prepared and placed in the appropriate files.) •Employee Benefits -Should be supported by personnel policies and procedures manual,describing the types of benefits,eligibility and other relevant information.) •Professional Services -Should be supported by a complete and signed copy of the contract between the Sub-Recipient and the independent contractor,describing at the minimum,period of service,type of service and method for payments,in addition to the invoice from the private contractor. •Purchases -At a minimum,purchases should be supported by a purchase order,packing list and vendor invoice.Credit card statements,travel itineraries,vendor statements and similar items do not represent support for an expense. Records Accounting records must be supported by source documentation.Invoices,bills of lading,purchase vouchers,payrolls and the like must be secured and retained for five (5)years in order to show for what purpose funds were spent.Payments should not be made without invoices and vouchers physically in hand.All vouchers/invoices should be on vendor's letterhead.Financial records are to be retained for a period of five (5)years,with access guaranteed to the City,to HUD or Treasury officials or their representative. Audits Sub-Recipient shall adhere to the following audit requirements: 1.Audits for Federal Awards in excess of $750,000 in a fiscal year. If the Sub-Recipient expends $750,000 or more in the fiscal year in Federal awards it shall have a single audit or program specific audit conducted for that year.The audit shall be conducted in accordance with GAGAS and 2 CFR §200.501.The audit shall determine whether the financial statements are presented fairly in all material respects in conformity with generally accepted accounting principles. In addition to the above requirements,the auditor shall perform procedures to obtain an understanding of internal controls and perform sufficient testing to ensure compliance with the procedures.Further the auditor shall determine whether the Sub-Recipient has complied with laws,regulations and the provisions of this Agreement. 24 Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D A reporting package shall be submitted within the earlier of 30 days after receipt of the auditor's report(s)or nine (9)months after the end of the audit period.The reporting package will include the certified financial statements and schedule of expenditures of Federal Awards;a summary schedule of prior audit findings;the auditor's report and the corrective action plan.The auditor's report shall include: •An opinion (or disclaimer of opinion)as to whether the financial statements are presented fairly in all material respects in conformity with generally accepted principles and an opinion (or disclaimer of opinion)as to whether the schedule of expenditures of Federal Awards is presented fairly in all material respects in relation to the financial statements taken as a whole. •A report on internal controls related to the financial statements and major programs.This report shall describe the scope of testing of internal controls and the results of the test,and,where applicable,refer to the separate schedule of findings and questioned costs. •A report on compliance with laws,regulations,and the provisions of contracts and/or this Agreement,noncompliance with which could have a material effect on the financial statements. This report shall also include an opinion (or disclaimer of opinion)as to whether the Sub-Recipient complied with the laws,regulations,and the provisions of contracts and this Agreement which could have a direct and material effect on the program and,where applicable,refer to the separate schedule of findings and questioned costs. •A schedule of findings and questioned cost which shall include the requirements of 2 CFR § 200.501. 2.Audits for Federal Awards under $750,000 in a fiscal year. If the Sub-Recipient expends less than $750,000 in the fiscal year in Federal awards it is exempted from Federal audit requirements for that year and consequently the audit cost is not a reimbursable expense.The City,however,may request the Sub-Recipient to have a limited scope audit for monitoring purposes.These limited scope audits will be paid for and arranged by the City and address only one or more of the following types of compliance requirements:activities allowed or disallowed;allowable costs/cost principles;eligibility;matching,level of effort,earmarking;and, reporting. All reports presented to the City shall,where applicable,include sufficient information to provide a proper perspective for judging the prevalence and consequences of the findings,such as whether an audit finding represents an isolated instance or a systemic problem.Where appropriate, instances identified shall be related to the universe and the number of cases examined and quantified in terms of dollar value. [THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK] 25 Docusign Envelope ID:A34EEEAC-F303-42A44-AD7C-830285DEE98D EXHIBIT "E" "Report Forms" MIAMI BEACH Monthly Financial Report Sub-Recipient: Project: Funding Source: Funding Fiscal Year: Date of Reimbursement Request: 2024 Reporting Period:1.------ 0raw #1~----- BUDDY SYSTEM MIA INC. Homebound Food Access Distribution CDBG FY 2024 Expense Category Personnel ExpensesIOperatingExpenses Capital/Equipment Expenses Professional Services Expenses Other Expenses Reimbursement Summary Grant Award Previous Available Requests Balance $8.221.00 $$8.221.00[s ls $■ $$s $$$ $$$ This Request $ $ $s $ $Total Reimbursement Request $8,221.00 $-$8,221.00 Sub-Recipient Certification In accordance with the contract between the City and the Sub-Recipient:The parties acknowledge that the Funds originate from HUD,and must be implemented in full compliance with all of HUD'S rules and regulations. In accordance with the contract between the City and the Sub-Recipient.The Sub-Recipient agrees to comply with all applicable Federal regulations as they may apply to Program administration and to carry out each activity in compliance with the laws and regulations as described in 24 CFR 570 Subpart K.as same may be amended from time to time.Additionally, the Sub-Recipient will comply with all State and local (City and County)laws and ordinances hereto applicable. In accordance with the contract between the City and the Sub-Recipient.the Sub-Recipient wili ensure and maintain evidence that activities assisted with HUD funds from the City comply with the stated National Objective. Signature of Preparing Party Name Date Signature of Authorizing Party Name Date 26 Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D REIMBURSEMENT SUMMARY Reimbursement Detail Personnel Expenses Employee (Nam e &Position)Rate Quantity Total Reimb ursement $- s - $- $- $- s - $- Person nel Expe nses Total $- Operating Expenses Check Che&Date Venda Nsmne Check Amoun t Reimbur semen t Amcu nt s s s s Op erating Expenses Total $- Capital/Equipment Expenses Checo #Che&Date Vendor Nsme Checo Amo unt Reimbur semen t Amcount s s s s Capi tal/Equipme nt Expenses Total S - Professional Services Expenses Che&#Che&Date Venda Nsre Che&Amount Reimbursemen t Amou nt s s s s s Professional Services Expenses Total $- Other Expenses Che&#Che&Date Vendor Name Cheak Amount Reimbu sement Amcunt s s s s s Other Expenses Total $- 27 Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D NA1A\NA/BEACH CITY OF MIAMI BEACH Offi ce of Housing and Community Services Community Development Block Grant (CDBG)Program Sub-Recipient on-Site Monitoring Checklist Public Serv ices Date of M onitoring Visit: Sub-recipient: Address: Phone: Project Nam e/Project M anager: EXHIBIT "F" "Monitoring Tool" Fax:. A.National Objective and Eligibility:. Benefit to Low-and Moderate-Income Persons (CFR 570 208) B.Conformance to the Sub-recipient Agreement 1 Contract Scope of work -Is the full scope of services listed mn the contract files?Lust any deviation YES NO NIA Comments 2 3 4 Levels of Accomplishments Is the project achieving the expected levels of performance (number of persons served, etc )and reaching the intended client group? Is the project accomplishing what rt was designed to do? Timely Pertormance -Is the work being pertormed in a timely manner (te meeting the schedule as shown mn the Scope of Work)? Budget -Do actual expenditures match planned expenditures? 28 D ocusign Envelope ID :A34EEEA C -F303-42A4 -A D 7C -830285DEE98O 5 6 7 Requests for PaymenI -Are payment requests being submitted in a timely manner? Are payment requests consistent with level ot work accomplished? Is Program Income being reported on a monthly basis? Progress Reports -Have progress reports been submitted in a timely manner? Are progress reports complete and accurate? Special Conditions -Does the project contorm to any special terms and conditions included in the agreement? 3ub-recipient. C.Record-Keeping Systems (570.506) YES NO N/A Comments 2 3 4 Fung System--Are file orderly,comprehensive,up-to-date, secured tor confidentiality? Documentation --Does sub-recapent have established procedures tor collectung elgbduty income documentation from program participantsictents? Do project files have necessary documentation to support national objective,elgbhtty and program costs? Record Retention -Does sub-recipient nave a records retenton policy and procedure? Site _Management -Is project manager located on-site and running day-to-day operations? 29 Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A,44 C.F.R.PART 18 -CERTIFICATION REGARDING LOBBYING Certification for Contracts,Grants,Loans,and Cooperative Agreements The Contractor certifies,to the best of his or her knowledge,that: 1.No Federal appropriated funds have been paid or will be paid,by or on behalf of the Contractor,to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement,and the extension,continuation, renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the Contractor shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. 3.The Contractor shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts,subgrants,and contracts under grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31,U.S.C.§1352 (as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure,if any.In addition,the Contractor understands and agrees that the provisions of 31 U.S.C.§3801 et seq.,apply to this certification and disclosure,if any. I 8:07 AM PDT Authorized Representative (Name): Claudia Abreu gt[jgg,Representative (Signature): Lala.tru. Docusign Envelope ID:A34EEEAC-F303-42A4-AD7C-830285DEE98D SUSPENSION AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1)This Contract is a covered transaction for purposes of 2 C.F.R.pt.180 and 2 C.F.R.pt.3000. As such the Contractor is required to verify that none of the Contractor,its principals (defined at 2 C.F.R.§180.995),or its affiliates (defined at 2 C.F.R.§180.905)are excluded (defined at 2 C.F.R.§180.940)or disqualified (defined at 2 C.F.R.§180.935). (2)The Contractor must comply with 2 C.F.R.pt.180,subpart C,and 2 C.F.R.pt.3000,subpart C,and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by the City.If it is later determined that the Contractor did not comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt. 3000,subpart C,in addition to remedies available to the City,the Federal Government may pursue available remedies,including but not limited to suspension and/or debarment. (4)The Contractor agrees to comply with the requirements of 2 C.F.R.pt.180,subpart C,and 2 C.F.R.pt.3000,subpart C,while this offer is valid and throughout the period of any contract that may arise from this offer.The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." By virtue of submitting bid,bidder certifies or affirms its compliance with the Suspension and Debarment Certification. [Cegtat9.Authorized Representative (Name): ls.Gr Claudia Abreu Date Signed.(ot/a~wl~epresentative (Signature): 10/30/2024 I 8:07 AM PDT (Lau lia.ru. MIAMI BEACH Contract/Document Routing Form E77TT77% N/A Buddy System MIA Inc. 7TI CDBG FY 2024 Agreement for Buddy System MIA Inc. II [:Ji4[Jg»[Tc]is]d ET.J.[JyEj ['Fi-I'•ttI E (n!'IT Dr.Alba Tarre MD)/David Martinez %I\I \y l \...wJa7HI?TT.61771I Type 1-Contract,amendment,change order,or task order resulting from a procurement-issued competitive solicitation. Type 2-Other contract,amendment,change order,or task order not resulting from a procurement-issued competitive solicitation. Type 3-Independent Contractor Agreement (ICA)Type 6-Tenant Agreement Type 4-Grant agreements with the City as the recipient Type 7--Inter-governmental agency agreement X Type 5-Grant agreements with the City as the granter Type 8-Other: ETT.TETE7T7] On March 14,2024,the Mayor and City Commission approved Resolution No.2024-33187 authorizing the Administration to issue a FY 2024 Request for Applications (RFA)for the HOME Investment Partnership Program,Community Development Block Grant program and HOME American Rescue Plan Program Buddy System MIA Inc.submitted a proposal for CDBG The Homebound Food Access Distribution program for $80,000.00 to provide free delivery,nutritious food each month to low- income,homebound individuals who lack access to food pantries due to mobility limitations and limited support systems.By providing direct deliveries,the program ensures that vulnerable individuals receive consistent,reliable access to essential nutrition.On July 24,2024,the Mayor and City Commission of Miami Beach approved Resolution No.2024-33187 adopting the One-Year Action Plan for FY 2024,which includes a total CDBG budget of $889,998.00 and a HOME budget of $508,242.00. As a result,Buddy System MIA Inc.,was awarded a FY 2024 CDBG Agreement for $8,221.00 to provide monthly food deliveries to at least two clients who are both homebound and of low-to-moderate income.The budget will primarily cover staff salaries essential for running the program,as the food provided to clients is donated.The program expenses support personnel involved in client intake,case management,food collection and storage,food distribution,and client deliveries. Executive Director:Responsible for client intake,case management,and facilitating food distributions. Programming Director:Handles food-collection,pantry management,facilitating food distributions,and client deliveries. Community Liaison:Assists with food distributions and client deliveries. The agreement will begin on the date of contract execution and will terminate on September 30,2025.The FY 2024 grant funds will be available once the U.S.Department of Housing and Urban Development (HUD)releases the funds. 0 ETHE7CAT.EC7TIET7 TA D] (Contract execution date -9/30/2025) I?o ·FT[FT Grant Funded:I X I Yes I No I I State [x I Federal I I Other:I EI7LIL7EC7TEI ETTI ET7IHI7 TT77!TT7 EC"CAI!ITT 1 $8,221 132-0530-000345-23-404-534-25-00-00-50425 Yes X No 2 Yes No 3 Yes No 4 Yes No 5 Yes No 1.For contracts longer than five years,contact the Procurement Department.2.Attach any supporting explanation needed. 3.Budget approval indicates approval for the current fiscal year only.Future years are subject to City Commission approval of the annual adopted operating budget. City Commission Approved: r ·e 'j]I CC Agenda Item No.:I CC Meeting Date: I I I Resolution No.: [2024-33187 If no,explain why CC approval is not required: egal Form Approved:I x I Yes I I No I If no,explain below why form approval is not necessary: -ael or 1 ·)ti'2.1Mt ••i.i«:Toil7»!I Procurement:N/A Grants:N/A Budget:N/A Information Technology:N/A Risk Management:N/A Fleet &Facilities:N/A Human Resources:N/A Other:N/A