02-19-08 Item 4South Miami
AMRNIMMY
CITY OF SOUTH MIAMI D ®�
OFFICE OF THE CITY MANAGER
INTER - OFFICE MEMORANDUM 2001
To: The Honorable Mayor & Members of the City Commission
Via: Yvonne S. McKinley, City Manager
From: W. Ajibola Balogun, REM, CFEA, Director
Public Works & Engineering Department
Date: February 19, 2008 Agenda Item No.:
Subject: Approval of Professional Service Work Order.
Request: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A
WORK ORDER TO CORZO CASTELLA CARBALLO THOMPSON SALMAN,
P.A. (C3TS) FOR AN ARCHITECTURAL/ENGINEERING PRESERVATION
STUDY FOR THE SILVA MARTIN BUILDING IN AN AMOUNT OF $28,579.00
TO BE CHARGED TO ACCOUNT NUMBER 001 - 2100 - 519 -9920; PROVIDING
FOR AN EFFECTIVE DATE
Request: Authorizing the City Manager to approve professional service work order for
Architectural /Engineering Preservation Study for the Silva Martin building.
Reason/Need: In our effort to continue preserving our historic properties, we are
currently preparing grant funding application for Historic Preservation
grant through the Miami -Dade County Building Better Communities
General Obligations Bond Program. Out of our General Engineering
Services consultants, C3TS is the only consulting firm that is staffed to
perform this required study. We have secured the attached proposal from
C3TS for the study. C3TS' services will include: inspection and analysis
of the facilities' existing conditions; inspections of the building systems;
ADA consideration; options for hurricane protection; to provide design
sketch and a narrative description of the preservation needs; and the cost
estimate for the proposed preservation needs.
Cost: $28,579.00
Funding Source: Account number 001 - 2100 - 519 -9920 with the current account balance of
$112,429.23.
Agenda Item No.:
C3TS Work Order for study
Feb. 19, 2008
Backup Documentation:
❑ Proposed Resolution
❑ C3TS' Work Order for Professional Services
❑ C3TS' Amendment to Continuing Professional Services
❑ Miami -Dade County's Historic Preservation Fund Guidelines (FY2007-
2008)
Page 2 of 2
RESOLUTION NO.:
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH
MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A WORK ORDER
TO CORZO CASTELLA CARBALLO THOMPSON SALMAN, P.A. (C3TS) FOR AN
ARCH ITECTURAL/ENGINEERING PRESERVATION STUDY FOR THE SILVA
MARTIN BUILDING IN AN AMOUNT OF $28,579.00 TO BE CHARGED TO ACCOUNT
NUMBER 001 - 2100 - 519 -9920; PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, the Mayor and City Commission wishes to submit request for Silva Martin building
historic preservation; and
WHEREAS, the Mayor and City Commission wishes to secure the services of C3TS for
architectural /engineering preservation study for the Silva Martin building; and
WHEREAS, the total cost of the professional services ($28,579.00) will be funded through
account number 001 - 2100 - 519 -9920 with current account balance of $112,429.23.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OT THE
CITY OF SOUTH MIAMI, FLORIDA THAT:
Section 1: The City Commission authorizes the City Manager to execute a professional service
work order with C3TS in an amount of $28,579.00 for the architectural /engineering preservation study for
the Silva Martin building.
Section 2: The total cost of the professional services of $28,579.00 will be funded through
account number 001 - 2100 - 519 -9920 with current account balance of $112,429.23.
Section 3: The attached exhibit is incorporate by reference into this resolution.
PASSED AND ADOPTED this day of , 2008.
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM:
CITY ATTORNEY
Include File Name and Path
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Feliu:
Vice Mayor Beasley:
Commissioner Palmer:
Commissioner Wiscombe:
Commissioner Beckman:
January 29, 2008
City of South Miami
4795 SW 75 Avenue
Miami, Florida 33155
Attention: Jose H. Olivo, P.E.
Engr. / Const. Operations Manager
Architects Reference: Sylva Martin Building
Engineers
Planners
Dear Mr. Olivo,
C3TS has been involved in designing the streetscapes on Sunset and has had the
pleasure of serving the community of South Miami on many projects. We are very familiar with
the Sylva Martin Building and its importance to the development and history of your Community.
It is our pleasure to offer consulting services and assist in the preservation of this significant,
historical building and to help establish it as an historical site on the National Register.
We are pleased to be invited to submit the following Proposal for professional services
for the above referenced project. This proposal is based on developing a basic architectural /
engineering study, including an estimated cost, for the preservation, restoration or rehabilitation
of the Sylva Martin Building.
Phase 1 — Analysis and Cost Estimate
EB0005022 This phase will consist of developing an elemental narrative report, design sketches, and
AAC002142 preliminary budget for the preservation of the Sylva Martin Building.
Analysis and estimating budgets for this project per the following scope of work:
1. Inspection & Analysis of the facilities' existing conditions to include
documentation.
2. Inspections of the building systems.
3. Study to include access for people with disabilities as a consideration in the
planning for restoration and preservation.
4. Examine the options for hurricane protection.
5. Code.Analysis and criteria applicable to each facility element.
6. Provide design sketches and a narrative describing the needed maintenance and
preservation.
7. Provide a cost estimate for the anticipated completion of the preservation and
required improvements.
Deliverables: 12 sets of the report, including design sketches and cost estimate
C3TS's services under the Phase 1 will be considered complete on the date when the report
has been delivered to the City of South Miami.
Compensation for Phase 1 will be on a lump sum basis as per the above deliverables. Total
fee for Phase 1 is $28,579.00
901 Ponce de Leon Boulevard, Suite 900, Coral Gables, FL 33134 305.445.2900 800.448.0227 Fax 305.445.3366
www.c3ts.com - Equal Opportunity Employer
Additional Services
The following is not included in the scope of work, but can be accommodated as an
additional service:
1. Construction Documents for improvements and preservation
2. Permitting Assistance
3. Bidding Assistance
4. Construction Administration
5. Surveys
6. Testing
Any and all additional services requested by you, which are not included in the above scope of
services, will be based on our hourly rate schedule — see attached.
Reimbursable expenses incurred in connection with the above services such as; blueprinting
and /or reproduction except as noted above, travel expense, or any express mail requested by
you, will be charged on the basis of actual costs times a 1.10 multiplier.
We will invoice you monthly for the completed percentage of work of lump sum fee services or
hours of services rendered on hourly projects and for any reimbursable expenses. Payments of
invoices are due upon receipt and shall be paid on or before 30 days from date of invoice.
All invoices which exceed thirty (30) days from date of original invoice without payments shall
be charged a late charge fee of 1.5% per month until completely satisfied. Partial and /or
incomplete payment shall not be construed as final payment for either that bill or any phase if
the project
If you find this contract proposal acceptable, we would appreciate your initialing each page and
signing below.
Sincerely,
Corzo Castella Carballo Thompson Salman, P.A.
Daniel S. Brewer, AIA
Director of Architecture
Accepted By:
City of South Miami
Authorized Personnel
(Date)
901 Ponce de Leon Boulevard, Suite 900, Coral Gables, FL 33134 305.445.2900 ' 800.448.0227 Fax 305.445.3366
www.c3ts.com Equal. Opportunity Employer
8
o
o
O
a
O
$
O
o
N
o
t0
a
o
n
o CO
uyi «C
Fm- O
F
V
01
N
�
N
r
�G}
<
0
N
Q
a °°
to
w
w
w
w
�i
Mw
.�
w
c
N
j
Z N
0
0
0
0
00
0
0
0
0
0
0
0
0
0
0
r
r
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Q
m
li
•s
N
V
N
<
0
t0
W
0
N
O)
0
0
N
0
CD
N
0
O
fo
o
0)
w
vi
1�
N
vi
F-
N
ro
W
ID
O
o
o
r:
O
n
O
LL
O C
o
69
in
w
t
w
w
w
V»
w
�»
O
U
0
yyd`
F
J
F¢
U Q
d
Uo
E
O
000
00
fO
N
N
a
V
7
w
U
N
N
a
m
O
O
O
O
O
O
O
O
Z
N
N
N
N
N
N
!n
to
F
Q
E
c
m
S
N
N
N
0
U
L
w
H
C
F
m
C
CQ
C
�m0
-
Wm
N
C 0$p
O
O
O
7
W
Q
M
`m
o
O
r
$
pp
Z
'�
,O
C o
N
W
c0
00
LO
Q
m
o_
m
i in
0.
O`
N
V
N
N
N
N
N
N
C
U
U
C
O
L
C
o_yvw
m
d
-ryq F
OV
m
N
m m
w
C
U t� N
m w
T
2,8 CO
C
dl
(0
yE
N
=
N
C
C
C
N
•
N
m
'6
Z
E
O
0
C
m
c v
2 o
m
o
H
i
d
=
cx
N °
c
p
`a�'m
.R
E
a�
�°
m
°cD
m
a
°a
c
ID
t
wrn
y XroX
•�W
p q
y
I
(D mac.
yin
C
mcnp
E
m
y
m
y
nCnCm
H
O m
C
m
O.
W j
W
o y
c
Cp
o
7
L
G=
a .m-. m
d
m
m
N
m
C
m
�m
C c
C N
9 u
.y C
T
N C
q
m >>
C
G
d
yE
0)
C
O
2 c�%i
aci y
a
aci
n
c
E
° 2
m$
'CO
E
E m
E
L
p
m
y
o
O
a
V
C
O
-0 S
y
C
y
y E
-06
u C
y
3
5
C
C
m
c r
N
.
c
C§
W y 2
U
0
0.5
m
m
m
E
,E
2
n
15
N
=
a
p
md
w
m yVN
mN
a2
d m
mO
am
am
Sc
M o o t
VmUa
5
roam
E
U)
a
Nan
w
inp E
UUm
U
a
UU
a
a5
—
_
>
>
S
5
8
i... J
AMENDMENT TO CONTINUING PROFESSIONAL SERVICES
AGREEMENT DATED DECEMBER 1, 2007
General Engineering Services
THIS FIRST .AMENDMENT tR the December 1, 2007 continuing professional services
agreement is made and entered into this I `` day of LMC • , 200 by and between the City of South
Miami, a political subdivision of the State of Florida, (City) and Corzo Castella Carballo Thompson
Salman, P.A., a professional association authorized to do business in the State of Florida, (Consultant).
WHEREAS, in 2007, pursuant to section 287.055, Florida Statutes, the city requested
qualifications from qualified engineers and selected the consultant to provide professional general
engineering services; and
WHEREAS, the term of the continuing professional services contract expired on September
30, 2003, the parties have mutually agreed, and the consultant is willing and able to perform
continuing professional services for the city for another year, starting December 1, 2007 and ending
November 30, 2008;
WHEREAS, the parties agree to adhere to the basic terms and conditions set forth in the
original agreement dated November 30, 2004, but agree to amend the term of the November 30, 2004
contract to reflect a new contract term starting December 1, 2007 and expiring November 30, 2008;
and
WHEREAS, the purpose of this first amendment to the continuing services agreement dated
November 30, 2004, is not to authorize the consultant to perform a specific project, but to extend the
term of the underlying contract to November 30, 2008.
NOW THEREFORE, in consideration of the sum of $10.00, the mutual promises and
covenants contained in this contract, and for other good and valuable consideration, the receipt
and legal sufficiency of which is acknowledged by both parties, the parties agree as follows:
1. WHEREAS CLAUSES
1.1. The above whereas clauses are incorporated and made a part of this first
amendment to the continuing professional services contract dated November 30, 2004.
2. SCOPE OF WORK — PROFESSIONAL SERVICES
2.1 Consultant's scope of work, professional services, for this project shall be as
provided at Section 2 of the continuing professional services contract dated November 30, 2004, on a
continuing basis in connection with projects where the basic construction costs does not exceed $IMillion,
or studies which do not exceed $50,000.00, as amended. The November 30, 2004 agreement is attached
as exhibit 1 to this first amendment.
3. PAYMENT — BASIS OF COMPENSATION
3.1 The city shall pay the consultant the contract amount(s) provided as provided for
at Section 4, "Basis of Compensation ", of the continuing professional services agreement dated
November 30, 3004, which agreement is attached to the first amendment as exhibit 1.
4. COMMENCEMENT DATE AND TERM
4.1 The term of this first amendment to the November 30, 2004 continuing
professional services agreement shall commence upon the date of December 1, 2007 and expire on
November 30, 2008. These provisions shall replace and supercede section 15, "renewal option" of the
November 30, 2004. agreement.
5. AGREEMENT NOT EXCLUSIVE
5.1 Nothing in this first amendment shall prevent the City from employing other
Consultants to perform or provide to the City with the same or similar services.
6. CODES, ORDINANCES AND LAWS
6.1 The Consultant agrees to abide and be governed by all duly promulgated and
published City, County, State and Federal codes, ordinances and laws in effect at the time of design which
have a direct bearing on the work involved on this project. Attached as exhibit 2 to this amendment is
Consultant's executed Public Entity Crimes Affidavit form, as required under § 287.133(3)(a), Fla. Stat.
7. ENTIRETY OF AGREEMENT
7.1 This amendment to the November 30, 2004 continuing professional services
agreement, when signed by all of the parties, constitutes the full and complete understanding
and contract of the parties and may not be in any manner interpreted or fulfilled in
contradiction of its express terms. This amendment and the incorporated attachments constitute
the entire understanding between the parties and integrates by its terms all previous contracts
First Amendment to Continuing Professional Services Agreement dated November 30, 2004
General Engineering Services
Page 2 of 4
or understandings, oral or written, between the parties. In the event of any conflict, the terms of
this amendment will govern over the provisions of any incorporated documents.
8. SEVERABILITY
8.1 Should any paragraph or any part of any paragraph of this contract be rendered
void, invalid or unenforceable by any court of law, for any reason, the determination shall not render void,
invalid or unenforceable any other section or part of any section of this contract.
9. WARRANTY OF AUTHORITY
9.1 The signatories to this contract warrant that they are duly authorized by
action of their respective city commission, board of directors or other authority to execute this
contract and to bind the parties to the promises, terms, conditions and warranties contained in
this amendment to the continuing professional services contract dated November 30, 2004. No
alteration, change, or modification of the terms of this Agreement shall be valid unless made in writing
and signed by both parties.
10. NOTICES
10.1 All notices given or required under this contract shall be deemed sufficient if sent
by certified mail, return receipt requested, to the addresses of the consultant and to the city specified in
this contract, unless either. party shall specify to the other party a different address for the giving of the
notices.
11. CONTRACTING OFFICER REPRESENTATION
11.1 For the purposes of this amendment, the contracting officers are as follows:
To the City: City of South Miami
Yvonne S. McKinley, City Manager
7630 S.W. 64th Court
South Miami, Florida 33143
To Consultant: Corzo Castella Carballo Thompson Salman, P.A.
f<afoor) 0csMle,, d7re- f'1'2S'ic0eyJ-
e101 Pboai de- Leon &\,O.
C�•r�e �; bps , �� � � f.
First Amendment to Continuing Professional Services Agreement dated November 30, 2004
General Engineering Services
Page 3 of
IN WITNESS WHEREOF, the parties hereto, acting through their duly authorized
officers, have executed this amendment to the continuing professional services agreement dated
November 30, 2004 as of the date first above written.
Authority of Resolution No.: 208 -07 -12593
duly passed and adopted by the South
Miami City Commission on December 18, 2007
ATTEST:
City Clerk
Maria M. Menendez
ATTEST:
APPROVED AS TO FORM & CONTENT
City ey
CITY OF SOUTH MIAMI,
Oonne S. McKinle , City Manager
CORZO CASTELLA CARBALLO
THOMPSON SALMAN, P.A., .
Consultant
Print Name: iFAMPr6 621S'23'1-� ice-
First Amendment to Continuing Professional Services Agreement dated November 30, 2004
General Engineering Services
Page 4 of 4
AMENDMENT NO. 1
To
PROFESSIONAL SERVICE AGREEMENT
Between
CITY OF SOUTH MIAMI
And
CORZO CASTELLA CARBALLO THOMPSON SALMAN, P.A. (C3TS)
This amends the general engineering service agreement between the City and C3TS
relative to the updated Florida Statue 287.055(2)(g). Page 1, second paragraph of the
Professional Service Agreement shall read "...on a continuing basis in connection with
projects where the basic construction costs does not exceed $1 million or for study
activity when the fee for such professional service does not exceed $50,000 or as per
Florida Statute update..." in lieu of "...on a continuing basis in connection with
projects where the basic construction costs does not exceed $500,000.00 or studies which
do not exceed $25,000..."
All other provisions of the Agreement remain unchanged.
APPROVED:
Authority of Resolution No.: 10 -07 -12395
Duly passed and adopted by the City of South Miami
City Commission on February 6, 2007.
CITY OF SOUTH MIAMI
Signature: Date:
By: �� [�(E S. G �f PAP LPi Title: t T �C A IJAC7 �F- .
CORZO CASTELLA CARBALLO THOMPSON SALMAN, P.A.
Signat _e: L( � Date: a /Z �Lo�;
By: {2"o rJ C- -r-W-L -c F Title: 9l i er- -eyt C=g 19
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a)
FLORIDA STATUTES ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A
NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER
OATHS
1. This form statement is submitted to
by (�A -c�tU hl Ce` '—IL-LLA , V;CC— —PV2&6 I0GI -4
(Print individual's name and title)
for �� f4 FA
2
(Print name of entity submitting sworn statement)
whose business address is J2I rgtjr DE LC_4� _e)LJ9, Si1Tt°-Po CatZtL GPIOLS FQ 3 -3F-
and if applicable its Federal Employer Identification Number (FEIN) is 65,4 V3°1 f J3 if the entity has
not FEIN, include the Social Security Number of the individual signing this sworn statement.
2. 1 understand that a "public entity criare" as defined in paragraph 287.133(1)(g), Florida Statutes,
means a violation of any state or federal law by a person with respect to an directly related to
the transactions of business with any public entity or with an agency or political subdivision of
any other state or with the United States, including, but not limited to any bid or contract for
goods or services to be provided to public entity or agency or political subdivision of any other
tst orof the United - States and involving antitrust, fraud, theft, bribery, collusion, racketeering,
conspiracy, or material misinterpretation.
3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida
Statutes, means a finding. of guilt or a conviction of a public entity crime, with or without an
adjudication of guilt, in an federal or state trial court of record relating to charges brought by
indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of
a plea of guilty or nolo contendere.
4. 1 understand that an "Affiliate" as defined in paragraph 287.133(1)(a), Florida Statutes means:
1. A predecessor or successor of a person convicted of a public entity crime, or
2. An entity under the control of any natural person who is active in the management of the
entity and who has been convicted of a public entity crime. The term "affiliate" includes
those officers , directors, executives, partners, shareholders, employees, members, and
agents who are active in the management of an affiliate. The ownership by one person
of shares constituting a controlling interest in another person, or a pooling of equipment
or income among • persons when not for fair market value under an arm's length
agreement, shall be a prima facie case that one person controls another person. A
person who knowingly enters-into a joint venture with a person who has been convicted
of a public entity crime In Florida during the preceding 36 months shall be considered an
affiliate.
5. .I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means
any natural person or entity organized under the laws of any state or of the United States within
the legal power to enter into a binding contract and which bids or applies to bid on contracts for
the
provision of goods or entity. The term "person' includes those officers, executives, partners,
shareholders, employees, members, and agents who are active in management of an entity
6. Based on information and belief, the statement which I have marked below is true in relation to the
entity submitting this sworn statement. (Please indicate which statement applies.)
Neither the entity submitting sworn statement, nor any of its officers, director, executives,
partners, shareholders, employees, members, or agents who are active in the management of the
entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime
subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity, or an affiliate of the entity, or an affiliate of the entity had been charged
with and convicted of a• public entity crime subsequent to July 1, 1989, AND (please indicate which
additional statement applies.
The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity, nor any affiliate of the entity has been charged with and convicted of a
public entity crime subsequent proceeding before a Hearing Officer of the State of the State of
Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer
determined that it was not in the public interest to place the entity submitting this sworn statement
on the convicted vendor list. (attach a copy of the final order).
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER
FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC
ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OR THE
CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO
INFORM THAT PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SECTION 287.017 FLORIDA STATUTES FOR A
CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
(Signature)
Sworn to and subscribed before me this, day of /,Z«s , 20.
x
Personally known -To ,i e
• Or produced identification
Notary Public -State of _ FC.O %_l%a/_
M comma ,,aRI
Y xp r Ez
(Type of identification) sue'"
-,:;:_ Commission DD 666569
Expires July 16, 2011
/� %� �� od , °.• Bonded ThN Troy Fain I rarg?800 .38-17019
(Printed, typed or stamped commissioned
name of notary public)
SECTION 1.0
MIAMI -DADE COUNTY
BUILDING BETTER COMMUNITIES
GENERAL OBLIGATION BOND PROGRAM
M;,
MIAMFIWIlE �
ru
W _ BETTER
0C0MMUNITIES
www miamidade.,govlbudd
HISTORIC. PRESERVATION FUND (HPF)
GUIDELINES AND APPLICATION FORMS
FY 2007 -2008
GUIDELINES AND APPLICATIONS AVAILABLE
NOVEMBER 1, 2007
DATE: DECEMBER 10, 2007 FROM 9:00 A.M. -11:00 A.M.
PRE- SUBMITTAL CONFERENCE
LOCATION: VIZCAYA VILLAGE, 3250 S. MIAMI AVENUE
PARKING: WEST SIDE OF SOUTH MIAMI AVENUE OPPOSITE
VIZCAYA's MAIN ENTRANCE
DEADLINE FOR RECEIPT OF WRITTEN
QUESTIONS
DECEMBER 17, 2007
APPLICATION DEADLINE
(ORIGINAL AND 11 COPIES DUE)
JANUARY 15, 2008 BY 2:00 P.M.
* ** PLEASE READ ALL MATERIALS CAREFULLY * **
ISSUING DEPARTMENT:
MIAMI -DADE COUNTY, OFFICE OF CAPITAL IMPROVEMENTS
CONTACT PERSON: JOSE A. GALAN, CHIEF OF PROGRAM LEGISLATION
MIAMI -DADE COUNTY OFFICE OF CAPITAL IMPROVEMENTS
(305) 375 -2724 - galaniCc_miamidade.gov
IVIIHIVII-UAUC LPUUN 1 Y Kt,tKyts 1 Ht RICH 1 I U REVISE INFORMATION PUBLISHED IN THESE
GUIDELINES AND APPLICATION FORM.
Submit a complete original application package and required 11 copies between January 9 2008 and
January 15, 2008 by 2:00 PM to:
Miami -Dade County
Office of the Clerk of the Board of County Commissioners
Stephen P. Clark Center
111 NW 1St Street, RM 17 -202
Miami, Florida 33128
RPF HPF0708 Section 1 - Guidelines Page 1 of 20 September 2007,.✓
PROPOSALS WILL BE OPENED PROMPTLY AT THE TIME AND PLACE SPECIFIED.
PROPOSALS RECEIVED AFTER THE FIRST PROPOSAL HAS BEEN OPENED WILL NOT BE
ACCEPTED OR OPENED AND WILL NOT BE CONSIDERED. THE RESPONSIBILITY FOR
SUBMITTING A PROPOSAL TO THE CLERK OF THE BOARD ON OR BEFORE THE STATED
TIME AND DATE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE PROPOSER.
MIAMI -DADE COUNTY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY ANY MAIL, PACKAGE
OR COURIER SERVICE, INCLUDING THE U.S. MAIL, OR CAUSED BY ANY OTHER
OCCURANCE.
MIAMI -DADE COUNTY IS AN EQUAL OPPORTUNITY EMPLOYER AND DOES NOT
DISCRIMINATE BASED ON AGE, GENDER, RACE OR DISABILITY.
MIAMI -DADE COUNTY
BUILDING BETTER COMMUNITIES
GENERAL OBLIGATION BOND PROGRAM
HISTORIC PRESERVATION FUND (HPF)
TABLE OF CONTENTS
SECTIONS
SECTION 1.0 Historic Preservation Fund Guidelines
SECTION 2.0 Application
SECTION 3.0 Universal Affidavit
SECTION 4.0 Historic Preservation Fund Grant/Interlocal Application Checklist
SECTION 5.0 Affidavits
General Information
Attachment 1 Affidavit of Miami -Dade County Lobbyist Registration for Oral Presentation
Attachment 2Acknowledgment of Addenda
Attachment 3 Disability Non - Discrimination Affidavit
Attachment 4 Local Preference Information
Attachment 5 Applicant's Disclosure of Subcontractors and Suppliers
Attachment 6Affirmative Action Plan Exemption Affidavit
Attachment 7 Affirmative Action Plan /Procurement Policy Affidavit
Attachment 8 Domestic Violence Leave Affidavit
Attachment 9 Code of Business Ethics
RFP 0708 Guidelines Page 2 of 20 September 2007
SECTION 6.0 Exhibits
6.1 Miami -Dade County Grant Agreement
6.2 Miami Dade County Interlocal Agreement
6.3 Building Better Communities General Obligation Bond Program Administrative Rules
SECTION 1.0 GUIDELINES
1.1 DEFINITIONS
Please see Exhibits— Section 6 Building Better Communities General Obligation Bond Program
Administrative Rules
1.2 RFP OVERVIEW
Miami -Dade County is soliciting applications for funding assistance from the Building Better Communities
General Obligation Bond Program (the "BBC GOB Program ") GOB Project Number 293 -70554 Historic
Preservation Fund (the "Fund "). The Fund is a component of the multi -year BBC GOB Program established by
Ordinance No. 05 -47 during which $10 million will be awarded to eligible recipients. A minimum of $350,000
will be awarded to eligible recipients through this application process. The purpose of the Fund is to establish
a facilities preservation fund, through the Office of Historic Preservation ( "OHP ") that will provide matching
funds through grants in Miami -Dade County to municipalities, Florida Non - profit 501(c)(3), Florida for profit
corporations or recognized business entities and property owners of residences or commercial historic
properties for the rehabilitation of historic structures and sites and to safeguard those historic properties
considered endangered. The program is geared to make an impact in the revitalization of historic buildings.
OHP will be the responsible entity to ensure compliance with County rules and work with the recipient entities
to assist them in accomplishing their projects. This solicitation is intended to provide the County with a list of
applicants that have eligible projects, have funds available for historic preservation, are interested in accessing
funds from the Fund and to determine which eligible applicants will receive grants.
The maximum award ceilings, based on market value as determined by the County's Property Appraiser, are:
$100,000 for properties valued under $400,000; $150,000 for properties valued between $400,000 and
$700,000; and $250,000 for properties valued over $700,000.
Please see Section 1.30 (Program Objective) for additional information on the Building Better Communities
General Obligation Bond Program Historic Preservation Fund.
1.3 RFP TIMETABLE
DATE TASK/ACTIVITY
Novebmer 1, 2007
Grant/Interlocal A lications Available after 1:00 m
December 10, 2007
Pre - Submittal Conference 9 -11 m
December 17, 2007
Deadline for Receipt of Written Questions
January 15, 2008
Application Deadline B 2:00 P.M.
February 2008
Project Review Committee Meetings
February 2008
Present Review Committee Recommendations to the Mayor
March 2008
Mayor Recommendations /Announcement
March 2008
Citizens Advisory Committee & Board of County Commissioners
Committee
A ril 2008
Board of County Commissioners Full Meeting and Contract Award
RFP 0708 Guidelines Page 3 of 20 September 2007
♦ For general information please contact:
Jose A. Galan, Chief of Program Legislation
Office of Capital Improvements
111 NW 1st Street. Suite 2130
Tel. (305) 375 -2724 Fax: (305) 372 -6130 galanj @miamidade.gov
♦ Persons who are hearing impaired may request an interpreter through the above contact person by
giving seven (7) work days written notice prior to the scheduled meeting.
1.5 APPLICATION FORM AVAILABILITY
All applicants may obtain a copy of the RFP Number HPF0708 from the Office of Capital Improvements
(OCI). These application forms are also available and provided by request via WinZip File Format. This
version of the application forms may be accessed by visiting: http: / /www.miami- dade.gov /build. The
forms are provided in electronic format to facilitate completion of the application. The application may
not be submitted electronically. Prepare and submit an original application, 11 copies, and support
materials as stipulated in the NFP guidelines.
Applicants who obtain copies of this grant/interlocal application form from sources other than the County's
Office of Capital Improvement's website risk the potential of not receiving addenda, since their names will not
be included on the list of firms participating in the process for this particular application process. Such
applicants are solely responsible for those risks. (see Section 1.10 Additional Information /Addenda)
DEADLINE
An original and 11 copies of the application and all required support materials must be received in the Office
of the Clerk of the Board, located at 111 NW 1st Street, RM 17 -202, between January 9, 2008 and
January 15, 2008 by 2:00 PM.
APPLICATION - •
All applications must be submitted on 8 1/2" X 11" paper, neatly typed on one side only, with normal margins,
and spacing. The original document package must not be bound and the document package copies should be
individually bound. Use tabs to reflect the Section 4.0 checklist items. An unbound one -sided original
and 11 bound copies (a total of 12) of the complete application must be received by the Application
Deadline specified in the Timetable (see Section 1.3 RFP Timetable). The original, all copies, must be
submitted in a sealed envelope or container stating on the outside the applicant's name, address, telephone
number, the RFP Number, the RFP Title, and Application Deadline Date to:
Clerk of the Board
Stephen P. Clark Center
111 NW 1st Street, 17th Floor, Suite 202
Miami, FL 33128 -1983
Hand - carried application packages may be delivered to the above address only between the hours of 9:00 a.m.
to 4:00 p.m., Monday through Friday (However, please note that application packages are due at the Clerk of
the Board on the date and at the time indicated in Section 1.39 (Application Instructions). Additionally, the
Clerk of the Board is closed on holidays observed by the County). Applicants are responsible for informing any
commercial delivery service, if used, of all delivery requirements and for ensuring that the required address
information appears on the outer wrapper or envelope used by such service.
RFP 0708 Guidelines Page 4 of 20 September 2007
The application must be signed by the applicant or an authorized officer of the applicant who is legally
authorized to enter into a contractual relationship in the name of the applicant. The submittal of an application
by an applicant will be considered by the County as constituting a response by the applicant to use the grant
proceeds in the manner described in the application.
1.8 PRE - SUBMITTAL CONFERENCE
One pre - submittal conferences has been scheduled for December 10, 2007, at the location and time specified
on the cover. Attendance is recommended but not mandatory. Applicants are requested to inform the
Contracting Officer of the number of persons expected to attend no later than 24 hours before the scheduled
date. Applicants are encouraged to submit any questions in writing to the Contracting Officer (see Section 1.3
RFP Timetable) in advance of the pre - submittal conference. Attendance is recommended but not mandatory.
If you need a sign language interpreter or materials in accessible format for this event please call the DPM
ADA Coordinator at (305) 375 -1564 at least five days in advance.
1.9 CONE OF SILENCE
Pursuant to Section 2- 11.1(t) of the Miami -Dade County Code, as amended, a "Cone of Silence" is imposed
upon each RFP or RFQ after advertisement and terminates at the time the Mayor or his designee issues a
written recommendation to the Board of County Commissioners. The Cone of Silence prohibits any
communication regarding a particular RFP, RFQ or bid between:
• a potential applicant, service provider, bidder, lobbyist or consultant and the County's professional
staff. The professional staff includes, but is not limited to, the Mayor and his or her staff.
• a potential applicant, service provider, bidder, lobbyist or consultant, the Mayor, County
Commissioners or their respective staffs.
• the Mayor, County Commissioners or their respective staffs and any member of the County's
professional staff including, but no limited to, the Mayor and his or her staff.
• a potential applicant, service provider, bidder, lobbyist, or consultant and any member of the
selection committee therefore.
• the Mayor, County Commissioners or their respective staffs and any member of the selection
committee therefore.
• any member of the County's professional staff and any member of the selection committee
therefore.
Unless specifically provided otherwise in the applicable RFP, RFQ or bid documents, the Cone of Silence does
not apply to the following:
• Competitive processes for award of CDBG. HOME, SHIP and Surtax Funds administered by the
Miami -Dade County Office of Community and Economic Development.
• Communications with the Office of the County Attorney and his or her staff.
• Communications between a potential applicant, service provider, bidder, consultant or lobbyist
and employees of the Management and Technical Assistance Unit of the Department of Business
Developments (DBD) regarding small and /or minority business programs, the Community
Business Enterprise and Equitable Distribution Programs.
• Communications between a potential applicant, service provider, bidder, consultant or lobbyist
and employees responsible for administering disadvantaged business enterprise programs in
County departments receiving federal funds, provided the communications are limited strictly to
matters of programmatic process procedures.
• Duly noticed site visits to determine the competency of applicants during the period between bid
opening and issuance of the Mayor's written recommendation.
RFP 0708 Guidelines Page 5 of 20 September 2007
• Any emergency procurement of goods and services pursuant of Administrative Order 3 -2 and 3-
16.
• Communications regarding a particular RFP, RFQ or bid between any persons and the County's
Vendor information Center staff, the procurement agent or contracting officer responsible for
administering the procurement process for such RFP, RFQ or bid, provided the communication is
limited strictly to matters of process or procedure already contained in the corresponding
solicitation documents.
• Oral communications at pre -bid conferences.
• Oral presentations before publicly noticed selection committee meetings.
• Contract negotiations during any duly notices public meeting.
• Public presentations before the Board of County Commissioners during any duly noticed public
meeting.
• Communications in writing at any time with any County employee, official or member of the Board
of County Commissioners unless specifically prohibited by the applicable RFP, RFQ or bid
document.
• Communications between the Mayor or his designee and the Chairperson of the Selection
Committee about a particular Selection Committee recommendation, only after the committee has
submitted an award recommendation to the Manager and provided that should any change occur
in the committee recommendation, the content of the communication and of the corresponding
change shall be described in writing and filed by the Manager with the Clerk of the Board and be
included in any recommendation memorandum submitted by the Manager to the Board of County
Commissioners.
When the Cone of Silence is in effect, all potential applicants, vendors, service providers, bidders, lobbyists
and consultants shall file a copy of any correspondence concerning the particular RFP, RFQ or bid with the
Clerk of the Board, which shall be made available to any person upon request. The County shall respond in
writing (if County deems a response necessary) and file a copy with the Clerk of the Board, which shall be
made available to any person upon request. Written communications may be in the form of e-mail, with a copy
to the Clerk of the Board at CLERKBCC(&-MIAMIDADE.GOV.
In addition to any other penalties provided by law, violation of the Cone of Silence by any Applicant shall
render any RFP award or RFQ award voidable. Any person having personal knowledge of a violation of these
provisions shall report such violation to the State Attorney and /or may file a complaint with the Miami -Dade
County Commission on Ethics and Public Trust. Applicants should reference Section 2- 11.1(t) of the Miami -
Dade County Code for further clarification.
This language is only a summary of the key provisions of the Cone of Silence. Please review Miami -Dade
County Administrative Order 3 -27 for a complete and thorough description of the Cone of Silence.
All Applicants will be notified when the Mayor or designee makes an award recommendation.
The Contracting Officer is:
Name and Title: Jose A. Galan, Chief of Program Legislation
Name of Agency: Miami -Dade County Office of Capital Improvements
Address: 111 NW 1st Street, Suite 2130
Telephone: (305) 375 -2724
Fax: (305) 372 -6130
E -mail: galanj @miamidade.gov
RFP 0708 Guidelines Page 6 of 20 September 2007
1.10 ADDITIONAL INFORMATION /ADDENDA
Requests for additional information or clarifications must be made in writing and received by the County's
Contracting Officer, in accordance with Section 1.9 (Cone of Silence) above, no later than the deadline for
receipt of questions specified in the Timetable (see Section 1.3 RFP Timetable). The request must contain
the application process title, applicant's name, name of applicant's contact person, address, phone number,
and facsimile number.
Electronic facsimile requesting additional information will be received by the Contracting Officer at the fax
number specified in Section 1.9 (Cone of Silence) above. Facsimiles must have a cover sheet which includes,
at a minimum, the applicant's name, name of applicant's contact person, address, number of pages
transmitted, phone number, facsimile number, and application process title.
The County will issue responses to inquiries and any other corrections or amendments it deems necessary in
written addenda issued prior to the Application Deadline. Applicants should not rely on any representations,
statements or explanations other than those made in this application form or in any written addendum to this
application form. Where there appears to be conflict between this application form and any addenda issued,
the last addendum issued shall prevail.
It is the applicant's responsibility to assure receipt of all addenda. The applicant should verify with the
Contracting Officer prior to submitting an application package that all addenda have been received. Applicants
are required to acknowledge the number of addenda received as part of their application (see Attachment 2).
Applicants who obtain copies of this grant/interlocal application form from sources other than the County's
Office of Capital Improvement's website risk the potential of not receiving addenda, since their names will not
be included on the list of firms participating in the process for this particular application process. Such
applicants are solely responsible for those risks.
MODIFIED -- •
An applicant may submit a modified application package to replace all or any portion of a previously submitted
application package up until the Application Deadline. Modifications received after the Application
Deadline are late and will not be considered. The Project Review Committee will only consider the latest
version of the application.
�1.12 WITHDRAWAL OF APPLICATIONS
An application may be withdrawn in writing only, addressed to the County contact person (in accordance with
Section 1.4 Program Contact), prior to Contract Award.
111.13 LATE APPLICATION
Please be advised that the County, in exercise of its discretion, may not accept application packages received
after the scheduled time and date noted in this application form. Sealed application packages will be opened
promptly at the time and place specified. The responsibility for submitting an application on or before the
stated time and date is solely and strictly the responsibility of the applicant. Miami -Dade County are not
responsible for delays caused by any mail, package or courier service, including the U.S. Mail, or caused by
any other occurrence.
RFP 0708 Guidelines Page 7 of 20 September 2007
1.14 POSTPONEMENT /CANCELLATION
The County may, at its sole and absolute discretion, reject any and all, or parts of any and all applications; re-
advertise this request for applications; postpone or cancel, at any time, this application process; or waive any
irregularities in this application form or in the application packages received as a result of the application
process.
1.15 COST INCURRED BY APPLICANTS
All expenses involved with the preparation and submission of applications to the County, or any work
performed in connection therewith, shall be borne by the applicant(s). No payment will be made for any
application packages received, nor for any other effort required of or made by the applicant(s) prior to
commencement of work as defined by a contract executed by County.
1.16 BUSINESS ENTITY REGISTRATION
To be recommended for award the County requires that vendors complete a Miami -Dade County Business
Entity Registration Application with all required disclosure affidavits. The Miami -Dade County Business Entity
Registration Application must be returned to the Department of Procurement Management (DPM), Purchasing
Division within fourteen (14) days of notification of the intent to recommend for award. In the event the Miami -
Dade County Business Entity Registration Application is not properly completed and returned within the
specified time, the County may award to the next ranked applicant. The recommended applicant is responsible
for obtaining the Miami -Dade County Business Entity Registration Application and all affidavits by downloading
from DPM's website at htta: / /miamidade.gov and click on "Business" or from the Vendor Assistance Unit at 111
N.W. 1st Street, Miami, FL. In becoming a Registered Vendor with Miami -Dade County, the vendor confirms its
knowledge of and commitment to comply with the following:
1. Disclosure of Employment - pursuant to Section 2- 8.1(d) of the County Code.
2. Disclosure of Ownership Affidavit - pursuant to Section 2- 8.1(d) of the County Code.
3. Drug -Free Affidavit - pursuant to Section 2- 8.1.2(b) of the County Code.
4. W -9 and 8109 Forms - The vendor must furnish these forms as required by the Internal Revenue Service.
5. Social Security Number- The vendor must provide a copy of the primary owner's social security card if the
social security number is being used in lieu of the Federal Identification Number (F.E.I.N.).
6. Americans with Disabilities Act (A.D.A.) Affidavit - It is the policy of the County to comply with all
requirements of County Resolution R182 -00 and the A.D.A.
7. Collection of Fees, Taxes and Parking Tickets Affidavit - pursuant to Section 2 -8.1 (c) of the County Code.
8. Conflict of Interest and Code of Ethics - pursuant to Sections 2- 8.1(i) and 2- 11.1(b) (1) through (6) and (9)
of the County Code and County Ordinance No. 00 -1 amending Section 2- 11.1(c) of the County Code.
9. Code of Business Ethics -pursuant to Section 2- 8.1(i) of the County Code.
10. Debarment Disclosure Affidavit - pursuant to County Code 10 -38.
11. Office of the Inspector General Pursuant to Section 2 -1076 of the County Code.
12. Minority and Disadvantaged Business Enterprises. The County endeavors to obtain the participation of all
minority and disadvantaged business enterprises pursuant to Sections 2 -8.2, 2 -8.2.3 and 2 -8.2.4 of the
County Code and Title 49 of the Code of Federal Regulations.
13. Individuals and Entities Doing Business with the County not current in their obligations to the County -
pursuant to Sections 2 -8.1 (h) and 2- 11.1(b)(8) of the County Code.
14. Nondiscrimination pursuant to RFP 2 -8.1.5 of the County Code.
15. Family Leave - Pursuant to Section 11A -30 of the County Code.
16. Living Wage - Pursuant to Section 2 -8.9 of the County Code.
17. Domestic Leave - Pursuant to Section 11A -60 of the County Code.
18. Antitrust Laws - By acceptance of any contract, the vendor agrees to comply with all antitrust
Laws of the United States and the State of Florida.
RFP 0708 Guidelines Page 8 of 20 September 2007
With the certain enumerated exceptions, Section 2 -11.1 (d) of Miami -Dade County Code as amended prohibits
any County employee or any member of the employee's immediate family from entering into any contract or
transacting any business through a firm, corporation, partnership or business entity in which the employee or
any member of the employee's immediate family has a controlling financial interest, direct or indirect, with
Miami -Dade County or any person or agency acting for Miami -Dade County. To qualify for an exception under
Section 2 -11.1 (d), a County Employee, or any member of the employee's immediate family, must request a
conflict of interest opinion from the County's Commissions on Ethics prior to submittal of a bid, proposal or
application of any type to enter into a contract with the County. Any contract, agreement or business
engagement entered in violation of this subsection, shall render the transaction voidable. For additional
information, please refer to Section 2 -11.1 Miami -Dade County as amended and /or contact the Miami -Dade
County Commission on Ethics and Public Trust at (305) 579 -2594.
ORAL PRESENTATIONS
The County may require applicants to give oral presentations in support of their applications or to exhibit or
otherwise demonstrate the information contained therein. If required, the presentations will occur during the
evaluation and review process conducted on the date indicated in the Timetable (see Section 1.3 RFP
Timetable).
1.18 APPLICANT REGISTRATION D.
Applicants are advised that in accordance with Section 2- 11.1(s) of the Code of Miami -Dade County, the
attached Affidavit of Miami -Dade County Lobbyist Registration for Oral Presentation (see Attachment 1) must
be completed, notarized and included with the submission.
Any person who appears as a representative for an individual or firm for an oral presentation before a County
certification, evaluation, selection, technical review or similar committee must be listed on this Affidavit
provided by the County. The Affidavit shall be filed with the Clerk of the Board at the time the application
package is submitted. The individual or firm must submit a revised Affidavit for additional team members added
after submittal of the application package with the Clerk of the Board at least two days prior to the oral
presentation. Any person not listed on the revised affidavit may not participate in the oral presentation.
NOTE: Other than for the Oral Presentations, applicants who wish to address the County Commission, a
County Board or Committee concerning any actions, decisions or recommendations of County personnel
regarding this application process in accordance with Section 2- 11.1(s) of the Code of Miami -Dade County
must register with the Clerk of the Board and. pay all applicable fees.
PROPRIETARY/CONFIDENTIAL INFORMATION
Applicants are hereby notified that all information submitted as part of, or in support of, its application will be
available for public inspection after opening of application packages, in compliance with Chapter 119, Florida
Statutes, popularly known as the "Public Record Law."
The applicant shall not submit any information in response to this request for applications, which the
applicant considers to be a trade secret, proprietary or confidential. The submission of any
information to the County in connection with this solicitation shall be deemed conclusively to be a
waiver of any trade secret or other protection, which would otherwise be available to applicant. In the
event that the applicant submits information to the County in violation of this restriction, either
inadvertently or intentionally, and clearly identifies that information in the application package as
protected or confidential, the County shall endeavor to redact and return that information to the
applicant as quickly as possible, and if appropriate, evaluate the balance of the application package.
The redaction or return of information pursuant to this clause may render an applicant non - responsive.
RFP 0708 Guidelines Page 9 of 20 September 2007
1.20 NEGOTIATIONS
The County may award a contract on the basis of initial offers received, without discussions. Therefore, each
initial offer should contain the Proposer's best terms from a technical standpoint.
The County reserves the right to enter into contract negotiations with the recommended Proposer. If the
County and the recommended Proposer cannot negotiate a successful contract, the County may teminate said
negotiations and begin negotiations with another recommended Proposer. This process will continue until a
contract acceptable to the County has been executed or all proposals are rejected. No Proposer shall have any
rights against the County arising from such negotiations or termination thereof.
1.21 RULES, REGULATIONS AND LICENSING REQUIREMENTS
The applicant shall comply with all laws, ordinances and regulations applicable to the services contemplated
herein, especially those applicable to conflict of interest and collusion. Applicants are presumed to be familiar
with all Federal, State and local laws, ordinances, codes, rules and regulations that may in any way affect the
goods or services offered, especially Executive Order No. 11246 entitled "Equal Employment Opportunity" and
as amended by Executive Order No. 11375, as supplemented by the Department of Labor Regulations (41
CFR, Part 60), the Americans with Disabilities Act of 1990 and implementing regulations, the Rehabilitation Act
of 1973, as amended, Chapter 553 of Florida Statutes and any and all other local, State and Federal directives,
ordinances, rules, orders, and laws relating to people with disabilities.
1.22 CRIMINAL CONVICTION
Pursuant to Miami -Dade County Ordinance No. 94 -34, "Any individual who has been convicted of a felony
during the past ten years and any corporation, partnership, joint venture or other legal entity having an officer,
director, or executive who has been convicted of a felony during the past ten years shall disclose this
information prior to entering into a contract with or receiving funding from the County." Accordingly, Criminal
Record Affidavit forms are available upon request at Department of Procurement Management/Vendor
Assistance Unit at (305) 375 -5773 for those individuals or firms requesting to disclose this information only.
1.23 INSPECTOR GENERAL REVIEWS
A. INDEPENDENT PRIVATE SECTOR INSPECTOR GENERAL REVIEW
Pursuant to Miami -Dade County Administrative Order 3 -20 and in connection with any award issued as a result
of this application process, the County has the right to retain the services of an Independent Private Sector
Inspector General ( "IPSIG "), whenever the County deems it appropriate to do so. Upon written notice from the
County, the selected applicant shall make available, to the IPSIG retained by the County, all requested records
and documentation pertaining to this application process or any subsequent award, for inspection and copying.
The County will be responsible for the payment of these IPSIG services, and under no circumstance shall the
applicant's cost/price for this application process be inclusive of any charges relating to these IPSIG services.
The terms of this provision herein, apply to the applicant, its officers, agents, employees and assignees.
Nothing contained in this provision shall impair any independent right of the County to conduct, audit or
investigate the operations, activities and performance of the selected applicant in connection with this
application process or any contract issued as a result of this application process. The terms of this provision
are neither intended nor shall they be construed to impose any liability on the County by the selected applicant
or third party.
B. MIAMI -DADE COUNTY INSPECTOR GENERAL REVIEW
According to Section 2 -1076 of the Code of Miami -Dade County, as amended by Ordinance No. 99 -63, Miami -
Dade County has established the Office of the Inspector General which may, on a random, basis, perform
audits on all County contracts, throughout the duration of said contracts, except as otherwise provided below.
RFP 0708 Guidelines Page 10 of 20 September 2007
The cost of the audit of any Contract issued as a result of this application process shall be one quarter (1/4) of
one (1) percent of the total contract amount which cost shall be included in the total proposed amount. The
audit cost will be deducted by the County from progress payments to the selected applicant. The audit cost
shall also be included in all change orders and all contract renewals and extensions.
Exception: The above application of one quarter (1/4) of one percent fee assessment shall not apply to the
following contracts: (a) IPSIG contracts; (b) contracts for legal services; (c) contracts for financial advisory
services; (d) auditing contracts; (e) facility rentals and lease agreements; (f) concessions and other rental
agreements; (g) insurance contracts; (h) revenue - generating contracts; (1) contracts where an IPSIG is
assigned at the time the contract is approved by the Commission; 0) professional service agreements under
$1,000; (k) management agreements; (1) small purchase orders as defined in Miami -Dade County
Administrative Order 3 -2; (m) federal, state and local government - funded grants; (n) Interlocal agreements;
and (o) grant agreements granting not - for - profit organizations Building Better Communities General Obligation
Bond Program funds. Notwithstanding the foregoing, the Miami -Dade County Board of County
Commissioners may authorize the inclusion of the fee assessment of one quarter (114) of one percent
in any exempted contract at the time of award.
Nothing contained above shall in any way limit the powers of the Inspector General to perform audits on all
County contracts including, but not limited to, those contracts specifically exempted above.
1.24 PUBLIC ENTITY CRIMES
Pursuant to Paragraph 2(a) of Section 287.133, Florida Statutes, a person or affiliate who has been placed on
the convicted vendor list following a conviction for a public entity crime may not submit a response for a
contract to provide any goods or services to a public entity; may not submit a response on a contract with a
public entity for the construction or repair of a public building or public work; may not submit responses on
leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with any public entity; and, may not transact business with any
public entity in excess of the threshold amount provided in Section 287.017 for CATEGORY TWO $25,000 for
a period of thirty -six (36) months from the date of being placed on the convicted vendor list.
1.25 PROCUREMENT PRACTICES (Ordinance No. 98 -30)
In accordance with the requirements of Ordinance No. 98 -30, all firms with annual gross revenues in excess of
$5 million seeking to contract with Miami -Dade County shall, as a condition of award, have a written Affirmative
Action Plan and Procurement Policy on file with the County's Department of Business Development. Said
firms must also submit, as a part of their application packages to be filed with the Clerk of the Board, an
appropriately completed and signed Affirmative Action Plan /Procurement Policy Affidavit (see Attachment 6).
Firms whose Boards of Directors are representative of the population make -up of the nation are exempt from
this requirement and must submit, in writing, a detailed listing of their Boards of Directors, showing the race or
ethnicity of each board member, to the County's Department of Business Development. Firms claiming
exemption must submit, as part of their response to be filed with the Clerk of the Board, an appropriately
completed and signed Exemption Affidavit (see Attachment 6) in accordance with Ordinance No. 98 -30.
It will be the responsibility of each firm to provide verification of their gross annual revenues to determine the
requirement for compliance with the Ordinance. Those firms that do not exceed $5 million annual gross
revenues must clearly state so in their response.
AFFIDAVIT- PAID FEES, TAXES, PARKING TICKETS AND OBLIGATIONS ARE NOT IN ARREARS
In accordance with Section 2 -8.1 (c) of the Miami -Dade County Code, and as amended by County Ordinance
No. 00 -30, and Section 2- 8.1(h) as amended by Ordinance No. 00 -67, the applicant shall certify that all
delinquent and currently due fees, taxes, parking tickets and that applicant is not in arrears on obligations to
the County. (See Attachment 6)
RFP 0708 Guidelines Page 11 of 20 September 2007
1.26 CODE OF BUSINESS ETHICS
In accordance with Section 2 -8.1 of the Code of Miami -Dade County each person or entity that seeks to do
business with Miami -Dade County shall have or shall adopt a Code of Business Ethics ( "Code ") and shall, prior
to execution of any contract between the contractor and the County, submit an affidavit stating that the
contractor has adopted a Code that complies with the requirements of Section 2- 8.1(i) of the Miami -Dade
County Code (see Attachment 9). Any person or entity that fails to submit the required affidavit shall be
ineligible for contract award.
1.27 DOMESTIC VIOLENCE LEAVE AFFIDAVIT
Prior to entering into any contract with the County, a firm desiring to do business with the County shall, as.a
condition of award, certify that it is in compliance with the Domestic Leave Ordinance, 99 -5 and Section 11A-
60 of the MiamkDade County Code. This Ordinance applies to employers that have, in the regular course of
business, fifty (50) or more employees working in Miami -Dade County for each working day during each of
twenty (20) or more calendar work weeks in the current or preceding calendar year. In accordance with
Resolution R- 185 -00, the obligation to provide domestic violence leave to employees shall be a contractual
obligation. The County shall not enter into a contract with any firm that has not certified its compliance with the
Domestic Leave Ordinance (see Attachment 8). Failure to comply with the requirements of Resolution R -185-
00, as well as the Domestic Leave Ordinance may result in the contract being declared void, the contract being
terminated and /or the firm being debarred.
1.28 ORDINANCES, RESOLUTIONS AND /OR ADMINISTRATIVE ORDERS
To request a copy of any ordinance, resolution and /or administrative order cited in this Solicitation, the
applicant must contact the Clerk of the Board at (305) 375 -5126.
1.29 LOBBYIST CONTINGENCY FEES
a) In accordance with Section 2- 11.1(s) of the Code of Miami -Dade County, after May 16, 2003, no person
may, in whole or in part, pay, give or agree to pay or give a contingency fee to another person. No person
may, in whole or in part, receive or agree to receive a contingency fee.
b) A contingency fee is a fee, bonus, commission or non - monetary benefit as compensation which is
dependant on or in any way contingent upon the passage, defeat, or modification of: 1) any ordinance,
resolution, action or decision of the County Commission; 2) any action, decision or recommendation of the
Mayor or any County board or committee; or 3) any action, decision or recommendation of any County
personnel during the time period of the entire decision - making process regarding such action, decision or
recommendation which foreseeable will be heard or reviewed by the County Commission or a County
board or committee.
Pursuant to Ordinance No. 03 -2, all vendors receiving an award of the contract resulting from this application
process will grant access to the Commission Auditor to all financial and performance related records, property,
and equipment purchased in whole or in part with government funds.
The purpose of the BBC Historic Preservation Fund is to establish a facilities' preservation fund through
OHP that will provide funding through matching fund grants to property owners for the rehabilitation of historic
sites and to safeguard those historic properties considered endangered. The BBC GOB Program is geared to
make an impact in the revitalization of historic buildings at the neighborhood level, particularly in designated
RFP 0708 Guidelines Page 12 of 20 September 2007
historic districts and other areas having a high concentration of older buildings. BBC GOB Program bond
funds in the amount of $10 million over the fifteen year term of the BBC GOB Program will be allocated to the
Fund as bonds are sold and needs exist. A minimum of $350,000 will be awarded to eligible recipients through
this application process. The Fund will assist property owners in the rehabilitation of endangered historic
properties that can be stabilized and restored to ensure their continued and useful existence.
The Fund is governed by the Building Better Communities Bond Program Administrative Rules (the
"Administrative Rules ") Resolution Number 595 -05 and Ordinance No. 05 -47 (available online). All funding
applications must adhere to the requirements of Ordinance No. 05-47 and the Administrative Rules. A copy of
the Administrative Rules is provided in Section 6.3, the Exhibits.
Property owners awarded funds, in accordance with the Administrative Rules, will be required to:
a) maintain the Project for a minimum of twenty -five (25) years;
b) keep the Project open safely and properly maintained for all Miami -Dade County residents; and
c) allow all Miami -Dade County residents equal access and use of the project and not discriminate when
charging facility admission fees as applicable.
The County intends to conduct additional requests for applications for the Fund over the term of the BBC GOB
program. However, the County in its sole discretion may recommend funding one or more projects at anytime.
Applications for eligible projects will be reviewed by a Project Review Committee, who will forward
recommended funding allocations to the Mayor. The Mayor will provide his recommendations to the BBC GOB
Program Citizens Advisory Committee to review recommended projects and allocations. The Board of County
Commissioners will make final grant awards.
1.32 PROGRAM DETAILS
The program is geared to make an impact in the revitalization of historic buildings at the neighborhood level,
particularly in designated historic districts and other areas having a high concentration of older buildings. The
County encourages applications owners of historic properties for the rehabilitation of endangered properties
that can be stabilized and restored to ensure their continued and useful existence.
Grants are awarded on a competitive basis based on evaluation by the Project Review Committee, and a
recommendation by the Mayor to the Board of County Commissioners. Final grants shall be approved by the
Board of County. Commissioners. The Project Review Committee will be appointed by the Mayor upon
recommendations from the Director of OHP. There is no guarantee that an application will be recommended
for funding. ,
The Project Review Committee will be composed of qualified professionals from the preservation field to
include, but not limited to, representatives from Miami -Dade County's Office of Historic Preservation, the
Miami -Dade County Historic Preservation Board, Dade Heritage Trust, Inc. and other Miami -Dade County
Departments.
In addition, applicants must demonstrate that the proposed project:
• Supports existing, measurable program accomplishments of the applicant and is responsive to a well -
documented need;
• Supports Miami -Dade County's Strategic Plan;.
• Will significantly contribute to the conservation, restoration or rehabilitation of the property for which the
grant is requested;
• Has significant and identifiable benefits in the revitalization of historic buildings at the neighborhood
level, particularly in designated historic districts and other areas having a high concentration of older
buildings;
RFP 0708 Guidelines Page 13 of 20 September 2007
Is thoroughly planned, both programmatically and architecturally, with a high degree of certainty that
the proposed facility will meet current and projected needs and that design, technology, and costs are
well- researched and reflective of current market conditions;
Is accompanied by reliable cost estimates, anticipating market conditions and anticipating inflationary
factors; and '
Has a clear and feasible plan for being completed on time.
To be eligible to apply for funding from the Fund, the applicant must provide evidence of the following
in its funding application:
• Be a legally incorporated Florida non - profit organization located in Miami -Dade County, and hold a
501(c)(3) designation from the Internal Revenue Service; or be an active and duly registered Florida for
profit corporation or recognized business entity; or qualify as a political subdivision of Miami -Dade
County or one of its municipalities; or be an owner of historic residential or commercial property located
within Miami -Dade County;
• Demonstrate financial stability;
• Demonstrate ownership of the property;
• Provide a letter of commitment confirming the resources necessary to complete the project; and
• Provide an architectural /engineering study and /or equipment specifications and professional cost
estimates if available.
Applicants that do not meet any one of these criteria will be deemed ineligible for funding. The Project Review
Committee and the Mayor may recommend and the Board may determine that an applicant is conditionally
eligible for funding upon satisfaction of specified conditions.
Properties that have received other fundina from the Building Better Communities General Obligation
Bond Program are not eligible for funding from the HPF0708 RFP.
:1.34 GRANT REQUIREMENTS
Applicants must meet eligibility requirements and should attend the Pre - Submittal Conference(s) prior to
submitting an application.
Applicants must submit an original, completed funding application, which is attached as Section 2.0
(and 11 copies) that shall consist of or include, among other requirements:
• Universal Affidavit which is attached as Section 3.0;
• A completed line item budget with budget justifications for the construction and fixture, furniture and
equipment line items (reimbursement for fixture, furniture, and equipment is contingent upon prior
inclusion and approval of these expenses in the grant agreement) (See Article I, Section 4: Definitions
for Fixtures, Furniture and Equipment' (FF &E), of the Building Better Communities General Obligation
Bond Program Administrative Rules included in Section 6, Exhibits);
• Letter(s) of commitment for matching funds that complement the funding allocation request as may be
required by the application;
• A projected completion date for the project;
• A project location map;
• Certification of ownership by the applicant;
• If applicable, a board resolution which, at a minimum: (i) authorizes the execution of the grant/interlocal
agreement; (ii) commits the organization to complete the project; and (iii) commits the organization to
provide maintenance upon completion of the project;
• Application Checklist which is attached as Section 4.0; and
• Affidavits, which are attached as Section 5.0.
RFP 0708 Guidelines Page 14 of 20 September 2007
All grantees will be. required to execute a grant or interlocal agreement in the form identified and attached in
Section 6, Exhibits. An applicant may request funding for a major project in phases. Each phase shall
constitute a distinct portion of the proposed Project. Each applicant requesting funding for a Project in phases
shall commit to completing the Project as defined in the grant or interlocal agreement unless otherwise
modified by approval of the Board in accordance with the Administrative Rules and Ordinance No. 05 -47.
A HISTORIC PRESERVATION FUND AWARD CARRIES NO COMMITMENT FOR FUTURE SUPPORT.
APPLICANTS ARE STRONGLY ENCOURAGED TO CAREFULLY REVIEW THE PROPOSED PROJECT,
SCOPE, AND RELATED COSTS PRIOR TO SUBMITTING AN APPLICATION TO ENSURE THAT THE
PROJECT DOES NOT POSE ANY SIGNIFICANT LEGAL, FINANCIAL, OR PROGRAMMATIC PROBLEMS
FOR THE APPLICANT.
1.35 FUNDING BASICS
• The Fund operates on a reimbursement basis as detailed in the Administrative Rules. Recipients should
submit reimbursement requests the Office of Historic Preservation of Miami -Dade County on a monthly
basis. Payment of BBC GOB Program bond funds will be made only after submission of proper
documentation demonstrating evidence of project expenditures, including match. The Administrative Rules
are subject to change as determined by the Board of County Commissioners.
Reimbursement requests should be submitted to:
Carlos J. Dunn, Historic Preservation Specialist II
Department of Planning & Zoning
111 N.W. First Street — Suite 695
Miami, Florida 33128
Tel. (305) 375 -4438 ' Fax (305) 372 -6394 Dun nCC&- miamidade.pov
Project costs eligible for reimbursement shall be incurred after the effective date of the Grant/Interlocal
Agreement and prior to the Project completion date identified in the Grant/Interlocal Agreement (with the
exception of Pre - agreement expenses).
A recipient may, upon submission of a request for advance payment, receive an advance payment no more
than 180 days in advance of the allocation schedule approved by the Board, for up to 25% of the total
award.
The County will retain 5% of the value of the award until completion of the Project for all awards exceeding
$100,000, unless otherwise recommended in writing by staff and approved by the Board.
1.36 MATCHING FUNDS
Matching fund requirements are based on the property's market value as determined by the County Property
Appraiser:
Property Value
Maximum Request
Match
Less than $400,000
$100,000
$1 match for $3 request / 1:3 match
$400,000 - $700,000
$150,000
$1 match for $2 request / 1:2 match
Over $700,000
$250,000
$1 match for $1 request / 1:1 match
The matching terms and conditions of the Fund are designed to act as a catalyst for organizations to obtain
and leverage BBC GOB Program funds for organizations' capital projects. These established targets (1:3, 1:2
and 1:1) are the minimum match eligibility threshold requirements for the Fund. A funding match that includes
RFP 0708 Guidelines Page 15 of 20 September.2007
foundation or corporate support, other government support, private contributions, and /or earned income is
desirable.
All grant and matching funds involved in construction projects supported through the Fund are subject to
compliance with provisions of applicable laws, regulations and rules. Applicants should thoroughly explore
other funding sources prior to seeking support from BBC GOB Program. Please note: in -kind donations
and /or staff salaries for administration of the grant may not be used to supply the match.
1.37 REVIEW CRITERIA
Grants are awarded to eligible organizations and private owners. Reviewers are looking for well - planned
capital projects that meet a pressing need; display broad support; will be completed promptly; and once
completed, are managed successfully. Furthermore, reviewers have an interest in the exact plan for how the
County's money (and its requisite match, (if applicable) shall be utilized in the proposed project, and the
applicant's ability and "readiness" to administer and complete the Project.
The Project Review Committee will evaluate the applicants using the following criteria:
1) PROJECT:
• Project meets the goals and objectives of the Historic Preservation Fund Program
• Project will significantly contribute to the conservation, restoration or rehabilitation of the property
for which the grant is requested
• Project will impact the revitalization of historic buildings at the neighborhood level, particularly in
designated historic districts and other areas having a high concentration of older buildings
• Readiness as indicated by the quality of the architectural /engineering study and /or equipment
specifications and professionally - developed price quotes for total project
• Applicant proposes a reasonable and realistic project timeline and logistics
• Impact of project on the organization's operational and programmatic capacity to establish and /or
sustain the facility or property
2) IMPROVED FACILITY CAPABILITIES:
• Quality of the restoration or rehabilitation of the historic building as per the United States Secretary
of Interior Standards and the Miami -Dade County Historic Preservation Ordinance
• Efforts to comply with the Americans with Disabilities Act (ADA) for projects to implement
improvements in facility modifications (If applicable)
• Quality of facility improvements being proposed
• Facility use plan (If applicable)
3) APPROPRIATENESS OF GRANT REQUEST:
• Contributions and impact of the project on the conservation, restoration or rehabilitation of the
property for which the grant is requested
• Feasibility and appropriateness of the budget and commitment and size of public and private match,
if applicable
• Project description, objectives, and goals
• Relevance of the project compared to the organization's current and future capital improvement
plans (if applicable)
• Financial resources in hand or a fundraising plan adequate to support the project (if applicable)
RFP 0708 Guidelines Page 16 of 20 September 2007
4) MERIT OF CAPITAL PROJECT PLAN:
Feasibility of the project to impact the revitalization of historic buildings at the neighborhood level,
particularly in designated historic districts and other areas having a high concentration of older
buildings.
Need for emergency funding based on the proposed work that is required on the property.
1.38 ALLOWABLE GRANT EXPENDITURES
• Rehabilitation of a property;
• Design, architectural, engineering, and construction expenses, including demolition /site preparation;
• Project Planning Design and Administration soft costs directly related to the Project, as defined by the
Administrative Rules, not to exceed 17% of the total funding allocation given to a Project; and
• Purchase of equipment, as defined in the Administrative Rules, directly related to the capital
improvements including equipment directly related to ADA compliance projects and related work
(elevator or wheelchair lift, accessible bathrooms, ramps, etc.); HVAC systems; plumbing renovations;
roof renovations; and electrical wiring upgrades.
1.39 GRANT USE RESTRICTIONS
Historic Preservation Funds may not be used for:
• Reimbursement for projects already completed and /or any costs incurred earlier than one (1) year prior
to the application date (See Article III, Section 113: Pre - agreement Expenses, of the Building Better
Communities General Obligation Bond Program Administrative Rules included in Section 6, Exhibits;
• Debt reduction, mortgage payments, endowments, or cash reserves;
• Remuneration of County employees for any services rendered as part of a project receiving a grant
from Miami -Dade County;
• Operational and programming expenses, including but not limited to: out of County travel, cash prizes,
lobbying /propaganda materials, social /fundraising events, and charitable contributions; and
• Staff salaries and expenses not included in the Administration soft costs directly related to the Project.
1.40 APPLICATION INSTRUCTIONS
ALL APPLICANTS SHOULD ATTEND THE PRE - SUBMITTAL CONFERENCE. NOTE: ATTENDANCE IS
NOT A REQUIREMENT FOR THIS APPLICATION.
Submit the SIGNED ORIGINAL completed Application Form including the Universal Affidavit with the
following attachments as part of the package.
Attachments: (listed in Item # 21 of the application form)
a. Copy of the Articles of Incorporation (if applicable)
b. Copy of IRS letter of tax - exempt status (if applicable)
c. Copy of title or purchase agreement or deed, or copy of facility lease or use agreements and /or
contracts for an un- expired term of 25 years; or for Development Projects, certification of
ownership by the Applicant or evidence of land tenure sufficient to satisfy the Board that the
project complies with the terms of Ordinance 05-47
d. Copy of organization's most recent IRS Form 990, most recent audited budget performed by an
independent, certified public accountant for the last completed fiscal year, or a compilation
RFP 0708 Guidelines Page 17 of 20 September 2007
statement encompassing the last completed fiscal year performed by an independent, certified
public accountant attesting to the applicant's financial position as recorded (if applicable)
e. Brief history and description of organization (if applicable)
f. Current Board list including names and addresses of board members and officers (Identify any
members of your board who are Miami -Dade County government officers or employees) (if
applicable)
g. A board resolution, or letter from a residential property owner, which, at a minimum: (i)
authorizes the execution of the Funding Agreement; (ii) commits the organization to complete
the Project; (iii) and, as applicable, commits the organization to provide operating, maintenance,
and programming funds upon completion of the Project, to the extent allowed by law. (if
applicable)
h. 2 -year management and budget plan for the property (if applicable)
i. Architectural /engineering study and /or equipment specifications and professional cost estimate
for total project
j. Location map
k. Provide a letter of commitment confirming the resources necessary to accomplish the Project
I. Up to three (3) support documents (programs, articles, letters of recommendation, etc.)
m. Budget justifications for the Construction and Fixtures, Furniture and Equipment line items
n. Itemized list for in -kind contributions listed on the organizational budget page, if applicable
o. Letter of commitment of matching funds from government, foundation, private, organization's
Board Chairperson, or other secured source of matching funds.
p. Brief bios /resumes of staff and responsibilities pertaining to the project (if applicable)
q. (Optional) Copy of completed planning and or feasibility study
r. Completed Application Checklist attached as Section 4.0
s. Completed Affidavits attached as Section 5.0
A complete original application package and 11 copies must be received in the Office of the Clerk of
the Board between January 9, 2008 and January 15, 2008 by 2:00 PM. Applicants are solely responsible
for providing the required number of application packages for panel distribution to the Project Review
Committee. STAFF WILL NOT MAKE CORRECTIONS AND /OR COPIES FOR YOU.
TO SATISFY THE PROGRAM'S TECHNICAL REQUIREMENTS:
Q DO SUBMIT AN APPLICATION IN A TYPE SIZE NO SMALLER THAN 12 POINT FONT, ON WHITE
PAPER.
Q DO SUBMIT AN ORIGINAL APPLICATION AND 11 COPIES BOUND WITH A BINDER CLIP IN THE
UPPER LEFT CORNER OF EACH DOCUMENT.
Q DO LIST A CONTACT PERSON WHO IS KNOWLEDGEABLE ABOUT THE PROJECT,
ORGANIZATION AND BUDGET AND WHO CAN BE REACHED MONDAY - FRIDAY: 9:00 AM - 5:00 PM.
RFP 0708 Guidelines Page 18 of 20 September 2007
Q DO ANSWER ALL QUESTIONS COMPLETELY. IF A QUESTION DOES NOT APPLY TO YOUR
ORGANIZATION, MARK "N /A" OR "NOT APPLICABLE."
0 DO MAKE CERTAIN YOUR COMPLETE SUBMISSION IS RECEIVED AT THE OFFICE OF THE
CLERK OF THE BOARD NO LATER THAN 2:00 PM ON THE APPLICATION DEADLINE DATE.
POSTMARKED APPLICATIONS ARE NOT ACCEPTABLE.
Q DO KEEP A COPY OF THE COMPLETED APPLICATION FOR YOUR RECORDS.
0 DON'T TRANSMIT YOUR APPLICATION BY FAX OR E -MAIL.
0 DON'T USE COVER PAGES OR COVER LETTERS.
O DON'T BIND IN NOTEBOOKS.
0 DON'T BIND OR STAPLE ALL PAGES AND SUPPORT MATERIAL TOGETHER.
1.41 APPLICATION REVIEW PROCESS
Following closure of an Application Submission Period, the Mayor or his designee, in consultation with the
County Attorney and the Project Review Committee will review each Funding Application for funding eligibility
and determine an eligibility status for each applicant: Eligible, Conditionally Eligible, or Ineligible. Funding
Applications determined to be Eligible or Conditionally Eligible shall be reviewed and competitively evaluated to
determine a recommended funding allocation. A listing of all Funding Applications shall be presented to the
Board of County Commissioners by the Mayor in the form of a Resolution stating the eligibility determination,
presenting the Mayor's funding recommendations based (if applicable) on competitive evaluation, and seeking
approval for the disbursement of funds.
1.42 COMPLIANCE RESPONSIBILITIES
All recipients must submit an annual audit of the Historic Preservation Fund Program funds, performed by
certified independent auditors, to the Mayor's Office by June 1St, following the fiscal year for which the audit
was performed. The audit report must include the Fund Summary Status Report in the Administrative Rules.
A funding allocation will be expended only for the purposes of rehabilitation or restoration on lands owned by
the recipient. Property owners must record a covenant running with the property that will require new owner(s)
and /or any future owner(s) to maintain the property following the Secretary of interior Standards for
Preservation, Rehabilitation, Restoration and Reconstruction of Historic Buildings for twenty -five (25) years.
Property owners awarded funds will be required keep the Project open safely and properly maintained for all
Miami -Dade County residents, allow all Miami -Dade County residents equal access and use of the project and
not discriminate when charging facility admission fees.
Recipients shall maintain all financial and programmatic records, supporting documents and other records
pertinent to the funding allocation for a period of three (3) years (retention period). The start date for the
retention period begins on the day the recipient submits to the County its single or last expenditure report for
that period or its final expenditure report. For any litigation, claim, negotiation, audit or other action started
during and extending past the three -year retention period, record will be retained until the action is completed
and arising issues are solved.
The Board and the County,
pertinent books, documents,
excerpts, and transcripts.
or any of their authorized representatives, shall have the right of access to any
papers, or other records of the recipient in order to make audits, examinations,
RFP 0708 Guidelines Page 19 of 20 September 2007
Failure to comply with any of the terms of the award may result in the Board of County Commissioners or
Mayor to take one or more of the actions outlined in Article III, Section 2F of the Administrative Rules and /or
the Grant/Interlocal Agreement.
Recipients are required to submit the Project Status Report on a monthly basis. Other reports that shall be due
upon request of the Mayor or his designee may include, but are not limited to: actual accomplishments of each
funding allocation, problems encountered in implementation of each funding allocation, and anticipated start
and /or completion dates of each funding allocation. The recipient may be required to meet with the Board to
discuss the Project.
All final documentation, including a Final Report, must be submitted within forty -five (45) days after the
expiration or termination of the funding allocation. Final Report forms will be provided to grantees.
Grant funds not encumbered (contracted for) within 12 months of the date they were awarded, or for which a
project extension has not been approved, shall revert to Miami -Dade County.
All funded activities must provide equal access and equal opportunity in employment and services, and may
not discriminate on the basis of race, color, religion, ancestry, national origin, sex, pregnancy, age, disability,
marital status, familial status, sexual orientation or physical ability, in accordance with Title VI and Title VII of
the Civil Rights Act of 1964, the Age Discrimination Act of 1975, Title IX of the Education Amendments of 1972
as amended (42 U.S.C. 2000d et seq.), the Americans with Disabilities Act (ADA) of 1990, Section 504 of the
Rehabilitation Act of 1973, and Miami -Dade County ordinances No. 97 -170, § 1, 2 -25 -97 and No. 98 -17, § 1,
12 -1 -98.
The Grantee must include the following credit line in all promotional and marketing materials related to this
grant including web sites, news and press releases, public service announcements, broadcast media, event
programs, and publications: "With the support of the Miami -Dade County General Obligation Bond (GOB)
Program, Historic Preservation Fund, the Miami -Dade County Mayor and Board of County
Commissioners." The grantee must also use the County's logo and the County's GOB logo in marketing and
publicity materials whenever possible.
Miami -Dade County provides equal access and equal opportunity in employment and services and does not discriminate
on the basis of race, color, religion, ancestry, national origin, sex, pregnancy, age, disability, marital status, familial status,
sexual orientation or physical ability, in accordance with Title VI and Title V11 of the Civil Rights Act of 1964, the Age
Discrimination Act of 1975, Title /X of the Education Amendments of 1972 as amended (42 U.S. C. 20004 et seq.), the
Americans with Disabilities Act (ADA) of 1990, Section 504 of the Rehabilitation Act of 1973, and Miami -Dade County
ordinances No. 97 -170, § 1, 2 -25-97 and No. 98 -17, § 1, 12 -1 -98.
RFP 0708 Guidelines Page 20 of 20 September 2007