Loading...
Res No 148-23-16081 (Rescinded by 038-24-16143)RESOLUTION NO. 148-23-16081 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING MIAMI RECOVERY PROJECT INC. FOR UNHOUSED OUTREACH SUPPORT PROGRAM SERVICES FOR THE FISCAL YEAR 2023-2024 IN AN AMOUNT NOT TO EXCEED $28,920; AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT FOR SUCH SERVICES; PROVIDING FOR AUTHORIZATION, IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. WHEREAS, the City of South Miami (the "City") wishes to engage a firm to provide unhoused outreach support program services, including a designated peer specialist to assist the City and unhoused individuals with a variety of services, including recovery coaching, advocacy, training, facilitating recovery, educational and enrichment groups, linkages to community resources and mentoring (the "Services"); and WHEREAS, Miami Recovery Project Inc. (the "Consultant") has submitted the proposal attached hereto as Exhibit "A" ("Proposal") to perfo11n the Services for the City; and WHEREAS, Section 5.H. of Article III, of the City's Charter, provides that competitive bids are not applicable to the purchase of expert services that are approved by the City Commission; and WHEREAS, the City Commission desires to select the Consultant to perform the Services and authorize the City Manager to enter into an agreement with the Consultant, in substantially the form attached hereto as Exhibit H.B", in an amount not to exceed $28,920.00 for Fiscal Year 2023- 2024 (the nAgreement"); and WHEREAS, the cost for the Servic~'l will be charged to the Police Contractual Services Account 001-1910-521-3450; and Page 1 of3 R es. No. 14 8-23 -160 8 1 WHEREAS, the City Commi ssion find s th a t thi s R eso lution is in the best inte res t and wel fa re of the C ity and it s r esid e nts. NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COM..l'\1.ISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS: Section 1. Reci tals . T he above-s tated recit a ls are true a nd cor rect a nd are inco rporated he re in by thi s re fere nce. Section 2. Selection and Authorization. T he C ity Commiss io n here by sele ct s the Cons ultant fo r th e Ser v ices pursuant to t he Proposal att ac he d he re to as Ex hibit "A", and authori zes the City Ma nager to e nter into the Agreem e nt w ith the C ons ultant, in s ubs tantiall y the form attac hed h ere to as Exhibit "B", in an am ount n ot to e xceed $28,9 20.00 fo r F iscal Year 2023-2 0 24, s ubjec t to th e approval of th e C ity Allorn ey a s to for m and legal s uffi c ie ncy . The cos t fo r the Serv ices w ill b e c harged to Po lice Cont rac tu al Ser vices Acc ount 001-1 9 10-52 1-3450. Section 3. Imple mentation. The C it y Manage r is he re by authori zed to take an y a nd a ll necessary actio n to implement the pu rposes of thi s Reso lution. S ection 4 . Corrections . C onfo m1in g la nguage o r techni ca l scri vene r-type conect io n s may be m ade by the C ity A ttorn e y fo r any confonning amendme nt s to be incorp orated into the fin al resolutio n for s ignature. Section 5. Effective Date. T his R esoluti o n sh a ll becom e effecti ve immedi a te ly upo n adoption . PASSED AND ADOPTED thi s 7~ day of ~f.er' , 2 023. ATTEST: APPRO VED: Page 2 o f 3 Res. No. 148-23-1608 1 READ AND APPROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECUTION THEREOF WEISS S~N COLE & BfERMAN, P.L. CITY ATTORNEY COMMIS SION VOTE: Mayor Fernandez: Vice Mayor Bonich: Commiss ioner Calle: Conunissioner Liebman: Commissioner Corey: Page 3 of3 5-0 Yea Yea Yea Yea Yea Agenda Item No:7. City Commission Agenda Item Report Meeting Date: November 7, 2023 Submitted by: Samantha Fraga-Lopez Submitting Department: City Manager Item Type: Resolution Agenda Section: Subject: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING MIAMI RECOVERY PROJECT INC. FOR UNHOUSED OUTREACH SUPPORT PROGRAM SERVICES FOR THE FISCAL YEAR 2023-2024 IN AN AMOUNT NOT TO EXCEED $28,920; AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT FOR SUCH SERVICES; PROVIDING FOR AUTHORIZATION, IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER) Suggested Action: Attachments: Memo Unhoused outreach.docx 47L2856-Reso_Selecting_Miami_Recovery_Project_-_Unhoused_Outreach_Support_Program_CAv1 (1).docx Exhibit A- CityofSouthMiamiProposal (2) (002).docx Exhibit B- PSA Miami Recovery Project - Unhoused Outreach Program Services CAv1.docx 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM:Genaro “Chip” Iglesias,City Manager DATE:November 7, 2023 SUBJECT:Miami Recovery Project-Unhoused Outreach RECOMMENDATION:Authorize the City Manager to negotiate and enter into a contract with Miami Recovery Project, Inc. for unhoused outreach support program services for an amount not to exceed $28, 920 in FY 24. BACKGROUND:The City wishes to engage Miami Recovery Project to provide unhoused outreach support program services, including a designated peer specialist to assist the City and unhoused individuals with a variety of services, including recovery coaching, advocacy, training, facilitating recovery, educational and enrichment groups, linkages to community resources and mentoring. A peer specialist who is dedicated to the City of South Miami and can assist Officer Lilavois with unhoused outreach,will aid in facilitating temporary or permanent housing and/or services for those in need of same. FUNDING:$28,920 will be charged to account 001-1910-521-3450, Police Contractual Services. ATTACHMENTS:Resolution Miami Recovery Project Proposal PSA 2 Page 1 of 3 RESOLUTION NO. 2023-1 A RESOLUTION OF THE MAYOR AND CITY 2 COMMISSION OF THE CITY OF SOUTH MIAMI, 3 FLORIDA, SELECTING MIAMI RECOVERY PROJECT 4 INC. FOR UNHOUSED OUTREACH SUPPORT PROGRAM 5 SERVICES FOR THE FISCAL YEAR 2023-2024 IN AN 6 AMOUNT NOT TO EXCEED $28,920; AUTHORIZING THE 7 CITY MANAGER TO ENTER INTO AN AGREEMENT FOR 8 SUCH SERVICES; PROVIDING FOR AUTHORIZATION, 9 IMPLEMENTATION, CORRECTIONS, AND AN 10 EFFECTIVE DATE.11 WHEREAS, the City of South Miami (the “City”) wishes to engage a firm to provide 12 unhoused outreach support program services, including a designated peer specialist to assist the 13 City and unhoused individuals with a variety of services, including recovery coaching, advocacy, 14 training, facilitating recovery, educational and enrichment groups, linkages to community 15 resources and mentoring (the “Services”); and16 WHEREAS,Miami Recovery Project Inc. (the “Consultant”) has submitted the proposal 17 attached hereto as Exhibit “A” (“Proposal”) to perform the Services for the City; and 18 WHEREAS, Section 5.H. of Article III, of the City’s Charter, provides that competitive 19 bids are not applicable to the purchase of expert services that are approved by the City 20 Commission; and 21 WHEREAS,the City Commission desires to select the Consultant to perform the Services 22 and authorize the City Manager to enter into an agreement with the Consultant, in substantially the 23 form attached hereto as Exhibit “B”, in an amount not to exceed $28,920.00 for Fiscal Year 2023-24 2024 (the “Agreement”); and25 WHEREAS,the cost for the Services will be charged to the Police Contractual Services 26 Account 001-1910-521-3450; and27 3 Page 2 of 3 WHEREAS,the City Commission finds that this Resolution is in the best interest and 28 welfare of the City and its residents. 29 NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY 30 COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS:31 Section 1.Recitals.The above-stated recitals are true and correct and are incorporated 32 herein by this reference.33 Section 2.Selection and Authorization. The City Commission hereby selects the 34 Consultant for the Services pursuant to the Proposal attached hereto as Exhibit “A”, and authorizes 35 the City Manager to enter into the Agreement with the Consultant, in substantially the form 36 attached hereto as Exhibit “B”, in an amount not to exceed $28,920.00 for Fiscal Year 2023-2024, 37 subject to the approval of the City Attorney as to form and legal sufficiency. The cost for the 38 Services will be charged to Police Contractual Services Account 001-1910-521-3450. 39 Section 3.Implementation. The City Manager is hereby authorized to take any and 40 all necessary action to implement the purposes of this Resolution.41 Section 4.Corrections. Conforming language or technical scrivener-type corrections 42 may be made by the City Attorney for any conforming amendments to be incorporated into the 43 final resolution for signature.44 Section 5.Effective Date.This Resolution shall become effective immediately upon 45 adoption.46 PASSED AND ADOPTED this ____ day of _____________, 2023.47 48 49 ATTEST:APPROVED: 50 51 52 53 CITY CLERK MAYOR54 4 Page 3 of 3 55 56 57 58 READ AND APPROVED AS TO FORM, COMMISSION VOTE:59 LANGUAGE, LEGALITY AND Mayor Javier Fernández:60 EXECUTION THEREOF Vice Mayor Lisa Bonich:61 Commissioner Steve Calle:62 Commissioner Joshua Liebman:63 Commissioner Brian Corey:64 WEISS SEROTA HELFMAN COLE 65 & BIERMAN, P.L. 66 CITY ATTORNEY67 5 9360 Sunset Drive #265, Miami FL 33173 305-967-8509 info@miamirecoveryproject.org BUDGET NARRATIVE –Miami Recovery Project/City of South Miami Unhoused Outreach Support Program -FY 2023-2024 PROPOSAL AS FOLLOWS: Miami Recovery Project would provide the following: a.Time:A dedicated Peer Specialist for two eight-hour days per week to be present on-site in the City of South Miami (hereafter known as “the City”),days to be designated by the City. Should Peer Services be needed outside of the scheduled days during any week, (e.g., transportation), hours may be adjusted the following week by agreement between MRP and the City. b.Peer Specialist: The Peer Specialist will provide a variety of services including but not limited to recovery coaching, advocacy, training, facilitating recovery, educational and enrichment groups, linkages to community resources, and mentoring. c.Oversight: The designated Peer Specialist, and all services included in this agreement will be under the direct supervision of MRP Peer Supervisor, Brian Sims-CRPS-V. He will be the main point of contact from MRP regarding any questions, concerns, changes etc., the City wishes to address at any time. 2. Deliverables a.Peer Specialist and/or OPS will coordinate with City of South Miami in the instance that specific services cannot be delivered immediately, to establish a recovery management plan and continuity of care for the individual in need. b.Peer Specialist will utilize the Miami-Dade homeless Trust and DCF (via South Florida Behavioral Health Network dba Thriving Mind) resources and internal MRP resources to quickly provide resource linkage for an individual in need, utilizing the “Housing First” care model. c.Peer Specialist will use the Evidence-Based Tool “Recovery Capital Scale” to identify strengths and barriers for an individual in need and create a “Recovery Management Plan” with the individual to assist the individual to reach their full potential and towards permanent housing. d. Peer Specialist will utilize the Miami-Dade homeless Trust and DCF (via South Florida Behavioral Health Network dba Thriving Mind) resources and internal MRP resources to quickly provide resource linkage for an individual in need, utilizing the “Housing First” care model. e. Peer Specialist will use the Evidence-Based Tool “Recovery Capital Scale” to identify strengths and barriers for an individual in need and create a “Recovery Management Plan” with the individual to assist the individual to reach their full potential and towards permanent housing. 3. Budget a.An annual fee of $28,920.00 to cover the above-named services is proposed, which would be payable in monthly installments of $2,410.00. 6 City of South Miami, FL Page 1 of 13 PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SOUTH MIAMI, FLORIDA AND MIAMI RECOVERY PROJECT INC. THIS AGREEMENT (this “Agreement”) is made effective as of October __, 2023 (the “Effective Date”), by and between CITY OF SOUTH MIAMI, FLORIDA, a Florida municipal corporation, (the “City”) and MIAMI RECOVERY PROJECT INC., a Florida not for profit corporation (“Consultant”). WHEREAS, the City desires to engage a firm to provide unhoused outreach support program services, including a designated peer specialist to assist the City and unhoused individuals with a variety of services, including recovery coaching, advocacy, training, facilitating recovery, educational and enrichment groups, linkages to community resources and mentoring (the “Services”); WHEREAS, the Consultant will perform services on behalf of the City, all as further set forth in the Proposal attached hereto as Exhibit “A” (the “Services”); and WHEREAS, the City and Consultant, through mutual negotiation, have agreed upon a fee for the Services; and WHEREAS, the Citydesires to engage the Consultant to perform the Services and provide the deliverables as specified below. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the City and the Consultant agree as follows: 1. Scope of Services. 1.1.Consultant shall provide the Services set forth in the Proposal attached hereto as Exhibit “A” and incorporated herein by reference (the “Services”). 1.2.Consultant shall furnish all reports, documents, and information obtained pursuant to this Agreement, and recommendations during the term of this Agreement (hereinafter “Deliverables”) to the City. 2. Term/Commencement Date. 2.1.The term of this Agreement shall be from the Effective Date and continue for a period of one (1) year (“Term”), expiring September 30, 2024, unless earlier terminated in 7 City of South Miami, FL Page 2 of 13 accordance with Paragraph 8. Additionally, the City may renew this Agreement for an additional term and additional scope of services, upon mutual agreement of the parties. 2.2.Consultant agrees that time is of the essence and Consultant shall complete the Services within the term of this Agreement, unless extended by the City Manager. 3. Compensation and Payment. 3.1.Compensation for Services provided by Consultant shall be in accordance with the Proposal attached hereto as Exhibit “A.” Consultant shall be compensated an annual fee of $28,920.00 for the Term, payable in monthly installments of $2,410.00. Any reasonable direct expenses incurred in performing the Services under this Agreement shall be reimbursed to the Consultant not to exceed $250. Any expenses in excess of $250 must be pre-approved in writing by the City Manager. 3.2.Consultant shall deliver an invoice to City no more often than once per month detailing Services completed and the amount due to Consultant under this Agreement. Fees shall be paid in arrears each month, pursuant to Consultant’s invoice. The City shall pay the Consultant in accordance with the Florida Prompt Payment Act after approval and acceptance of the Services by the City Manager. 4. Subconsultants. 4.1.The Consultant shall be responsible for all payments to any subconsultants and shall maintain responsibility for all work related to the Services. 4.2.Consultant may only utilize the services of a particular subconsultant with the prior written approval of the City Manager, which approval may be granted or withheld in the City Manager’s sole and absolute discretion. 5. City’s Responsibilities. 5.1.City shall make available any maps, plans, existing studies, reports, staff and representatives, and other data pertinent to the Services and in possession of the City, and provide criteria requested by Consultant to assist Consultant in performing the Services. 5.2.Upon Consultant’s request, City shall reasonably cooperate in arranging access to public information that may be required for Consultant to perform the Services. 6. Consultant’s Responsibilities; Representations and Warranties. 6.1.The Consultant shall exercise the same degree of care, skill and diligence in the performance of the Services as is ordinarily provided by a consultant under similar circumstances. If at any time during the term of this Agreement or within two (2) years from the completion of this Agreement, it is determined that the Consultant’s 8 City of South Miami, FL Page 3 of 13 Deliverables or Services are incorrect, not properly rendered, defective, or fail to conform to Cityrequests, the Consultant shall at Consultant’s sole expense, immediately correct its Deliverables or Services. 6.2.The Consultant hereby warrants and represents that at all times during the term of this Agreement it shall maintain in good standing all required licenses, certifications and permits required under Federal, State and local laws applicable to and necessary to perform the Services for Cityas an independent contractor of the City.Consultant further warrants and represents that it has the required knowledge, expertise, and experience to perform the Services and carry out its obligations under this Agreement in a professional and first class manner. 6.3.The Consultant represents that is an entity validly existing and in good standing under the laws of Florida. The execution, delivery and performance of this Agreement by Consultant have been duly authorized, and this Agreement is binding on Consultant and enforceable against Consultant in accordance with its terms. No consent of any other person or entity to such execution, delivery and performance is required. 7. Conflict of Interest.Intentionally Deleted. 8. Termination. 8.1.The City Manager, without cause, may terminate this Agreement upon five (5) calendar days’ written notice to the Consultant, or immediately with cause. 8.2.Upon receipt of the City's written notice of termination, Consultant shall immediately stop work on the Services unless directed otherwise by the City Manager. 8.3.In the event of termination by the City, the Consultant shall be paid for all Services accepted by the City Manager up to the date of termination, provided that the Consultant has first complied with the provisions of Paragraph 8.4. 8.4.The Consultant shall transfer all books, records, reports, working drafts, documents, maps, and data pertaining to the Services and the project to the City, in a hard copy and electronic format within fourteen (14) days from the date of the written notice of termination or the date of expiration of this Agreement. 9. Insurance. 9.1.Consultant shall secure and maintain throughout the duration of this Agreement insurance of such types and in such amounts not less than those specified below as satisfactory to City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents, and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Consultant’s insurance and shall not 9 City of South Miami, FL Page 4 of 13 contribute to the Consultant’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the City as it deems necessary or prudent. 9.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Consultant. The General Aggregate Liability limit and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. 9.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Consultant shall be allowed to provide Services pursuant to this Agreement who is not covered by Worker’s Compensation insurance. In order for this requirement to be waived, Consultant must provide proof of exemption from such laws. Information regarding eligibility for an exemption from the State of Florida Workers’ Compensation Law is available at: https://www.myfloridacfo.com/Division/wc/PublicationsFormsManualsReports/Br ochures/Key-Coverage-and-Eligibility.pdf. Exemptions may be applied for online through the Florida Department of Financial Services, Division of Workers’ Compensation at: https://www.myfloridacfo.com/Division/wc/Employer/Exemptions/default.htm. 9.1.3. Business Automobile Liability with minimum limits of $1,000,000 per occurrence, combined single limit for Bodily Injury and Property Damage. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Service Office, and must include Hired, and Non-Owned Vehicles. 9.1.4. Professional Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) per occurrence, single limit. If Professional Liability Insurance is required, the City shall select this box: ☐. 9.2. Certificate of Insurance. Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured (except with respect to Professional Liability Insurance and Worker’s Compensation Insurance), no later than ten (10) days after award of this Agreement and prior to the execution of this Agreement by Cityand prior to commencing Services. Each certificate shall include no less than (30) thirty-day advance written notice 10 City of South Miami, FL Page 5 of 13 to City prior to cancellation, termination, or material alteration of said policies or insurance. The Consultant shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Agreement, including any extensions or renewals that may be granted by the City. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Agreement and shall state that such insurance is as required by this Agreement. The City reserves the right to inspect and return a certified copy of such policies, upon written request by the City. If a policy is due to expire prior to the completion of the Services, renewal Certificates of Insurance shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days’ written notice shall be provided to the City before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the City. 9.3. Additional Insured. Except with respect to Professional Liability Insurance and Worker’s Compensation Insurance, the City is to be specifically included as an Additional Insured for the liability of the City resulting from Services performed by or on behalf of the Consultant in performance of this Agreement. The Consultant’s insurance, including that applicable to the City as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the City shall be in excess of and shall not contribute to the Consultant’s insurance. The Consultant’s insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. 9.4. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably approved by the City. The Consultant shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 9.5.The provisions of this section shall survive termination of this Agreement. 10. Nondiscrimination.During the term of this Agreement, Consultant shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and will abide by all Federal and State laws regarding nondiscrimination. 11. Attorneys Fees and Waiver of Jury Trial. 11.1.In the event of any litigation arising out of this Agreement, the prevailing party shall be entitled to recover its attorneys’ fees and costs, including the fees and expenses of any paralegals, law clerks and legal assistants, and including fees and expenses charged for representation at both the trial and appellate levels. 11 City of South Miami, FL Page 6 of 13 11.2.IN THE EVENT OF ANY LITIGATION ARISING OUT OF THIS AGREEMENT, EACH PARTY HEREBY KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVES ITS RIGHT TO TRIAL BY JURY. 12. Indemnification. 12.1.Consultant shall indemnify and hold harmless the City, its officers, agents and employees, from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment or damages, arising from Consultant’s performance or non- performance of any provision of this Agreement, including, but not limited to, liabilities arising from contracts between the Consultant and third parties made pursuant to this Agreement. Consultant shall reimburse the City for all its expenses including reasonable attorneys’ fees and costs incurred in and about the defense of any such claim or investigation and for any judgment or damages arising from Consultant’s performance or non-performance of this Agreement. 12.2.Nothing herein is intended to serve as a waiver of sovereign immunity by the City nor shall anything included herein be construed as consent to be sued by third parties in any matter arising out of this Agreement or any other contract. The City is subject to section 768.28, Florida Statutes, as may be amended from time to time. 12.3.The provisions of this section shall survive termination of this Agreement. 13. Notices/Authorized Representatives.Any notices required by this Agreement shall be in writing and shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified mail with postage prepaid return receipt requested, or by a private postal service, addressed to the parties (or their successors) at the addresses listed on the signature page of this Agreement or such other address as the party may have designated by proper notice. 14. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any proceedings arising out of this Agreement shall be proper exclusively in Miami-Dade County, Florida. 15. Entire Agreement/Modification/Amendment. 15.1.This writing contains the entire Agreement of the parties and supersedes any prior oral or written representations. No representations were made or relied upon by either party, other than those that are expressly set forth herein. 15.2.No agent, employee, or other representative of either party is empowered to modify or amend the terms of this Agreement, unless executed with the same formality as this document. 12 City of South Miami, FL Page 7 of 13 16. Ownership and Access to Records and Audits. 16.1.Consultant acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the City which are conceived, developed or made by Consultant during the term of this Agreement (“Work Product”) belong to the City. Consultant shall promptly disclose such Work Product to the City and perform all actions reasonably requested by the City (whether during or after the term of this Agreement) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). 16.2.Consultant agrees to keep and maintain public records in Consultant’s possession or control in connection with Consultant’s performance under this Agreement. The City Manager or her designee shall, during the term of this Agreement and for a period of three (3) years from the date of termination of this Agreement, have access to and the right to examine and audit any records of the Consultant involving transactions related to this Agreement. Consultant additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Consultant shall 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 Agreement, and following completion of the Agreement until the records are transferred to the City. 16.3.Upon request from the City’s custodian of public records, Consultant shall 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 by Chapter 119, Florida Statutes, or as otherwise provided by law. 16.4.Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of the City. 16.5.Upon completion of thisAgreement or in the event of termination by either party, any and all public records relating to the Agreement in the possession of the Consultant shall be delivered by the Consultant to the City Manager, at no cost to the City, within seven (7) days. All such records stored electronically by Consultant shall be delivered to the City in a format that is compatible with the City’s information technology systems. Once the public records have been delivered upon completion or termination of this Agreement, the Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 16.6.Any compensation due to Consultant shall be withheld until all records are received as provided herein. 13 City of South Miami, FL Page 8 of 13 16.7.Consultant’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Agreement by the City. 16.8.Notice Pursuant to Section 119.0701(2)(a), Florida Statutes.IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: NKENGA “NIKKI” PAYNE , CMC, FCRM, 6130 Sunset Drive, South Miami, Florida 33143, 305-663-6340, npayne@southmiamifl.gov. 17. Nonassignability.This Agreement shall not be assignable by Consultant unless such assignment is first approved by the City Manager. The City is relying upon the apparent qualifications and expertise of the Consultant, and such firm’s familiarity with the City’s area, circumstances and desires. 18. Severability. If any term or provision of this Agreement shall to any extent be held invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, and each remaining term and provision of this Agreement shall be valid and be enforceable to the fullest extent permitted by law. 19. Independent Contractor. The Consultant and its employees, volunteers and agents shall be and remain an independent contractor and not an agent or employee of the Citywith respect to all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not in any way be construed to create a partnership, association or any other kind of joint undertaking, enterprise or venture between the parties. 20. Compliance with Laws. The Consultant shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. 21. Waiver. The failure of either party to this Agreement to object to or to take affirmative action with respect to any conduct of the other which is in violation of the terms of this Agreement shall not be construed as a waiver of the violation or breach, or of any future violation, breach or wrongful conduct. 22. Survival of Provisions. Any terms or conditions of either this Agreement that require acts beyond the date of the term of the Agreement, shall survive termination of the Agreement, shall remain in full force and effect unless and until the terms or conditions are completed and shall be fully enforceable by either party. 23. Prohibition of Contingency Fees.The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the 14 City of South Miami, FL Page 9 of 13 Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person(s), company, corporation, individual or firm, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 24. Public Entity Crimes Affidavit. Consultant shall comply with Section 287.133, Florida Statutes (Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference, including execution of any required affidavit. 25. Counterparts. This Agreement may be executed in several counterparts, each of which shall be deemed an original and such counterparts shall constitute one and the same instrument. 26. E-Verify Affidavit.In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the Cityto register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e- verify. By entering into this Agreement, the Contractor acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E-Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein. 27. Non-Exclusive Agreement.The City reserves the right to procure or acquire similar services from another provider while this Agreement is in full force and effect. 28. Termination Due To Lack of Funding.This Agreement is subject to the condition precedents that: (i) City funds are available, appropriated and budgeted, for the Services annually for each year of the Term; (ii) the City secures and obtains any necessary proceeds, grants or loans for the accomplishment of the Services pursuant to any borrowing legislation adopted by the City Commission relative to the Services; and (iii) the City Commission enacts legislation or other necessary resolutions, which awards and authorizes the execution of this Agreement and the annual appropriation and budgeting for the Services. The City represents to Consultant that the Cityhas adopted a resolution authorizing execution of this Agreement, if required by applicable law. 29. Conflicts; Order of Priority.This document without exhibits is referred to as the “Base Agreement.” In the event of a conflict between the terms of this Agreement and any exhibits or attachments hereto, or any documents incorporated herein by reference, the conflict shall be resolved in the following order of priorities and the more stringent criteria for performance of the Services shall apply: 29.1.First Priority: Base Agreement; 15 City of South Miami, FL Page 10 of 13 29.2.Second Priority: Exhibit A – Proposal. The Proposal is attached only for general information and the scope of services in Section 1 therein. [Remainder of page intentionally left blank. Signature pages follow.] 16 City of South Miami, FL Page 11 of 13 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year as first stated above. CITY OF SOUTH MIAMI, FLORIDA By: Genaro “Chip” Iglesias, City Manager Attest: Nkenga “Nikki” Payne, CMC, FCRM City Clerk Approved as to Form and Legal Sufficiency: By: Weiss Serota Helfman Cole & Bierman, P.L. City Attorney Addresses for Notice: City of South Miami Attn: Genaro “Chip” Iglesias, City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 305-(telephone) ciglesias@southmiamifl.gov(email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Lillian Arango and Tony Recio, Esq. City of South Miami City Attorney 2800 Ponce de Leon Boulevard, 12th Floor Coral Gables, FL 33134 larango@wsh-law.com (email) trecio@wsh-law.com (email) MIAMI RECOVERY PROJECT INC. By: Name: ____________________________________ Title: ______________________________________ Addresses for Notice: (telephone) (email) With a copy to: (telephone) (email) 17 North Bay City, FL Page 12 of 13 E-VERIFY AFFIDAVIT In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e- verify By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will comply with the E-Verify requirements imposed by it, including but not limited to obtaining E-Verify affidavits from subcontractors. ☐Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification:) Did take an oath; or Did not take an oath 18 North Bay City, FL Page 13 of 13 EXHIBIT A SCOPE OF SERVICES The Scope of Services are those contained in the Proposal attached hereto and incorporated herein by reference. 19