Loading...
Resolution 2025-33723 202533723 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING, IN SUBSTANTIAL FORM, THE PROFESSIONAL SERVICES AGREEMENT (THE "AGREEMENT") BETWEEN THE CITY OF MIAMI BEACH AND MIAMI RESCUE MISSION, INC., FOR AN INITIAL TERM OF(5)YEARS,WITH TWO(2)TWO-YEAR RENEWAL PERIODS AT THE CITY'S OPTION, FOR THE PROVISION OF EMERGENCY SHELTER SERVICES, INCLUDING THE PROVISION OF A MINIMUM GUARANTEED FIFTEEN (15) BEDS PER DAY, AT THE INITIAL FIXED FEE OF $25 PER BED PER DAY, IN THE BASE ANNUAL AMOUNT OF $136,875.00 FOR THE FIRST YEAR, WITH THE FIXED FEE PER BED INCREASED BY THREE PERCENT (3%) ANNUALLY, SUBJECT TO FUNDING APPROPRIATION AND APPROVAL DURING THE CITY'S BUDGETARY PROCESS DURING EACH FISCAL YEAR; FURTHER, APPROVING THE PURCHASE OF ADDITIONAL BEDS, AS NEEDED, AT THE APPLICABLE FIXED FEE, SUBJECT TO FUNDING AVAILABILITY WITHIN THE DEPARTMENT'S BUDGET; AND FURTHER,AUTHORIZING THE CITY MANAGER TO FINALIZE AND EXECUTE THE AGREEMENT. WHEREAS, pursuant to Section 2-366(c)(2) of the Miami Beach City Code for exempt professional services and in accordance with Florida Statute§287.057, this Agreement is exempt from the procurement process; and WHEREAS, the Miami Beach City Code provides that those services delineated as exempt professional services under Florida Statute § 287.057 shall not require formal bids; and WHEREAS, Florida Statute § 287.057(3)(e)(9) provides that the following services are exempt professional services "[p]revention services related to mental health, including drug abuse prevention programs, child abuse prevention programs, and shelters for runaways, operated by not-for-profit corpora[ions" provided that"in acquiring such services, the agency shall consider the ability of the vendor, past performance, willingness to meet time requirements, and price;" and WHEREAS, Miami Rescue Mission, Inc. offers a comprehensive range of services, including emergency shelter, job training, education courses, employment opportunities, mental health counseling, residential substance abuse treatment programs, and transitional and permanent housing for men that are experiencing homelessness; and WHEREAS, the City has contracted with Miami Rescue Mission, Inc. since 2003 for the provision of fifteen (15) emergency shelter beds serving homeless men; and WHEREAS, throughout the City's long-standing collaboration with Miami Rescue Mission, Inc., the vendor has proven to be able, willing to meet price requirements and has developed a positive performance record; and WHEREAS, this long-standing collaboration enables the City to offer safe, supportive shelter placements equipped with resources that help individuals pursue both short- and long- term goals; and WHEREAS, the City's current Professional Services Agreement (the "Current Agreement") with Miami Rescue Mission, Inc., executed on October 5, 20'18, initially provided fifteen (15)emergency shelter beds at a rate of$18.04 per bed, per day, and gradually increased to $22.00 per bed, per day over the span of the Current Agreement; and WHEREAS, during the Current AgreemenYs second renewal lerm, and in supporl of the City's initiative to provide street outreach services seven (7)days a week, Miami Rescue Mission, Inc. enhanced accessibility by accepting clients on weekends; and WHEREAS,the second renewal term of the Current Agreement is set to expire on October 4, 2025; and WHEREAS, Miami Rescue Mission, Inc. has expressed its willingness to continue serving as an emergency shelter provider for the City at an initial rate of $25.00 per bed, per day, for fifteen (15) beds, totaling $136,875.00 for the frst year, with the rate per bed increasing by three percent(3%) each year; and WHEREAS, pursuant to the Agreement, the City has the right, at the City Manager's sole option and discretion, to purchase additional beds at the fxed fee price; and WHEREAS, the combination of weekend availability, comprehensive services, and cost effciency makes Miami Rescue Mission, Inc. a critical partner in the City's efforts to address unsheltered homelessness with both fiscal responsibility and compassionate care; and WHEREAS,the City Manager recommends the following (i)approving, in substantial form, a new Professional Services Agreement(the "AgreemenP') between [he City of Miami Beach and Miami Rescue Mission, Inc., for an initial term of(5) years, with two (2)two-year renewal periods at the City's option, for the provision of emergency shelter services, including the provision of a minimum guaranteed fifteen (15) beds per day, at the initial fixed fee of $25 per bed per day, in the base annual amount of$136,875.00 for the first year, with the fixed fee per bed increased by three percent (3°/o) annually subject to funding appropriation and approval during the City's budgetary process during each fscal year, (ii) approving the purchase of additional beds, as needed, at the applicable fxed fee, subject to funding availability within the DepartmenYs budget; and (ii)authorizing the City Manager and City Clerk to execute the Agreement. (THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK) 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 approve, in substantial form, the Professional Services Agreement (the "AgreemenP') between the Ciry of Miami Beach and Miami Rescue Mission, Inc., for an initial term of (5) years, with two (2) hvo-year renewal periods at the City's option, for the provision of emergency shelter services, including the provision of a minimum guaranteed fifteen (75) beds per day, at the initial fxed fee of$25 per bed per day, in the base annual amount of$136,875.00 for the first year, with the fxed fee per bed increased by three percent (3%) annually subject to funding appropriation and approval during the City's budgetary process during each fiscal year; further, approve the purchase of additional beds, as needed, at the applicable fixed fee, subjecl to funding availability within the DepartmenYs budget; and further, authorize the City Manager to finalize and execute the Agreement. PASSED and ADOPTED this as day of �H�'tf 2025. ����_ Steven Meiner, Mayor ATTEST: r� .iury ,'7 G % � _ , . _�ni s,E;y,�,, . �P�'- C'+, � i 2 ' �S',, ��^ ` - afael . Granado, Cit Clerk � '� � ' �> Y i ��.IN[OPP ORAtE�' ; E,,�.. � ,i�; REGIS BARBOU s ;ar .,� ��H,.`6�-� Sponsored by Commissioner Alex J. Femandez APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION � G� 17�z.o�.,f City ney �',: Date Resolutions-C7 N MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Enc Carpenter, City Manager DATE: June 25, 2025 TITLE: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITV OF MIAMI BEACH, FLORIDA, APPROVING, IN SUBSTANTIAL FORM, THE PROFESSIONAL SERVICESAGREEMENT(THE"AGREEMENT')BETWEEN THE CITV OF MIAMI BEACH AND MIAMI RESCUE MISSION, INC., FOR AN INITIAL TERM OF (5) YEARS, WITH TWO (2) TVJO-YEAR RENEWAL PERIODS AT THE CIN'S OPTION, FOR THE PROVISION OF EMERGENCV SHELTER SERVICES, INCLUDING THE PROVISION OFA MINIMUM GUARANTEED FIFTEEN(15)BEDS PER DAY, AT THE INITIAL FIXED FEE OF$25 PER BED PER DAY, IN THE BASE ANNUALAMOUNT OF$136,875.00 FOR THE RRST YEAR,WITH THE FIXED FEE PER BED INCREASED BY THREE PERCENT (3°/) ANNUALLY, SUBJECT TO FUNDING APPROPRIATION AND APPROVAL DURING THE CIN'S BUDGETARY PROCESS DURING EACH FISCAL YEAR; FURTHER, APPROVING THE PURCHASE OF ADDITIONAL BEDS, AS NEEDED, AT THE APPLICABLE FIXED FEE, SUBJECT TO FUNDING AVAILABILIN WITHIN THE DEPARTMENT'S BUDGET; AND FURTHER, AUTHORIZING THE CIN MANAGER TO FINALIZE AND EXECUTE THE AGREEMENT. RECOMMENDATION The Administration recommends approving the Resolution to authonze the execution of Professional Services Agreement belween the Ciry of Miami Beach and Miami Rescue Mission Inc., ("Contractol') for a penod of fve (5) years, for emergency shelter services in the annual amount of$136,875, with the annual amount increased by three (3) percent annually, with two (2), two (2) year renewal penods at the Ciry's option, and further authonzing the Ciry Clerk and Ciry Manager to execute the Agreement. BACKGROUNDIHISTORY The Miami Rescue Mission, Inc.,offers a comprehensive range of services, including emergency shelter, job [raining, education courses, employment opPoAunities, mental healih counseling, residential suhstance a6use treatment proqrams,and iransitional and permanent housing for men [hat are experiencing homelessness. Since 2003, the City has partnered with the Conhaclor for the provision of fkeen(15)emergency shelter beds. This long-standing collaboration enables the City to offer safe, supportive shelter placements equipped with resources that help intlivitluals pursue both short- and long-term goals. The Miami Rescue Mission, Inc. plays a vital role in the City's outreach efforts by servinq individuals who may tace barriers to accessing other sheltere due to mental health needs, substance addictions, or criminal history. The Ciry's Homeless Outreach Services staff provides Care Coordination services to further assist sheltered individuals with accessing cntical services, such as identifcation replacement, employment services, and referrals to transitional and permanent housing. The Ci[y's wrren[agreement with The Miami Rescue Mission, Inc., executed on October 5, 2018, inilially provided fifteen (15) emergency shelter beds at a rate of$18.04 per bed, per day. Over time, the daily rate has gredually increased to ihe curtent rete of$2200 per bed, per day. During 745 the agreemenfs second renewal term, and in support of the Ciry's initiative to provide street outreach services seven (7) days a week, Contrector has enhanced accessibility 6y accepting clients on weekends—an essential feature for ensunng consistent placement options beyond standard weekday hours. The second renewal term of ihe Agreement is set to expire on October 4, 2025. The professional services provided by The Miami Rescue Mission, Inc. qualify as professional services exempl from formal bidding requirements under Flontla Statute 287.057(3)(�(b). ANALYSIS Since the execution of the original Agreement, lhe Contractor has consislently (ulfilled its contractual obligations to the Ciry, providing homeless men with access b a wide range of services, including shelter beds, substance abuse trealment services, and behavioral and mental health services. In addition to accepting clients on weekends, the Coniractor also readily accommodates the City during emergencies,—such as extreme weather conditions,�nsuring individuals in cnsis have access to safe and supportive shelter when it is needed most. The Miami Rescue Mission, Inc. has expressed its willingness to continue serving as an emergenq shelter provider for Ihe City at an initial rate of$25.00 per bed, per day,for ffteen (15) beds, with the annual amount increasing by three percent (3°/) each year. The combination of weekend availabiliry, comprehensive services, and cost efficiency makes the Contraclor a critical partner in the Ciry's efforts to atltlress homelessness with both fiscal responsibility and compassionate care. The Administretion drafled the FY 2025 Agreement to include fifteen (15)shelter beds to address and reduce homelessness amongst men in Miami Beach. Service deliverables will include medical, mental health,and substance abuse screenings,with access to corresponding ireatment services. The City's Homeless Outreach Services staff will continue to provide Care Coordination services to individuals that accept shelter placement. The Administration is seeking Ciry Commission's approval of the Fiscal Year 2025 Professional Services Agreement with The Miami Rescue Mission, Inc., for the provision of ffteen (15) shelter beds at the rate of$25.00 per bed, per tlay, in the amount of$136,875 for the frst year, with the annual amount increasing by three percenl(3%)annually,with two(2),lwo(2)year renewal lerms at the Ciry's option. FISCAI IMPACT STATEMENT $136,875 Does this Ordinance reauire a Business Imoact Estimate? (FOR ORDINANCES ONLV) If applicable, the Business Impact Estimate(BIE)was published on: See BIE at: https:llwww.miamibeachFl.qov/city-hall/city-clerk/meetinq-notices/ FINANCIAL INFORMATION 011-0560-000349-23-405-575-00-00-00- Housing 8 Community Senices �4s CONCLUSION The Administration recommends approving the Professional Services Agreement with The Miami Rescue Mission, Inc. for a period o�fve (5) years, in the amount of$136,875 for the frst year, with [he annual amount increasing by three percent (3%a) annually, with two (2), lwo (2) year renewal terms at the City's option, and authorizing the City Manager to execute the Agreement. Aoolicable Area Citywide Is this a "Residents Rioht to Know" item. Is this item related to a G.O. Bond pursuant to Citv Code Section 2•777 Proiect? No No Was this Aoenda Item initiallv reauested bv a lobbvist which. as defined in Code Sec. 2d81. includes a orincioal enaaaed in lobbvina? No If so, specify the name of lobbyist(s)and principal(sj: DeoaRmenl Housing and Community Services Soonsorlsl Co-soonsor(s1 Condensed Title Approve Agreement w/The Miami Rescue Mission, Inc. for Emergency Shelter Services. HCS Previous Actian IFor Ciri Clerk Use Onlvl 747 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND MIAMI RESCUE MISSION, INC. FOR EMERGENCY SHELTER SERVICES This Protessional Services Agreement ("Agreement") is entered into this day of 2025, with an eHective date of Odober 5, 2025 ("EBective Date"), belween the CITY OF MIAMI BEACH, FLORIUA, a municipal corporation organized and existing unde� the laws of the Sta�e o( Florida, having its principal offces et 1700 Convention Center Drive, Miami Beach, Florida, 33139 ("City"), and MIAMI RESCUE MISSION, INC., whose address is 3553 NW 50'" Street, Miami, Florida 33142 ("Contractor'). SECTqN 1 DEFINfT10NS AgreemenC ThiS Agreement between C�B Ciry anG Contrector, indW ing any exhibits and amendments therero. City Manager The chief administrative officer of the City. City Manager's Designee: The City staff member who is designated by the Cily Manager to administer this Agreement on behalf of the City. The City Manager's designee shall be the Housing and Community Services Diredor. Contractoc Fw�he pulposes of this Agreement, ConVactor shall be deemed to be an independent conVacror, and not an agent or employee of the Ciry. Services: All services, work and actions by the Contractor peAormed or undertaken pusuant[o the Agreement. Fee: Amount paid �o the Contrector as compensation for Services. Risk Manager: The Risk Manager of the Ciry, with offces at 1700 Convention Center Drive,Third Floor, Miami Beach, Florida 33139;telephone number(305) 673-7000, ExL 6435; and faz number(305)673-7023. SECTION 2 SCOPE OF WORK(SERVICESI 2.1 The scope of work to be performed by Coniracbr is set forth in Exhibif "A" attached hereto and incorporated herein (the "Services"). 2.2 Contraclor's Services, and any deliverables incident thereto, shall be completed in accordance with the timeline andlor schedule in Exhibit"A." 1 74$ SECTION 3 TERM The fertn of this Agreement ("Term") shall commence upon the Effective Date of this Agreement by all parties hereto (the EHective Date set forth on p.i hereo� and shall continue for fve (5)years, unless otherwise terminated by the City. The Term of this Agreement can be extended for Rvo (2) addilional iwo (2)-year renewal terms, at the City Manager's sole option and discretion. Notwithstanding Ihe Term provided herein, Contractor shall adhere to any specifc timelines, schedules, dates, and/or perfolmance milestones for completion and delivery of the Services, as same islare set forth in the timeline andlor schedule referencetl in Exhibit A hereto. SECTION 4 FIXED FEE 4.1 Ouring the frst year of the Term, the City agrees to pay a fxed fee of$25.00 per bed, per day, for a minimum of ffteen (15) beds, totaling One Hundred Thirly-Six Thousand Eight Hundred Seventy-Five Dollars ($136,875.00)for the year,to be used by Contractor to provide Ihe Services. Subjec� to funding appropriation and approvel during [he City's budgelary process dunng each subsequent fiscal year, the fxed fee per bed per day shall increase by 3%each year. If(untling is appropriated and approved as provided in the preceding sentence, the annual fiae0 tee will be as lollows:durim�the second year of the Term,the fized fee will be $25.75 per bed, per day, for a minimum of fifleen (15) beds, totaling One Hundred Forty Thousand Nine Hundred Eighty-One Dallars and Twenty-Five Cents (140,981.25); during the thirtl year of the 7erm(a leap year),the fxed fee will be 526.52 per bed, per day,for a minimum of fifteen (15) beds, totaling One Hundred Forly-Five Thousand Five Hundred Ninety-Four Dollars and Eighty Cents ($145,594.80); during ihe fourth year of the Tertn, ihe fxed fee will be $27.32 per bed, per day, for a minimum of fifteen (15) beds, totaling One Hundred FoAy- Nine Thousand Five Hundred Sevenry-Seven Ddlars ($149,577.00); dming the ffth year of the Term, the fixed fee will be $28,14 per bed, per day, for a minimum of fifleen (15) beds, totaling One Hundred Fifty-Four Thousand Sixty-Six Dollars and Fifty Cents ($154,066.50). If renewal terms are exercised, suDject to funding appropriation and approval during ihe Ciry's budgetary process during each subsequent fiscal year, the daily bed rate shall continue to increase by 3% annually. Additional beds may be purchased, at the City's sole option antl in its sole discre0on, at the same rate per day, per bed and if available. 4.2 CoMractor shall be compensated for the Services, as set forth in Sec[ion 2 antl Exhibit "A", as follows: The Contrador shall submit mon[hly requests for payment no later �han [he Sth day of the succeeding month. Compensation will be issued in cortesponding monthly installments. Advance payments are not allowed. The aggregate annual fee shall not exceed the sums set forth in subsection 4.1 unless additional beds are requested by and provided to the City. Invoices for services taking place prior to the beginning o� Ihe Term are no[ reimbursable. Similady, invoices for services taking place after the Term are not reimbursable. 2 749 The Ciry assumes no obligation to provide financial support of any rype in excess of the total Agreement amount. All amoun[s submitted to the Ciry must not be submitted to any other funding agency for payment. Contractor's compensation shall be further subject to and conditioned upon all or any portion of �he Services to be provided herein being allowa6le and within the Scope of Services delineated in Exhibit"A". 4.3 INVOICING Contractor shall provide the City with a tletailed imoice, on a monthly basis, by the 5" day of each month,that details all services pertormed hy Contractor in a particular month. In the event that the fAth of the month lands on a Saturday, Suntlay or hdbay,the report must be submitted the following business day. Monthty reports and reim6ursement requesls may be submitted via any of the following methods: • Electronic mail . Hand delivery • Stantlard mail Alba Tarre DeDartment Director Office of Housino and CommuniN Services 1700 Convention Center Drive I Miami Beach. Florida 33139 AlbaTarre(a�miami6eachfl.qov Contractor's invoices are subject to the review and approval of the City Manager and/or his or her designee, who shall be ihe Department Director of Ihe OKce of Housing and Communiry Services. The City shall not remit any payments to Contrecror unless Contractor provides the City wRh a detailed invoice that is acceptable to the Ciry. Upon receipt ot an acceptable and approved invoice, payment(s) shall be made within forty- �ve (45) days for that pohion (or �hose portions) of the Services salis(adorily rendered (and referenced in the particular inwice). Invoices shall be signed by an authorized employee of the Contractor, shall include a delailed descrip�ion of Ihe Services (or porlions thereon providetl, antl shall be submittetl to the City at Ihe following address: SECTION 5 TERMINATION 5.1 � TERMINATION FOR CAUSE If the ConVactor shall fail to fulfill in a timely manner, or othetwise violates, any o! the covenants, agreements, or stipulations matenal to this Agreement, the Ciry, through its City Manager, shall thereupon have the right to terminate this Agreement �or cause. Prior to exercising its option to terminate for cause, the Ciry shall notify the Con[ractor of its violation 3 750 of the particular term(s) of this Aqreement, and shall grant Contractor ten (10) days to cure such defaWt I(such default remains uncured aHer ten (10) days, [he City may terminate Ihis Agreement without furlher nolice lo Contractor. Notwithstanding the foregoing, if the pertormance of the Services by Conhactor under this Agreement is creating a temporery or permanent public healih, welfare or safety issue, as determined by the City Manager, in the City Manager's sole discretion, the City Manager may immediately suspend the Services under this Agreement for a time certain, or, in the al�ernative, termina�e lhis Agreemen[ on a given date, without providing Contrac�or with an opportunity to cure. Upon termination,the City shall be fully discharged from any and all liabilities,tluties,and terms arising out ot, or by virtue of, this Agreement. Nolwithstanding the above, the ConVactor shall nM be relieved of liabiliry ro the City for damages sustained by the Ciry by any breach of ihe Agreement Dy the Contractor. The City, at its sole option and discrelion, shall be entitled to bring any and all legallequitable actions tha[it deems to be in its best interest in order to enforce the City's righls and remedies against Contrectoc The Cily shall be entitled to recovei all costs of such actions, inGuding reasonable attomeys' fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CffV THE CITY MAY ALSO, THROUGH RS CfTY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRfTTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITFIIN THIRTY(30)DAY5 FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BV THE CITY, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH THE CRY SHALL BE q3CHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATIONFORINSOLVENCY The City also reserves the right to terminate the Agreement in [he event the Contractor is placed either in voluntary or invduntary bankruptcy or makes an assignment for the benefit of ueditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 52. 5.4 TERMINATION DUE TO LACK OF FUNDING The Ciry may also, through its City Manager, terminate this Agreement due to lack of funds, should available funding be reduced or should funding (or the Services not be approved through Ihe City's budgetary pmcess tluring the Term of this Agreement, by giving written notice to Ihe Contractor of such termina�ion. Following termination pursuant to this Section 5.4, the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. SECTION 6 4 751 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.7 INDEMNIFICATION Contrador agrees to indemnify antl hold harmless the City of Miami Beach and its offcers, employees, agents, and contrectors, from and against any and all aclions (whether a[ law or in equity), claims, liabilities, losses, and ezpenses, including, but not limited to, attomeys'fees and costs, (or personal, economic, or bodily injury, wrongful death, loss of or damage to property, which may anse or be alleged to have arisen (rom lhe negligent acts, ermrs, omissions or other wrongful conduct of the Contractor, its offcers, employees, agents, contractors, or any other person or enlity acting under ConVeUoi s control or supervision, in connection with, related to, or as a result of the Contracta's performance of the Services pursuant to this AgreemenL To ihat erztent,the Contractor shall pay all such claims and losses and shall pay all such costs and jutlgments which may issue from any lawsuit arisinq trom such claims and losses, and shall pay all costs and attomeys' �ees expended by the City in the defense of such claims and losses, including appeals. The ContraUor expressly underslands and agree5 that any insurance protection repuired by this Agreement or olherwise provided by the Contractor shall in no way limit the ContraGor's responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as provided herein. The parties agree that one percent (1%) of the tofal compensation to Contractor foi performance of Ihe Services under this Aqreement is the specific consideration from the City to the Contractor for the Contraclor's indemnily agreement. The provisions of ihis Section 6.1 and of this indemnification shall survive tMmination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS The Contraclor shall rrotwmmence any work anNor Services pursuant to this Agreement until all insurance required und¢r this Section has been obtained and such insurance has been reviewed and approved by tha Ciry's Risk Manager. The Contractor shall maiMain and carry in full fo�ce during the Term, the(ollowing insurance: 1. Comprohensive General Liability insurence in an amount not less than $500,000 combined single limit per occurrence and $7,000,000 aggregate in a policy year. Deductibles exceeding $1,000 are discouraged, unless Contractor can provide fnancial statements to aupport a hgher deductible. The Ciry of Miami Beach must be designated antl shown as an additlanal insuretl antl Ihe certifcate holtler with respects to lhis coverage. The general IiaMlity policy must contain coverage for the following: a. Bodily Injury; b. Property Damage; c. No endorsemenl for premises onty operations. 2. If applicable, Conlractor Professional Liability insurance,wilh coverage amounts not less than 5250,000 per�laim and in tha aggragate. Defense costs may be inside ihe limits of liability and the policy can be written on claims made form. The Ciry of Miami Beach is not required to be named as an Additional Insured. Professional liability insurance is generally required when lhe scope of services uses professional services that reQuire certifcation or license(s)to pmvide direct services to program participants. 5 �52 3. Workers Compensation 8 Employers Liability, as required pursuant to Florida StaWtes. Worker's Compensation Insurance must cover all employees, non- incorporated independent wntractors or Contrectors, and incorporated indepentlent contractors or Contractors that do not have worker's compensation coverage or a valid State of Florida exemption on fle with the Department of Labor, as required 6y Florida Stawtes, Chapter 440. In the event that the Con[ractor is no longer exempt from obtaining Worker's Compensation insurance, the Contrector must notify the City of Miami Beach and provide lhe necessary certifcate of insurance upon the tertnination of the exemptioa The employer's liability portion will be $500,0001$SOO,OOOI$500,000 as a minimum. The insurance must be fumished by insurance wmpanies authorized to do business in the State of Florida. All insurance policies must be issued by companies rated no less than "B+" as �o management and not less than "Class VI" as to strength by the latesl edi[ion of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All of Contractor's certifcates shall contain endorsemen(s providing Mat written notice shall be given [o the City al least [hirty (30) days pfior to terminalion, cancellation or reduclion in coverage in the policy. The insurance certificates for General liabiliry shall include the City as an atltlitional insured and shall conlain a waiver of subrogation endorsement Original certificates of insurance must be submitted to ihe City's Risk Manager for approval (prior to any work and/or services commendrg) and will be kept on fle in the Office of the Risk Manager. The City shall have the right to obtain from the Contracmr specimen copies of the insurence policies in the event that submitted ceNficates of insurance are inadequate to ascertain compliance wNh required coverage. The Contrector is also solely responsible for obfeining and suDmitting all insurance certificates (or any sub-contractoB. Compliance wkh the foregdng requiremenis shall not relieve the Contractor of the liabilities and oWfgations under this Section or under any othe� portion of this Agreement. Failure by Contractor to comply with Section 62 shall be a material breach of this Contract. The Ciry wiq not disburse any funds under this A9reement until all required CeAificates of Insurance have been provided to and have been approved by Ihe City's Risk Manager. The Gontractor shaN�of commence any work and or services pursuant to this Agreement untll all insurance required under this Seclion has been obtained antl such insurance has 6een approved by the City's Fiisk Manager. Contractor and or Contraclor's insurance agent, as applicable, shall notify the Ciry, in writing, of any material changes in insurence coverage, including, but not limited to, any renewals of existing insurance policies, not later than thirty (30) days prior to the effective date of making any material changes to the insurance coverage except for ten (10)days for lack ot payment changes. Conlractor Shall be responsible for ensuring Ihal all applicable insurance is maintainetl and submined ro ihe City for the tluration of this AgreemenL In [he event of any change in Contrectors Scope of Services, as set forih in Exhibit "A", lhe City may increase, waive, or modify in wriling any of ihe foregoing insurance requirements. Any request by a Contractor to decrease,waive, or modify any of the foregoing insurance requiremenls must be approved, in writing, by the City prior to any such decrease, waiver, or modifcalion. In the 6 753 event that an insurance policy is canceletl, lapsed,or expired during the eRective period of this Agreement, the City shall withhold all payments to Contractor until a new Certificate of Insurance required under this section is submitted and approvetl by the City. The new insurance policy shall cover the time period commencing from the date of cancellation of the prior insurance policy. The City may require Coniractor to fumish additional and different insurance coverage, or both, as may he required from time to time under applicable federal or state laws or the Ciry requirements. Provision of insurance by Contractor, in no instance, shall be deemetl to be a release, limitation, or waiver ot any claim, cause of action or assessment that lhe City may have against Con[ractor tor any liability of any nature related to performance under this Agreement or otherwise. All insurance required hereunder may be maintained by Contractor pursuant to a master or blanket policy or policies of insurance. SECTION 7 LITIGATION JURISDICTIONNENUEIJURY TRIAL WAIVER This Agreemenl shall be construed in accordance with the laws ot Ihe State of Florida. This Agreement shall be enforceable in Miami-Dade County, Florida,and if Iegel action is necessary by either party with respect to ihe 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 Cily ex�xessly waive any rights either paRy may have to a trial by jury o�any ci�ril IiUgalion related to or arising out of this Agreement. SECTION 8 LIMITATION OF CITY'S LIABILRY The Ciry desires to enter into ihis Agreement only if in so doing the City can place a limit on the City's liability far any cause of action, ior money damages due to an alleged breach by the City o(this Aqreement, so Ihal its liability for any such breach never exceeds the sum of $10,000.00. Coniractor hereby expresses its wYlingness to enter into this Agreement with Contrecla's recovery from the City for any damage action for breach of wnVact to be limited to a maximum amount of$10,000.00. Accordingly, and notwithstanding any other tertn or condition of this Agreement, Contractor hereby agrees that the City shall not be liable to the Contrector for damages in an amount in excess of the sum of$10,000.00 for any action or claim for 6reach of contract arising out of the pertormance or non-peAormance of any obligations imposed upon the Ciry by this Agreement. Nothing contained in ihi5 Section or elsewhere in this Agreement is in any way intended to be a waiver of the limitalion placed upon fhe City's liabiliry, as se[ forth in Sedion 76828, Florida Statutes. SECTION 9 DUTY OF CAREICOMPLIANCE WITH APPLICABLE LAWSIPATENT RIGHTS: COPYRIGHT: AND CONFIDENTIAL FINDINGS 9.1 DUTY OF CARE 7 754 With respect to Ihe pertormance of[he Services contemplated hereiq Contractor shall exercise thal degree o(skill, care, effciency and diligence normally exercisetl by reasonable persons and/or recognized protessionals with respect lo the performance of compareble work and/or services. 9.2 COMPLIANCE WITH APPLICABLE LAWS In its perfortnance of the Services, Contrador shall comply with all applicable laws, ordinances, and regula�ions of the City, Miami-Dade County, Ihe State of Florida, and the federal government, as applicable. 9.3 PATENT RIGHTS: COPYRIGHT: CONFIDENTIAL FINDINGS Any work product arising out of this Agreement as well as all information specifcations, processes,data and findings,are intended to be the property ofthe City and shall not otherwise be made public and/or disseminated by ConlracMr,without the priwwritten consent of the City Manager, excepting any infortnation, records etc.which are required to be disclosed pursuant to Court Order and/or Flonda Public Records Law. All reports, documents, articles, devices, and/or work produced in whole or in parl under this Agreement are intended to be tha sole and ezcWsive property of the City, and shall not be subject to any application for copyright a patent by a on behalf o� the Contractor or its employees or sutrcontractors, without tlie prior written consent of the City Manager. SECTION 70 GENERAL PROVISIONS 70.1 AUDIT AND INSPECTIONS Upon reasonable verbal w written noUce to ConVactor, and at any time during normal business hours (i.e., 9AM —SPM, Monday through Fridays, ezduding nationally recognized holidays), and as oRen as the Cky Manager may. in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the Ciry Manager, and/or such representatives as the City Manager may deem to act on the City's behalf,to audit, examine, and/ or inspec[, any and all other documents andlor records relating ro all matters covered by this Agreement, including Contractor's financial records. Contractor shall mainlain any and all such records al its place of business al the address set forth in the "Notices" section of this Agreement ConVactor agrees ro submit its agency financial audit to the City within 30 days of completion, at least once during the Term of this Agreement. 70.2 INSPECTOR GENERAL AUDIT RIGHTS (A) Pursuant to Section 2-256 0( Ihe Code of the Ciry of Miami Beach, the City has established ihe ORce of the Inspecta General which may,on a rantlom basis, peAorm reviews, audi�s, inspections and investigations on all City contracls, throughout the tluralion of said contrects. This random audit is separate and distinct from any other audit performed by or on behalf of the City. (B) The OHice of the Inspector General is authonzed to investigate City aHairs and 8 �55 empowered to review past, present and proposed City programs, accounts, records, contracts and iransactions. In additioq the Inspector Generel has the power to subpoena witnesses,atlminister oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an exisling City prqect or program may include a report conceming whether the project is on time, within hudget and in conformance with the contract documents and applicable law. The Inspeclor General shall have the power to audit, investigate, monitor, oversee, inspecl and review operations, activilies, pertormance and procurement process including but not limited to projecl design, bid specifcations, (bidlproposal) submittals, activities of the Contractor, its officers, agents and employees, lobbyists,City staff and elected officials to ensure wmpliance wiM the conhact documents and to detect frautl antl corruption. Pursuant to Section 2-378 of the City Code, the Cily is albcating a percenfage o( ils overall annual contrac[ expenditures [o fund the activities and operations of�he Offce of Inspector General. (C) Upon ten (10) days written notice to tlie Contractor, the ConVactor shall make all requested records and documents availade to Ihe Inspector Generel for inspection and copying. The Inspector General is empowered to �etain the services of independent priva[e sector autlitors lo audit, invesligate, monitor, oversee, inspec� and review operetions activities, performance and procurement process including but not limited to projed design, bid spe 'afications, (bid/proposal) submittals, activities of the Contractor its offcers, agents and employaes, lobbyists, City staff and elected oKcials to ensure compliance with the contracl documenLs and to detecl fraud and covuption. (D) The Inspeda General shall have the rght to inspect and copy all documents antl records in the Contractor's possession, custody or control which in the Inspector General's sole judgment, pertain to perfortnance of the contract, including, but not IimRed to onginal estimate fles,charge order estimate fles,worksheets, proposals and agreements from and wiM successful subwntrectors and suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction docUments, (bid/proposal) and contract documents, back-change documents, all documen45 and recortls which involve cash, [rade or volume discounts, insurance proceeds,rebates,or diviCends received,payroll and personnel records antl supporting documentatioo tor[he aforesaid documents and rewrtls. (E) The Coniractor shali make available at ils oHce at all reasonahle times the recortls, materials, and other evidence regarding the acquisition (bid preparation) and pertormance of this Agreement, for ezamination, audit, or reproduction, until three (3) _ years after fnal payment under this Agreement or for any longer period required by statule or by other clauses of this Agreement. In addition: i. If ihis Agreement is completety or partially lerminated, [he Contractor shall make available records relating to the work terminated until ihree(3)years after any resulting fnal termination settlement; and 9 756 ii. The Contractor shall make available records relating to appeals or to litigation or the settlement of claims ansing under or relating to this Agreement until such appeals, litigation, or daims are finally resolved. (F) The provisions in this section shall apply to lhe Contraclor, its offcers, agenis, employees, subconVactors and suppliers. 7he Contractor shall incorporate ihe provisions in this section in all subcontracts and all other agreements executed by the Contractor in connection with the peAormance of this Agreement. (G) Nothing in this section shall impair any independent right to the City to conduct audits or imestigative adivities. The provisions of this section are neither intended nor shall ihey be conslrued ro impose any liabiliry on the City by the Contractor or third parties. 70.3 ASSIGNMENT. TRANSFER OR SUBCONSULTING Contractor shall not subcontract, assign, or trensfer all or any portion of any work and/or service under this Agreement withoul the priof Wntten consenl of�he City Manager, which consent, if given at all, shall be in the Managers sole judgment and discretion. Neither this Agreement, nor any term or provision hereof, a rght hereunder, shall be assignable unless as approved pursuant to this Section, and any attempt to make such assignment (unless approved)shall be void. Contractor shall be responsible for all Services performed, and all expenses incurred, under this Agreement, inclutling services provided and expenses incurred by any and all subcontractors.7he Ciry shall not be liahle to any sobcontractor for any expenses or liabilities incurred under any subconVeGt.Con[rac[or shall be solely liable ta any expenses or liabilities incurred under any subcontract. CoNractor shall hdd harmless and defend, at Contractor's expense, the City against any claims, demands or actions re�a[ed to any subcontract. 10.4 PUBLICENTITYCRIMES Prior to commencement of the Services, the Contractor shall fle a State of Florida Form PUR 7068, Swom Statemenl under SeCtion 287.133(3)(a) Florida S[atutes, on Pu61ic Entity Crimes with the City's Procurement Division. 10.5 NON-DISCRIMINATION In connec[ion with the pertormance of Ihe Services, the Contrector shall not exclutle from participation in, deny the benefts of, or subject to discrimination anyone on Ihe grounds of rece, color, national origin, sex, age, disabiliry, religion, income or family staWs. Additionally, Contractor shall comply fully with the City of Miami Beach Human Rights Ordinance, codifed in Chapter 62 of ihe City Code, as may be amended from lime to time, prohibiting tliscnmination in employment(inclutling independent contraclors), housing, public accommodations, public services,and in connection with its membership or policies because o!adual or perceived race, color, national origin, religion, sex, in�ersexuality, 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 aHiliation. 10 757 10.6 CONFLICT OF INTEREST The Con[ractor herein agrees lo 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 Counry Code, and as may be amentled from time to lime; and by Ihe Ciry of Miami Beach Charter and Code(as may be amended trom�ime to time); bo�h of which are incorporated by reference herein asiffully set(orth herein. The Contrector covenants that i[presently has no interest and shall not acquire any interest, direct or indirectty, which could conflid in any manner or degree with the performance o(Ihe Services. The Contractor further wvenants that in the pedormance of this Agreement, Contrector shall not employ any person having such interest. No member ot or delegate to Ihe Congress of the United States shall be atlmitted to any share or part of this Agreement orto any benefts ansing therefrom. 10.7 CONTRACTOR'S COMPLIANCE WITH FIORIDA PUBIIC RECORDS LAW (A) Contractor shall comply with Florida Public Records law under Chapler 119, Florida Statutes, as may be amended from time b time. (B) The term "public records" s�all have the meaning set forth in Section 119.017(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing sottware, or other material, regardless of the physical form, charecteristics,or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of offcial business of the City. (C) Pursuant to Saction 119.0701 of ihe Florida Statutes, if the Contrector meets the defnition of'Contractor"as defined in Section 179.070'I(1)(a), the Contractor shall: (1) Keep and maintain public records required by the Ciry to pertorm the service; (2) Upon request(rom M8 City's wstotlian o(public records, provide the City with a copy of Ihe �equested records or albw the records to be inspected or copied within a reasonable time at a cost that does not exceed Ihe cost pmvided in Chapter 119, Florida StaWtes or as otheiwise provided by law; (3) Ensure that public records that are ezempt or confdential and exempt from public records disclosure requiremenis are not disclosed, except as authonzed by law, for the duration of the contract term and following completion of the Agreement if the Contraccor does not transfe�the records to the Cily; (4) Upon completion of the Agreement, transfer, at no cost to the Ciry, all public records in possession of Ihe Contraclor or keep and maintain public records required by the City to pertortn the service. If ihe Contrador transfers all public records [o Me Ciry upon completion of the Agreement, �he Contrac[or shall destroy any duplicate public records that are exempt or confdential and e:empt from public records discbsure requirements. I( ihe Contrector keeps and maintains public records upon completion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. All rewrds stored electronically must be provided to the City, upon request from the City's custodian of puhlic records, in a format that is compatible with the information technology systems of ihe City. (D) RE�UEST FOR RECORDS; NONCOMPLIANCE. (1) A request to inspecl or copy public records relating to the City's contract for 11 758 services must be made directly to the City. If the Ci[y does not possess the requested records, the City shall immediately noti(y the Contractor of the request, and the Contrector 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 ihe City's request for records shall constitute a breach of this Agreement, and the City, at ils sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; andlor(3) avail itself of any available remedies at law or in equity. (3) A Con[ractor who fails to provide lhe public records to ihe Ciry within a reasonable time may be subject to penalties under s. 119.10. (E) CIVIL ACTION. (1) If a civil action is fled against a Contractor lo compel production of public records relating to the Citys coniract fa services, the court shall assess and award against the Contractor the reasonable cos5 of enforcement, including reasonable attomeys' fees, if: a. The wurt tletermines thal the Contractor unlawfully refused to comply with the public records request wdhin a reasonable time�, antl b. At least 8 business days be(ore filing the acGon, the plaindH provided written notice o( the public records request, including a statement that the Contraclor has not complied with Me requesl, to the City and to the Contractor. (2) A notice complies with subparagraph (1)(b)'rf it is sent to the City's custodian of public records and to the Contraclor at the Contractor's address listed on its contraqwith Ne City or to ihe Contractor's registered agenL Such no[ices must be seot by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, wAh postage or shipping paid by the sender and with evidence of tlelivery, which may be in an electronic format. (3) A Contractw who canplies with a public records request within 8 business days aRer ihe notice is sent is not liable for the reasonable costs of enforcement. (F) IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, OR AS TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADOCa�MIAMIBEACHFL.GOV PHONE: 305-673-7411 �z 759 10.8 FORCE MAJEURE (A) A "Force Majeure" event is an event that(i) in fact causes a delay in the pertormance o(the Conirector or the City'S Obligalions under the Agreement, antl (ii) i5 beyond the reasonable control of such paAy unable to perform the obligation, and (iii)is not due to an intentional act, error, omission, or negligence of such parry, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occuRence of the event. Subject to the foregoing cnteria, Force Majeure may indude evenls such as war, civil insurrection, riot, fres, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restnctions, Vansportation accidents, strikes, sirong huvicanes or tornadoes, eaMquakes, or other acts ot God which prevent peAortnance. Force Majeure shall not indude lechnological impossibility, inclement weather, or failure to secure any of ihe required permits pursuant to the Agreement. (B) If the City or Contredor's performance of i� contractual obligations is prevented or delayed by an event believed by to be Force Ma�eure, such party shall immediately, upon learning of the occurrence of ihe event or of the commencement of any such delay, but in any case within fReen (15)business tlays thereof, provide notice: (i) of the ocwrrence of event ot Force Majeure, (II) of the nature of the evant and the cause [hereof, (iii) of the anticipaled impact on [he Agreement, (iv) of the anNcipated period of the delay,and(v)ot what course of action such party plans to take in order to mitigate the detnmental eRects of the averrt.The timely dalivery of the notice of the occurrence of a Force Majeure event is a condition precedeM to allowance of any relief pursuant to this section; however, receipt of such notice Shali not constitute acceptance that the event claimed to be a Force Majeure event is in faci Force Majeure, and the burden of proot of the occurrence of a Force Majeure event shall be on the requesting party. (C) No party herelo shall be liable for its tailure to carry out its obligations under the Agreement during a perqd when such party is rendered unable, in whole or in part, by Farce Majeure to carty out such oblgations. The suspension of any of the o6ligations under Ihis Agreement due to a Force Majeure event shall be of no greater scope and no longer durati0n Ihan is required. The party shall use i[s reasonable best eflorts lo continue to perform its obligations hereunder m the eztenl such obligations are not aftected or are only partially aHected by the Force Majeure event, and to corred or cure the eveot or condition eucusing performance and otherwise to remedy its inability to pertorm to the extent its inability to perfortn is the direcl resWt ot the Force Majeure event with all reasonaMe dispatch. (D) Obligations pursuarrt to [he Agreement that arose before the occurtence of a Force Majeure event, causing lhe suspension of performance, shall not be excused as a result of such occurrence unless such occurrence makes such perfortnance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured pnor to Ihe occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. � (E) Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence, the City may, at the sole discretlon of the City Mana9er, suspend the City's paymenl obligations under the Agreement,and may take such action without regard ro the notice requiremenis herein. Additionally, in the event that an event of Force Majeure delays a partys peAormance under the Agreement for a time period 13 760 greater than Ihirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving wntten notice to Contractor of such termination. It the Agreemen[ is terminated pursuant lo this section, Contractor shall be paid for any Services satisfactorily pertormed up to the date of termination;following which the City shall be discharged from any and all liabilities, duties, and terms ansing out of, or by virtue of, this Agreement. In no event will any condition o/Force Majeure extend Ihis Agreemeni beyond its stated term. 10.9 E-VERIFY (A) To lhe extent that Contractor provides labor, supplies, or services under this Agreement, Conlrector shall comply with Sectioa 448.095, Florida Statutes, "Employment Eligibility" ("E-VeriTy StaNte"), as may be amendetl from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Contractor shall register wi[h and use the E-Veriy system to verify lhe work authorization status o( all newly hired employees during MB Term o( the Agreement. Additionally, Contractor shall expressly require any subcontractor pertorming work or provitling services pursuant to the Agreemen� to likewise ulilize Ihe U.S. Department o/ Homeland Security's E-Verify system to verify ihe employment eligibility of all new employees hired by Ihe subcontractor. H Contraqw enters into a contract with an approved subcontrador,tha subconhactor must provide ihe Contractorwith an aKdavit stating that the suhcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contraclor shall maintain a copy of such affdavit For Ihe duration of this Agreement or such other exlerded period as may be required under this Agreement. (B) TERMINATION RIGHTS. (7) If tha Gty has a good faith belief thet Contractor has knowingly violated Section 448.09(1), Florida Statutes, which prohibils any person from knowingly employing, hiring, recruiting, or refertinq an alien who is not duty authonzed to work by the immgretion laws or the Attorney General of the United States, the City shall terminate this Agreement with Coniractor(or cause, and the City shall Ihereafter have or owe no further obligation or liabiliry to Contractor. (2) If the City has a good faith belief [hat a subcontrector has knowingly violated the foregoing Subsection 10.9(A), but the CoMrector otherwise complied with such subsection, Ihe City will promptly notify the Contractor and order the Conlractor to immediately terminate the conVacl with the subcontractoc Contractor's (ailure to terminate a subcontredor shall be an event of defautt under this Agreement, entitling City to terminale ihis Agreement forcause. (3) A contract tertninated under the foregoing Subsec�ion (B)(1) or (B)(2) is not in breach of contract and may not be considered as such. (4) The City or Coniractor or a subcontrector may fle an action with the Circuit or Cowty Court to challenge a termination under the foregoing Suhsection (B)(1) or(B)(2)no lafer than 20 calendar days after lhe date on which the conVact was terminated. (5) If the City terminates the Agreement with Contractor under Ihe foregoing Subsection (B)(1), Contractor may not be awarded a public conUact for at least 1 year after the date of termination of this Agreement. (6) Contractor is liable for any additional costs incurred by the Ciry as a result of � the termination of this Agreement under this Section 10.9. 14 761 '10.10 CONTRACTOR'S COMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS Conlractor agrees to comply with Section 787.06, Florida Statutes, as may be amended lrom time to time, and has executed the Anti-Human Trafficking ARdavit, conlaining the certification of compliance with anti-human Uafficking laws, as required by Section 787.06(13), Florida Statutes, a copy of which is attached hereto as Exhibit"B". 10.11 PROHIBITION ON CONTRACTING WITH A BUSINESS ENGAGING IN A 80VC0TT Contractor wavanls and represents that it is not currently engaged in, and will not engage in, a boycott, as defined in Section 2-375 of the City Code. In acmrdance wilh Section 2- 375.1(2)(a) of the Ciry Code, Contractor hereby ceAifies lhat Contractor is not currently engaged in, and for the duration of the Aqreement, will rwt engage in a boycotl of Israel. 10.12 PROHIBITION ON CONTRACTING WI7H AN INDIVIDUAL OR ENTITY WHICH HAS PERFORMED SERVICES FOR COMPENSATION TO A CANDIDATE FOR CITY ELECTED OFFICE Contractor warrants and represents that, within two (2) years prior to the Effective Date, Contractor has no[ received wmpensation for services pertormed for a candidate (or Ciry elected office, as contemplated by ihe prohibitions and eaceptions of Seclion 2379 of the Ciry Code. Por the avoidance of doubt, the resUictions on conhacting wRh tlie City pursuant to Section 2-379 of the City Code shaA not aoolv ro the lollowing: (a) Any individual M entily ihat provides goods to a candidate for office. (b) Any individual or entity that provides services to a candidate for offce if those same services are ragularly performed by the individual or entity in the ordinary course of business for clieMs or CUstomers other �han candidates for oRce. This includes, wittaut Rmilation, banks,felephorre or intemet service providers, printing companies, event venues, restaurants, caterars, transportalion providers, and office supply vendors. (c) My individual or enfity which peAorms licensed professional services (including for ezample, legal or accounting services). 10.13 PROHIBRION AGAINBT CONTRACTING WITH FOREIGN COUNTRIES OF CONCERN WHEN AN INDIVIDUAL'S PERSONAL IDENTIFY�NG INFORMATION MAY BE ACCESSED Con[wctor hereby agrees to comply with Section 287.138, Florida Statutes, as may be amended from [ime to time, which states that as of January 1, 2024, a governmenlal entiry may not accepl a bid on, a proposal for, or a reply lo, or enter in[o, a conVact with an enlity which would grant the entiry access to an individual's personal identifying informalion (PII), unless the entity provides the govemmental entity with an affdavit signed by an officer or representative o( the entiry under penalty of perjury attesting tha� the entity does not meet any of the criteria in Paragrephs 2(a}(c) of Section 287.138. Florida St2tutes: (a) the entity is owned by a government of a foreign counlry of concem; (b) the government of a foreign country of concem has a controlling interesl in ihe entity; or(y the entity is organized under the laws o� or has its principal place of business in a foreign country of concern (each a "Prohibited Enlity"). A foreign country of concern is defined in Section 287.138 (1)(c), Florida 15 �s2 Statutes, as may be amended from time to time, as the People's Republic of China, the Russian Federation,the Islamic Republic of Iran,lhe Democratic People's Republic ot Korea, the Republic of Cuba, the Venezuelan regime of Nicolas Maduro, or the Syrian Arab Republic, including any agency of w any other entity of significant control of such (oreign country of wncern. Additionally, beginning July 1, 2025, a govemmental entiry may not ezlend or renew a contract with a Prohibited Entily. Contractor warrants and represents that it does not fall within Ihe definition of a Prohibited Entity, and as such, has raused an auMonzed representative o(Conlrector to execute Me "Prohibition Against Contracting with Entities of Foreign Coun[ries of Concem AffdaviP, incorporated herein by reterence and attached hereto as Exhibit"C". SECTION 11 NOTICES All notices and communications in writing required or pertnilted hereunder, shall be delivered personally to the representalives of the Contractor and lhe City listed 6elow or may be mailed by LLS. Certifed Mail, retum receipt requested, postage prepaid, or by a nationally recognized overnight delivery service. Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CONTRACTOR: The Miami Rescue Mission, Inc. Attn: An�onio Villasuso, President 3350 N W 50°i Street Miami, Fbrida 33142 (305)571-2232 TO CITY: City of Miami Beach Office of Housing antl Community Services Attn: Alba Ana Tarre, Department Director 1700 Convention Center Drive Miami Beach, Florida 33139 (305) 67&7491 Notice may also be pmvided to any other address designated by the party to receive notice A such alternate address is provided via U.S.certified mail,reWm receipt requested,hand delivered, or by ovemight delivery. In the event an altemate notice address is propedy provitletl, nolice shall be senl to such altemate address in ad0ition to any other address which notice would oNerwise be sen[, unless other delivery instruction as spec�cally provided for by the party entitled to notice. No[ice shall be deemed given on the day on which personaliy served, or the day of receipl by either U.S. certifed mail or ovemight delivery. SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS 16 763 This Agreement cannot be modifed or amended without the express wntten consent of the parties. No modification, amendment, or alteration of lhe terms or condilions conlained herein shall be effective unless contained in a wntten document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY I( any lerm or provision of this Agreement is held invalid or unenforceable, �he remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 ENTIRETY OF AGREEMENT The Ciry and Contractor agree that this is the entire Agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicable to lhe matters contained herein, and there are no commitments, agreements o� understandings wnceming the subject matter of ihis Agreement that are not contained in this documenc Title and paragraph headings are /or convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. 12.4 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (D) Contracror shall comply with Fbrida PuWic Records �aw under Chapter 119, Florida Statutes, as may be amended from time to time. (E) The term "pudic records" shall have the meanirg set forth in Section 119.011(12), which means all documents, papers, let�rs, maps, books, tapes, photographs, flms, sound recordings, data processing soflware, or other matenal, regardless of ihe physical torm, characteristi�s,ar means of Vansmission, made or received pursuant to law a ordinance or in connection Hnth the irensaction of official business o�the City. (F) Pursuan� lo SeCtion 119.0701 of �he Florida Statutes, if Ihe Conlractor meets lhe definition of"Conhactor' as defined in Section 119.0701(1)(a), ihe Contractor shall: (5) Keep and maintain puMic records required by the Ciry to perform the service; (6) Upon request hom the City's custodian of public records, provide the City with a copy of the requested rewrtls or allow the rewrds to be inspeded or wpied wiMin a reasonade time at a cost that does not exceed the cost provided in Chap[er 119, Fbntla Statutes or as otherwise providetl by law; (7) Ensure ihat public records that are exempt or wnfdential and exemp[ from public recads disdosure requirements are not disclosed, excep�as authorized by law, for the duration of the wntract tertn and following completion of the Agreement if the Contrector dces not trans(er the records to the City; (8) Upon completion of the Agreement, transfer, at no cost to the Ciry, all public records in possession of the Contraclor or keep and maintain public records requiretl by the City to pedorm the service. If lhe Contractor transfers all public recortls lo the City upon complelion of Ihe Agreement, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If Ihe Contrector keeps and maintains public records upon completion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. NI records 17 764 stored electronically must be provided to ihe Ciry, upon requesi from the City's custodian of public rewrds, in a format that is wmpatible with the infortnation technology systems of the City. (0) REQUEST FOR RECORDS; NONCOMPLIANCE. (1) A request to inspect or copy public records relating to the City's contrad for services must be matle directly to the Ciry. If Ihe City dces not possess the requested records, ihe City shall immediately notify the Contractor of the �equest, and the Contractor must provide the records lo [he City or allow lhe records to be inspected or copied within a reasonable time. (2) Contractor's failure to comply with the City's request for rewrds shall constitute a breach of this Agreemen[, and lhe City, et its sole discre�ion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Aqreement; andlor(3)avail itself d any available remedies at law or in equiry. (3) A Contraclor who fails to provide the public records lo the Cily wi[hin a reasonable lime may be subjecl to penalties under s. 119-10. (E) CIVIL ACTION. (1) If a civil action is fled against a Contracta to compel production of public records relating to the Citys coNrad fw services, the court shall assess and award against Ihe ConUactor the reasonable costs of enforcement, induding reasonable attorney fees. If. a. The court determines that the Contractor unlawfully refused to comply with the public records request wdhin a reasonade time; and b. At least 8 business days before filing Uia action,Me plain[iH provided written ndice of !he public records request, including a slatement that the Contrector has not complied with lhe requesL to the City antl to the Contractor. (2) A notice canplies wiN subparegraph (1)(b) if it is sent to the City's custodian of pudic records arM to the Contractor at the Contractor's address listed on its contract with Ihe Ci�y or[o the Contractor's registered agenc Such notices must be sent by common wrrier delivery service or by regislered, Global Express Guaranteed, or certified mail, with postage or shipping paid by Ihe 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 enforcemeM. (F� IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 18 �65 E-MAIL: RAFAELGRANADOCa�MIAMIBEACHFL.GOV PHONE: 305-673-7411 12.5 JOINT PREPARATION The parties hereto acknowledge that they have sought and received whatever competent advice and counsel as was necessary for them to fortn a full and complete underslanding of all rights and obligations herein and that the preparation of this Agreement has been a joint effort of the parties, the language has been agreed to by parties to ezpress their muWal intent antl the resulting document shall not, solely as a matler o(judicial construction, be construed more severely against one of the parties than the olher. 72.6 CONFIDENTIALITY Contrector and the City understand that during the course of perfortning the Services hereunder, each party may have access to certain confdential and proprietary information antl materials of the other party in order to further performance of the Services. The paAies shall protect confdential informalion and comply with applicable federal and state laws on confdentialiry to prevent unauthorized use, dissemination or publication of confitlential information as each party uses to protect its own confdential information in a like manner.The parties shall not disclose confdential information to any third party (e.cept that such information may be discbsed to such party's attorneys),a lo any employee of such party who tloes not have a need to know wch information, which need is related to pedormance of a responsibility hereunder.However,lhis Agreement imposes no obligalion upon the parties with respect to conftlen[ial information which (a) was lawfully known to the receiving party before receipt from the other, (b) is or becanes a matter of public knowledge thmugh no fault of the receiving pa�ty, (c) is riqhlTully received Dy the receiving party from a third party without reslrictfon on disclosure, (d) is intlependenty developed by or For that party, (e) is disclosed under operation of law, (�is disclosed by the receiving party with the other party's prior written approval, a (g) is subject to disclosure pursuant �o Public Records Laws including, withoul limitation, Chapter 119 of the Fbrida Stffiutes or is othenvise required to be disGosed by law. The confidentiality provision of this Agreement shall remain in full force and effect after Ihe termination of this Agreement. 12.7 DATA SECURITY OBLIGATION Contractor shall maintain an appropriate level of data secunty for the personally identifable information (Plq which Contrac[or is collecting or using in the pertormance o!this Agreemen[. PII is infortnation Ihat can uniquely identify, contact, or locate a single person or can be used with other sources to uniquely identify individuals. Contractor shall maintain and adhere to a written Data Security Policy that addresses requirements regarding the protection of PII from unauthorized access and protection against tlata breaches, and ensures Contractor is in compliance wilh applicable federal and state standards with respecl to transmission, receipt and storage of PII on Contraclor's computing network and as paper records. This policy shall address the topics of wmputer passwords, screensavers that lock computers, securing physical facilities, storing data, data use, data confdentiality agreemenis, and staff training 19 766 related to the policy. Additionally, Contractor is responsible for approving and trecking all Coniractor employees who request system or information access and ensuring that user access has been removed from all tertninatetl employees of Conhactor. FJI employees and independent contractors performing work or duties related to this Agreement will sign a Data Confdentiality Agreement prior to beginning work related to this Agreement. Coniractor must also abide by all requirements to protect client protected PII. 12.8 WAIVER OF BREACH A party's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modifcation of this Agreement. A party's waiver of any breach of a provision of fhis Agreement shall not be deemed a waiver of any subsequen! breach and shall not be construed to be a modification of the terms of this Agreement. THE REMAINDER OF TNIS PAGE IS INTENTIONALLY LEFT BLANK. � �� � � ^� ; 20 767 IN WITNESS WHEREOF, ihe parties hereb have raused this Agreement to be executed by their appropriate officials, as of the date frst entered above. FOR CITY: ATTEST: CITY OF MIAMI BEACH, FLORIDA By: Rafael E. Granado, City Clerk Eric T. Cerpenler, P.E., City Manager Date Date FOR CONTRACTOR: ATTEST�. Miami Rescue Mission, Inc. By: PriM Name/Title Print Name/Title Date Date Corporete Seal 21 768 EXHIBIT "A" "SCOPE OF SERVICES" The Contractor shall provide the following services to individuals reFerred for emergency shelter placement (clients): � . � Bed Roster Report 1 Report Daily Attendance Roster Emergency Housing 15 beds per day, Attendance Roster with additional betls i requested and available Meals , 3 meals per dayl Attendance Ros�er L _ �per client placed _., � Related Definitions: 7he City's goal is to reduce homelessness by providing emergency shelter to homeless persons as a means of [ransiUoning them to stability and, ultimately, permanent housing. The City adheres to a strengths-based client engagemenl strategy that seeks to ulilize a clienPs strengths to devise plans that incorporate these natural strengths to overcome existing service gaps or personal barriers. We seek to adhere to cultural competency s�andards and engage the client at hislher level of comprehension. In order to achieve tMs and ensure ihat finite Dublic resources are used eKciently, the City will expect the following: Intake 8 Consent— The Intake provides prospective clients with an overview of shelter services and the benefts and ezpectations of program participation. Client consents required for program participation are exewted by the Ciry enabling ihe provision of(urther services by the City and Contractor. Client Termfnatlon — The Contractor may terminate clients for failure to adhere lo shelter rules. The ConVaCtor will notify the City in writing of any terminations and the reasons for such termination. Service Deliverables The Contracmr shall provide the following services, as appropriate: a. Testing for tuberculosi5 wilhin forty-eight (48) business hours of admittance to shelter; b. Clean clothing and hygiene products, if available; c. Random drug and alcohol tests will be conducted monthly and/or at shelter staffs discretion, with test results includetl in clienYs case fle; d. The City reserves the right to conduct periodic audits of client files ro ensure adherence lo service benchmarks; and e. Access to medicai, mental, and substance abuse treatment services. 22 769 Clients will receive case management services from the City with an emphasis on obtaining stability, entitlements, and housing. This includes: a. Development of a Care Plan and documentation of contads; b. Referrals for specialized health, substance abuse, mental health screening and treatment will be made for clients based on need or their request; c. Referral to other entitlement services including, but not limited lo, Veterans Administration, SNAP and Medicaid; d. Referral to educational and vowtional iraining; e. Create and maintain client resume on fle; t. Referral for employment; and g. Referral to permanent housing, among other services. Employeel Contraclor File Review The following documentation must be included in the employee/ConVaclor file for Ihose employeeslContraclors' providing services under �his contract The fdlowing must be includetl in the employee files: . Employment Appliwtion • Evidence o�degree/credentials • Job�escription Signed by Employee • Evidence of Required Experience �� . Florida Backgroun0 Crininal Screeni�g • Proof o(Knowledge of PdiGies & Procedures • Confidentialiry Agreement Re: Client IntameNon • Documentation of Agency Training�ln-Service Training • Evidence of completion of mandatory inclusion training provided by Pndelines . I-9 Ve�ification on File The City reserves Ihe righl to inspect employee/Contractor files with due notice (at least forty-eigM (48) hours in advance of planned site visit) to ensure adherence to contrectual expectations. Monkoring &Performance Reviews The City reserves[he rightM iaspect, monitor andlor audit the Con[ractor to ensure contrectual compliance. This indudes, but is not limited to: • Review of on-site service tlelivery . Inspection and review of budgetary and employee ftles (for those employees providing services under this Agreemen�) Promotion &Public Relations Requirements The Coniractor agrees[o receive City of Miami Beach Homeless Outreach Program Brochures and make Ihem available to clients during all in-person client interactions. Contractor agrees to identify ihe City as funder in all media, promotional malerials and press releases referencing the program's services within the City of Miami Beach. 23 7�� Additional Documentation Contrector shall submit Ue following documentation to City immediately upon ezecution of the Agreement: . All required insurance certificates . Copy o�most recent financial audit, as appropriate • Copy ot required business licenses and permits . List of all members of Contractor's Board of Directors, if applicable • Contrec[or's Board of Directors by-laws, if applicable . ConFlict of Interest policy • Agency 990 Form . Agency W-9 Form ..��y ����'^ . THE REMAINDER OF THIS PAGE IS INTENTpNALLY LEFT BLANK. .:L�dJ�� 4` F ` •..`�� �x'�,.,,�,. � � � �}: FaF,_. :i'. .. sy �; ��, rLL A'y� Y: �F. u ;. �. �j�se �., µ �.,��..t>, 24 771 EXHIBIT"B" ANTI-HUMAN TRAFFICKING AFFIDAVIT In accordance with Section 787.06 (13�, Florida Statutes, the undersigned, on behalf of 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 Treffcking". I understand that I am swearing or affrming under oath to the truthfulness of ihe claims made in ihis affdavit and Ihat the punishment for knowingly making a false statement includes fnes and/or imprisonment. The undersigned is authorized to ececu[e this aff�davi[on behalf of Contractor. CONTRACTOR: Miami Rescue Mission, Inc., a Florida not-tor-profit corporation. Name(fitle: (Address) State o( County of The foregoing instrumeM was ackirowledged before me by means of O physical presence or ❑ online notarization, Nis _ day of , 2025 by , as of Miami Rescue Mission, Inc., a Florida noFfor-profit corporetion, known to me to be the person describetl herein, or who produced as idenlifca[ion, and who ditl/did not take an oath. NOTARY PUBLIC: (SignaNre) (Prin[ Name) My commission ezpires: 25 772 EXHIBIT "C" PROHIBITION AGAINST CONTRACTING WITH FOREIGN COUNTRIES OF CONCERN AFFIDAVIT In accordance with Section 287.138, Fbrida Statutes, incorporated herein by reference, the undersigned, on behalf of Contractor, hereby anests under penalty of perjury that Contraclor does not meet any of the following criteria in Paragrephs 2(a}(c)of Section 287.138, Florida StaWtes: (a)Contractor is owned by a govemment of a foreign country of concern;(b)the government of a foreign country of wncem has a controlling interest in Contractor, or(c)Contractor is organized under ihe laws of or has its principal place of business in a(oreign counlry of wncem. I understand that I am swearing or aKrming under oath, under penalties of perjury, to the tmthfulness of the daims made in this a�davit and that the punishment for knowingly making a false slatement includes f nes andlor imprisonment. The undersigned is authorized to ezecute this affdavit on behalf of Contractor. CONTRACTOR: Miami Rescue Mission, Inc., a Fbrida not-forprofit corporatlon. NamelTitle: (Address) State of County of The foregoing instrument was acknowletlged before me by means of O physical presence or ❑ online notarization, this tlay of 2025 by , as , of Miami Rescue Mission, Inc., a Florida not-fa-proft corporalion, known to me to be Ihe person described herein, or who pmduced as identification, and who didldid nd take an oath. NOTARY PUBLIC: (SignaNre) (Print Name) My wmmission expires: 26 773