Loading...
HomeMy WebLinkAbout04.12.2017 City Council AgendaApril 12, 2017, City Council Agenda Page 1 CITY OF MIAMI GARDENS CITY COUNCIL MEETING AGENDA Meeting Date: April 12, 2017 Miami Gardens, Florida 33056 Next Regular Meeting Date: April 26, 2017 Phone: (305) 914-9010 Fax: (305) 914-9033 Website: www.miamigardens-fl.gov Time: 7:00 p.m. Mayor Oliver Gilbert Vice Mayor Erhabor Ighodaro, Ph.D. Councilwoman Lillie Q. Odom Councilwoman Lisa C. Davis Councilman Rodney Harris Councilwoman Felicia Robinson Councilman David Williams Jr. City Manager Cameron Benson City Attorney Sonja K. Dickens, Esq. City Clerk Ronetta Taylor, MMC Article VII of the Miami Gardens Code entitled, “Lobbyist” requires that all lobbyists before engaging in any lobbying activities to register with the City Clerk and pay a one-time annual fee of $250.00. This applies to all persons who are retained (whether paid or not) to represent a business entity or organization to influence “City” action. “City” action is broadly described to include the ranking and selection of professional consultants, and virtually all- legislative, quasi-judicial and administrative action. All not-for-profit organizations, local chamber and merchant groups, homeowner associations, or trade associations and unions must also register however an annual fee is not required. (A) CALL TO ORDER/ROLL CALL: (B) INVOCATION: (C) PLEDGE OF ALLEGIANCE: (D) APPROVAL OF MINUTES: D-1) Regular City Council Minutes – March 22, 2017 (E) ORDER OF BUSINESS (Items to be pulled from Consent Agenda at this time) (F) SPECIAL PRESENTATIONS (5 minutes each) F-1) Councilman David Williams Jr., - Science and Engineering Fair Acknowledgements (G) PUBLIC COMMENTS: 1 of 304 April 12, 2017, City Council Agenda Page 2 (H) ORDINANCE(S) FOR FIRST READING: None (I) ORDINANCE(S) FOR SECOND READING/PUBLIC HEARING(S) I-1) AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AMENDING CHAPTER 28, ARTICLE VI, SECTION 28-295 (STANDARDS FOR MAINTENANCE OF VACANT STRUCTURES) OF THE CODE OF ORDINANCES; PROVIDING FOR ADOPTION OF REPRESENTATIONS; REPEALING ALL ORDINANCES IN CONFLICT; PROVIDING A SEVERABILITY CLAUSE; PROVIDING FOR INCLUSION IN CODE; PROVIDING AN EFFECTIVE DATE. (SPONSORED BY COUNCILMAN DAVID WILLIAMS JR.) (1st Reading – March 22, 2017) (J) RESOLUTION(S)/PUBLIC HEARING(S) None (K) CONSENT AGENDA: K-1) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, URGING THE FLORIDA LEGISLATURE TO ENACT SENATE BILL 276, HOUSE BILL 275 OR SIMILAR LEGISLATION THAT WOULD CREATE A STATE WORK OPPORTUNITY TAX CREDIT TO PROVIDE AN ADDITIONAL CREDIT AGAINST THE CORPORATE INCOME TAX FOR BUSINESSES THAT HIRE CERTAIN PERSONS CONVICTED OF A FELONY; PROVIDING FOR INSTRUCTIONS TO THE CITY CLERK; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY MAYOR OLIVER GILBERT) K-2) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, SUPPORTING AMENDMENTS TO THE FLORIDA’S CONDOMINIUM ACT, CONSISTENT WITH THE RECOMMENDATIONS OF THE MIAMI-DADE COUNTY GRAND JURY; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY COUNCILWOMAN LISA DAVIS) K-3) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA AUTHORIZING THE CITY MANAGER TO EXECUTE AN AMENDMENT TO THE SUB-RECIPIENT AGREEMENT WITH HARVEST FIRE WORSHIP 2 of 304 April 12, 2017, City Council Agenda Page 3 CENTER, INC., A COPY OF WHICH IS ATTACHED HERETO AS EXHIBIT “A”; PROVIDING FOR INSTRUCTIONS TO THE CITY CLERK; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) K-4) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA AUTHORIZING THE CITY MANAGER TO EXECUTE AN AMENDMENT TO THE SUB-RECIPIENT AGREEMENT WITH MOUNT HERMON COMMUNITY ECONOMIC & HOUSING DEVELOPMENT CORPORATION, A COPY OF WHICH IS ATTACHED HERETO AS EXHIBIT “A”; PROVIDING FOR INSTRUCTIONS TO THE CITY CLERK; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) *2PDF K-5) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH ACAI ASSOCIATES, INC., FOR ARCHITECTURAL DESIGN, ELECTRICAL, MECHANICAL, AND STRUCTURAL ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) K-6) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH BERMELLO AJAMIL & PARTNERS, INC., FOR ARCHITECTURAL, LANDSCAPE ARCHITECTURAL, AND CONSTRUCTION ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) K-7) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH CALVIN GIORDANO & ASSOCIATES, INC., FOR CIVIL ENGINEERING, LANDSCAPE ARCHITECTURAL, CONSTRUCTION ENGINEERING, PLANNING SURVEY, TRAFFIC ENGINEERING, AND OTHER ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) 3 of 304 April 12, 2017, City Council Agenda Page 4 K-8) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH CHEN MOORE & ASSOCIATES, INC., FOR GIS SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) K-9) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH CPZ ARCHITECTS, INC., FOR ARCHITECTURAL SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) K-10) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH CRAVEN THOMPSON & ASSOCIATES, INC., FOR CIVIL ENGINEERING, GIS, AND SURVEY SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) K-11) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH CSA CENTRAL, INC., FOR ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) K-12) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH KEITH AND SCHNARS, P.A., FOR PLANNING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) K-13) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH KIMLEY- HORN & ASSOCIATES, INC., FOR CIVIL AND TRAFFIC ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE 4 of 304 April 12, 2017, City Council Agenda Page 5 DATE. (SPONSORED BY THE CITY MANAGER) K-14) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH SGM ENGINEERING, INC., FOR ELECTRICAL AND MECHANICAL ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) K-15) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH TRC, LLC, FOR STRUCTURAL ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) K-16) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE PURCHASE OF VEHICLE EQUIPMENT FROM DANA SUPPLY, INC., LESC, INC. D/B/A/ LAW ENFORCEMENT SUPPLY, AND SIGNAL TECHNOLOGY ENTERPRISES BY RELYING UPON CITY OF MIAMI INVITATION TO BID NO. 516388(21), NOT TO EXCEED ALLOCATED ANNUAL BUDGET AMOUNT; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) K-17) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AWARDING A BID TO D. STEPHENSON CONSTRUCTION, INC. IN RESPONSE TO RFP NO. 16-17-004 FOR CONSTRUCTION SERVICES FOR RISCO PARK; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE A CONTRACT FOR THIS PURPOSE; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) K-18) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING A ONE YEAR RENEWAL OF THAT CERTAIN AGREEMENT FOR VENDING SERVICES WITH MH MANAGEMENT, INC.; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) 5 of 304 April 12, 2017, City Council Agenda Page 6 K-19) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH SAFEWARE, INC., FOR THE PURCHASE OF AUTOMATED LICENSE PLATE RECOGNITION SOFTWARE, IN AN AMOUNT NOT TO EXCEED TWO MILLION THREE HUNDRED SIXTY-FOUR THOUSAND THREE HUNDRED SEVENTY-SIX DOLLARS AND NINETY- SEVEN CENTS ($2,364,376.97), BY RELYING UPON U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE RFP NUMBER 11-205753-10 (4400001839); PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. (SPONSORED BY THE CITY MANAGER) (L) RESOLUTION(S) None QUASI-JUDICIAL ZONING HEARINGS/JENNINGS DISCLOSURE: (M) ORDINANCES ON FOR FIRST READING/PUBLIC HEARING(S): None (N) ORDINANCES ON FOR SECOND READING/PUBLIC HEARING(S) None (O) RESOLUTION(S)/PUBLIC HEARING(S) None (P) REPORTS OF CITY MANAGER/CITY ATTORNEY/CITY CLERK P-1) Memorandum from the City Manager (Q) REPORTS OF MAYOR AND COUNCIL MEMBERS (R) WRITTEN REQUESTS, PETITIONS & OTHER WRITTEN COMMUNICATIONS FROM THE PUBLIC (S) ADJOURNMENT IN ACCORDANCE WITH THE AMERICAN WITH DISABILITIES ACT OF 1990, ALL PERSONS WHO ARE DISABLED AND WHO NEED SPECIAL ACCOMMODATIONS TO PARTICIPATE IN THIS MEETING BECAUSE OF THAT DISABILITY SHOULD CONTACT RONETTA TAYLOR, MMC, CITY CLERK (305) 622-8000 EXT. 2830, NO LATER THAN 48 HOURS PRIOR TO SUCH PROCEEDINGS. TDD NUMBER 1-800-955-8771. 6 of 304 April 12, 2017, City Council Agenda Page 7 ANYONE WISHING TO OBTAIN A COPY OF ANY AGENDA ITEM MAY CONTACT RONETTA TAYLOR, MMC, CITY CLERK (305) 914-9010 EXT. 2830. THE ENTIRE AGENDA PACKET CAN ALSO BE FOUND ON THE CITY’S WEBSITE AT www.miamigardens-fl.gov. ANYONE WISHING TO APPEAL ANY DECISION MADE BY THE CITY OF MIAMI GARDENS WITH RESPECT TO ANY MATTER CONSIDERED AT SUCH MEETING OR HEARING WILL NEED A RECORD OF THE PROCEEDINGS AND, FOR SUCH PURPOSE, MAY NEED TO ENSURE THAT A VERBATIM RECORD OF THE PROCEEDINGS IS MADE, WHICH RECORD INCLUDES THE TESTIMONY AND EVIDENCE UPON WHICH THE APPEAL IS TO BE BASED. 7 of 304 18605 N W 27th Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: Aprill 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other x Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading x X Public Hearing: (Enter X in box) Yes No Yes No x Funding Source: General Fund Advertising Requirement: (Enter X in box) Yes No x Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid #: Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Area: Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) Sponsor Name David Williams, Jr. Councilman Department: Office of the Mayor & Council Short Title: AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AMENDING CHAPTER 28, ARTICLE VI, SECTION 28-295 (STANDARDS FOR MAINTENANCE OF VACANT STRUCTURES) OF THE CODE OF ORDINANCES; PROVIDING FOR ADOPTION OF REPRESENTATIONS; REPEALING ALL ORDINANCES IN CONFLICT; PROVIDING A SEVERABILITY CLAUSE; PROVIDING FOR INCLUSION IN CODE; PROVIDING AN EFFECTIVE DATE. Staff Summary: Chapter 28, Article VI, Section 28-295 of the City’s Code of Ordinances establishes the standards for maintenance and appearance of vacant structures and vacant premises. Section 28-295, requires vacant structures be secure at all times. Item I-1) Ordinance 2nd Reading/Public Hearing Maintenance for Vacant Structures 8 of 304 18605 N W 27th Avenue Miami Gardens, Florida 33056 Councilman David Williams, Jr., is recommending the City Council amend Chapter 28, Article VI, Section 28-295 of the City’s Code of Ordinances to require owners or operators of a vacant or abandoned property is deemed commercial property and remains vacant or abandoned after six (6) months to erect fences along the parameter of the property to prevent unauthorized entry of persons, animals, or other elements. Proposed Action: That the City Council approves the Ordinance. Attachment: None. 9 of 304 Added language is underlined. Deleted language is stricken through. 1 ORDINANCE NO. 2017_____ 1 2 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY 3 OF MIAMI GARDENS, FLORIDA, AMENDING CHAPTER 4 28, ARTICLE VI, SECTION 28-295 (STANDARDS FOR 5 MAINTENANCE OF VACANT STRUCTURES) OF THE 6 CODE OF ORDINANCES; PROVIDING FOR ADOPTION 7 OF REPRESENTATIONS; REPEALING ALL ORDINANCES 8 IN CONFLICT; PROVIDING A SEVERABILITY CLAUSE; 9 PROVIDING FOR INCLUSION IN CODE; PROVIDING AN 10 EFFECTIVE DATE. 11 12 WHEREAS, Chapter 28, Article VI, Section 28-295 of the City’s Code of 13 Ordinances establishes the standards for maintenance and appearance of 14 vacant structures and vacant premises, and 15 WHEREAS, Section 28-295, requires vacant structures be secure at all 16 times, and 17 WHEREAS, Councilman David Williams, Jr., is recommending the City 18 Council amend Chapter 28, Article VI, Section 28-295 of the City’s Code of 19 Ordinances to require owners or operators of a vacant or abandoned commercial 20 property to erect fences along the parameter of the property to prevent 21 unauthorized entry of persons, animals, or other elements, 22 NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF 23 THE CITY OF MIAMI GARDENS, FLORIDA, AS FOLLOWS: 24 Section 1. ADOPTION OF REPRESENTATIONS: The foregoing 25 Whereas paragraphs are hereby ratified and confirmed as being true, and the same 26 are hereby made a specific part of this Ordinance. 27 10 of 304 Added language is underlined. Deleted language is stricken through. 2 Section 2. AMENDMENT: Chapter 28, Article VI, Section 28-295 of the 28 City’s Codes of Ordinances is hereby amended as follows: 29 Sec. 28-295. - Standards for maintenance and appearance of vacant 30 structures and vacant premises. 31 32 Every vacant structure and vacant premises shall comply with the 33 following requirements: 34 35 (1) Every foundation wall shall be structurally sound, reasonably 36 rodentproof, and maintained in good repair. 37 (2) Exterior walls and roofs shall be kept in good repair. 38 (3) Windows and exterior doors shall be weathertight, watertight and 39 rodentproof and shall be maintained in good condition. 40 (4) All exterior areas that show evidence of rot or other deterioration shall 41 be repaired or replaced. 42 (5) Every exterior stairway, porch and appurtenance shall be maintained 43 in good repair. 44 (6) All exterior surfaces subject to deterioration shall be properly 45 maintained and protected from the elements by paint or other 46 approved protective coating applied in a workmanlike fashion. 47 (7) Every utility connection shall be free from defects, disconnected, 48 removed or otherwise made safe. 49 (8) Vacant dwelling units shall be provided with utility connections for the 50 following type of facility: an installed nonportable cooking facility 51 which shall not be capable of being carried easily by one person and 52 which shall have at least two top burners. 53 (9) Every plumbing fixture, waterpipe, wastepipe, and drain shall be free 54 from defects, leaks, and obstructions. 55 (10) Exterior premises shall be kept free from the excessive growth 56 of weeds, grass, and other flora. The term "excessive growth" shall 57 mean growth which is detrimental to the public health, safety, and 58 welfare and which generally detracts from the appearance of the 59 neighborhood. 60 (11) Vacant housing structures shall be weathertight, watertight, 61 clean, sanitary, and free from infestation, rubbish, and garbage. 62 (12) Vacant structures shall be secure at all times. The owner or 63 operator of any vacant structure found unguarded and open as 64 aforesaid shall be given notice of such violation by the enforcing 65 officer unless enforcement action is initiated by the building official in 66 accordance with the provisions of the Florida Building Code, in which 67 case notice of the violation will be provided as required therein. The 68 notice shall require immediate action to secure and seal the vacant 69 11 of 304 Added language is underlined. Deleted language is stricken through. 3 structure in a manner that abates temporarily the unsafe conditions 70 by using concrete blocks, storm shutters, or other materials of the 71 same durability as determined by the code enforcement officer and 72 construction methods which are in keeping with good workmanship 73 and appearance, and are otherwise in compliance with the Florida 74 Building Code. In no event shall a vacant structure remain secured by 75 the use of concrete blocks, storm shutters, or similar materials for a 76 period exceeding 180 days as that period may be extended pursuant 77 to the Florida Building Code. Prior to the expiration of the stated 78 period, the vacant structure must be completed and brought into full 79 compliance with the Florida Building Code. Failure to comply with this 80 requirement shall constitute a violation of this section. Swimming 81 pools are to be secured by filling in with sand, or by fencing or by 82 using another approved method as determined by the code 83 enforcement officer. Vacant structures temporarily ordered secured 84 as provided aforesaid shall not be used or occupied until written 85 approval is given by the enforcing agency. The provisions of this 86 section shall be complementary to, and not in derogation of, the 87 provisions of the Florida Building Code relating to unsafe structures. 88 (13) All windows, doors, gates, fences or any other opening of such 89 size that may allow access of persons, animals, or other elements, to 90 the interior of the property, building or structure shall be secured, 91 locked, closed, or maintained in such a manner so as to prevent 92 unauthorized entry and create an attractive nuisance. 93 (14) If the property is deemed commercial property and remains 94 vacant or abandoned after six (6) months, the owner or operator of 95 the vacant or abandoned commercial property shall erect fencing 96 along the parameter of the property to prevent unauthorized entry of 97 persons, animals, or other elements. 98 99 Section 3. CONFLICT: All ordinances or Code provisions in conflict 100 herewith are hereby repealed. 101 Section 4. SEVERABILITY: If any section, subsection, sentence, 102 clause, phrase or portion of this Ordinance is for any reason held invalid or 103 unconstitutional by any court of competent jurisdiction, such portion shall be 104 deemed a separate, distinct and independent provision and such holding shall 105 not affect the validity of the remaining portions of this Ordinance. 106 12 of 304 Added language is underlined. Deleted language is stricken through. 4 Section 5. INCLUSION IN CODE: It is the intention of the City 107 Council of the City of Miami Gardens that the provisions of this Ordinance shall 108 become and be made a part of the Code of Ordinances of the City of Miami 109 Gardens and that the section of this Ordinance may be renumbered or relettered 110 and the word “Ordinance” may be changed to “Chapter,” “Section,” “Article” or 111 such other appropriate word or phrase, the use of which shall accomplish the 112 intentions herein expressed. 113 Section 6. EFFECTIVE DATE: This Ordinance shall become effective 114 immediately upon its final passage. 115 PASSED ON FIRST READING ON THE 22nd DAY OF MARCH, 2017. 116 PASSED ON SECOND READING ON THE ____ DAY OF _________, 117 2017. 118 ADOPTED AND PASSED BY THE CITY COUNCIL OF THE CITY OF 119 MIAMI GARDENS AT ITS REGULAR MEETING HELD ON THE _____ DAY OF 120 ______________, 2017. 121 122 ________________________________ 123 OLIVER GILBERT, III, MAYOR 124 125 126 127 ATTEST: 128 129 130 _________________________________ 131 RONETTA TAYLOR, MMC, CITY CLERK 132 133 134 PREPARED BY: SONJA KNIGHTON DICKENS, ESQ., CITY ATTORNEY 135 13 of 304 Added language is underlined. Deleted language is stricken through. 5 136 137 SPONSORED BY: COUNCILMAN DAVID WILLIAMS JR. 138 139 140 Moved by: __________________ 141 Second by: _________________ 142 143 VOTE: _________ 144 145 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 146 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 147 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 148 Councilman Rodney Harris ____ (Yes) ____ (No) 149 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 150 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 151 Councilman David Williams Jr ____ (Yes) ____ (No) 152 153 154 14 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid #: (Enter #) X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Area: Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) N/A X Sponsor Name Oliver Gilbert, Mayor Department: Office of the Mayor & Council Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, URGING THE FLORIDA LEGISLATURE TO ENACT SENATE BILL 276, HOUSE BILL 275 OR SIMILAR LEGISLATION THAT WOULD CREATE A STATE WORK OPPORTUNITY TAX CREDIT TO PROVIDE AN ADDITIONAL CREDIT AGAINST THE CORPORATE INCOME TAX FOR BUSINESSES THAT HIRE CERTAIN PERSONS CONVICTED OF A FELONY; PROVIDING FOR INSTRUCTIONS TO THE CITY CLERK; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: Item K-1) Consent Agenda Resolution House Bill 276 & 275 15 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 The Florida Legislature has two bills up for consideration Senate Bill 276 and House Bill 275. These bills will create a State Work Opportunity Tax Credit to provide an additional credit against the corporate income tax for businesses that hire returning citizens (ex-offenders). The bills provide a statewide incentive to businesses to give returning citizens a second chance by hiring them, and thereby removing barriers to employment and creating better communities. Senate Bill 276 and House Bill 275 would encourage Florida businesses to hire ex-offenders and would further public safety by reducing recidivism and provide an opportunity for ex-offenders to successfully reintegrate in the community as gainful employed person. Proposed Action: That the City Council approve the attached resolution. Attachment: Copy of the Senate Bill 276 Copy of the House Bill 275 16 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, URGING THE FLORIDA 4 LEGISLATURE TO ENACT SENATE BILL 276, HOUSE BILL 275 5 OR SIMILAR LEGISLATION THAT WOULD CREATE A STATE 6 WORK OPPORTUNITY TAX CREDIT TO PROVIDE AN 7 ADDITIONAL CREDIT AGAINST THE CORPORATE INCOME 8 TAX FOR BUSINESSES THAT HIRE CERTAIN PERSONS 9 CONVICTED OF A FELONY; PROVIDING FOR INSTRUCTIONS 10 TO THE CITY CLERK; PROVIDING FOR THE ADOPTION OF 11 REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. 12 13 WHEREAS, helping ex-offenders obtain employment promotes public safety and 14 decreases likelihood of recidivism, as employment is crucial to successful re-integration, 15 of offenders; and 16 WHEREAS, the Senate Bill 276 and House Bill 275 have been filed for 17 consideration during the 2017 session of the Florida Legislative; and 18 WHEREAS, the passage of bills will create a state work opportunity tax credit to 19 provide an additional credit against the corporate income tax for businesses that hire 20 returning citizens (ex-offenders); and 21 WHEREAS, Senate Bill 276 and House Bill 275 provides a statewide incentives 22 to businesses by giving returning citizens a second chance by hiring them, thereby, 23 removing barriers to employment and creating better communities, and, 24 WHEREAS, Senate Bill 276 and House Bill 275 would encourage Florida 25 businesses to hire ex-offenders and would further public safety by reducing recidivism 26 and provide an opportunity for ex-offenders to successfully reintegrate in the community 27 as a gainfully employed person; and 28 WHEREAS, Mayor Oliver Gilbert, III, is recommending that the City Council 29 supports Senate Bill 276 and House Bill 275 or similar legislation that would create a 30 17 of 304 2 state work opportunity tax credit that provides an additional credit against the corporate 31 income tax for businesses hiring certain persons convicted of a felony, 32 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 33 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 34 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 35 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 36 made a specific part of this Resolution. 37 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 38 hereby supports Senate Bill 276 and House Bill 275 or similar legislation that would 39 create a state work opportunity tax credit that provides an additional credit against the 40 corporate income tax for businesses hiring certain persons convicted of a felony. 41 Section 3: INSTRUCTIONS TO THE CITY CLERK: The City Clerk is hereby 42 directed to transmit certified copies of this Resolution to Governor Rick Scott, Speaker 43 of the Florida House of Representatives, and to the President of the Florida Senate. 44 Section 3: EFFECTIVE DATE: This Resolution shall take effect immediately 45 upon its final passage. 46 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 47 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 48 49 ___________________________________ 50 OLIVER GILBERT, III, MAYOR 51 52 53 54 ATTEST: 55 56 57 __________________________________ 58 RONETTA TAYLOR, MMC, CITY CLERK 59 18 of 304 3 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 60 61 62 SPONSORED BY: MAYOR OLIVER GILBERT, III 63 64 Moved by: __________________ 65 66 VOTE: _________ 67 68 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 69 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 70 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 71 Councilman Rodney Harris ____ (Yes) ____ (No) 72 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 73 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 74 Councilman David Williams Jr ____ (Yes) ____ (No) 75 76 19 of 304 HB 275 2017 CODING: Words stricken are deletions; words underlined are additions. hb0275-00 Page 1 of 3 FLORIDA HOUSE OF REP RESENTATIVE S A bill to be entitled 1 An act relating to a state work opportunity tax 2 credit; amending s. 220.02, F.S.; revising legislative 3 intent relating to the application of certain 4 corporate income tax credits; creating s. 220.1893, 5 F.S.; providing an additional credit against the 6 corporate income tax, beginning on a specified date 7 and under certain circumstances, for businesses hiring 8 certain persons convicted of a felony; providing 9 requirements and limitations; requiring the Department 10 of Revenue and the Department of Economic Opportunity 11 to adopt rules and authorizing establishment of 12 certain guidelines; providing an effective date. 13 14 Be It Enacted by the Legislature of the State of Florida: 15 16 Section 1. Subsection (8) of section 220.02, Florida 17 Statutes, is amended to read: 18 220.02 Legislative intent.— 19 (8) It is the intent of the Legislature that credits 20 against either the corporate income tax or the franchise tax be 21 applied in the following order: those enumerated in s. 631.828, 22 those enumerated in s. 220.191, those enumerated in s. 220.181, 23 those enumerated in s. 220.183, those enumerated in s. 220.182, 24 those enumerated in s. 220.1895, those enumerated in s. 220.195, 25 20 of 304 HB 275 2017 CODING: Words stricken are deletions; words underlined are additions. hb0275-00 Page 2 of 3 FLORIDA HOUSE OF REP RESENTATIVE S those enumerated in s. 220.184, those enumerated in s. 220.186, 26 those enumerated in s. 220.1845, those enumerated in s. 220.19, 27 those enumerated in s. 220.185, those enumerated in s. 220.1875, 28 those enumerated in s. 220.192, those enumerated in s. 220.193, 29 those enumerated in s. 288.9916, those enumerated in s. 30 220.1899, those enumerated in s. 220.194, and those enumerated 31 in s. 220.196, and those enumerated in s. 220.1893. 32 Section 2. Section 220.1893, Florida Statutes, is created 33 to read: 34 220.1893 State work opportunity tax credit.— 35 (1)(a) For taxable years beginning on or after January 1, 36 2018, there shall be allowed a credit against the corporate 37 income tax imposed by this chapter to any business that hires a 38 person who has been convicted of a felony if the person is hired 39 within 3 years after release from a state prison, or to any 40 business that hires a person who has been convicted of a felony 41 and who is on community control or probation, as defined in s. 42 948.001. 43 (b)1. Except as provided in subparagraph 2., the credit 44 shall equal 40 percent of the wages paid to the employee during 45 each taxable period. A business may claim credits for no more 46 than five eligible employees per taxable period and may receive 47 up to $2,400 in credits per eligible employee in that period. 48 2. For a small business or minority business enterprise, 49 as defined in s. 288.703, the credit shall equal 50 percent of 50 21 of 304 HB 275 2017 CODING: Words stricken are deletions; words underlined are additions. hb0275-00 Page 3 of 3 FLORIDA HOUSE OF REP RESENTATIVE S the wages paid to the employee during each taxable period. The 51 small business or minority business enterprise may claim a 52 credit for no more than five eligible employees per taxable 53 period and may receive up to $3,000 in credits per eligible 54 employee in that period. 55 (2) Before filing for a credit under this section, a 56 business must apply for and receive written notification from 57 the Department of Economic Opportunity that certifies that each 58 employee for whom the credit is claimed is a person as described 59 in paragraph (1)(a). 60 (3) The department and the Department of Economic 61 Opportunity shall adopt rules governing the manner and form of 62 applications for the credit and may establish guidelines 63 concerning the requisites for an affirmative showing of 64 qualification for the credit under this section. 65 Section 3. This act shall take effect upon becoming a law. 66 22 of 304 Florida Senate - 2017 SB 276 By Senator Bracy 11-00394-17 2017276__ Page 1 of 3 CODING: Words stricken are deletions; words underlined are additions. A bill to be entitled 1 An act relating to a state work opportunity tax 2 credit; amending s. 220.02, F.S.; revising legislative 3 intent relating to the application of certain 4 corporate income tax credits; creating s. 220.1893, 5 F.S.; providing an additional credit against the 6 corporate income tax, beginning on a specified date 7 and under certain circumstances, for businesses hiring 8 certain persons convicted of a felony; providing 9 requirements and limitations; requiring the Department 10 of Revenue and the Department of Economic Opportunity 11 to adopt rules and establish certain guidelines; 12 providing an effective date. 13 14 Be It Enacted by the Legislature of the State of Florida: 15 16 Section 1. Subsection (8) of section 220.02, Florida 17 Statutes, is amended to read: 18 220.02 Legislative intent.— 19 (8) It is the intent of the Legislature that credits 20 against either the corporate income tax or the franchise tax be 21 applied in the following order: those enumerated in s. 631.828, 22 those enumerated in s. 220.191, those enumerated in s. 220.181, 23 those enumerated in s. 220.183, those enumerated in s. 220.182, 24 those enumerated in s. 220.1895, those enumerated in s. 220.195, 25 those enumerated in s. 220.184, those enumerated in s. 220.186, 26 those enumerated in s. 220.1845, those enumerated in s. 220.19, 27 those enumerated in s. 220.185, those enumerated in s. 220.1875, 28 those enumerated in s. 220.192, those enumerated in s. 220.193, 29 those enumerated in s. 288.9916, those enumerated in s. 30 220.1899, those enumerated in s. 220.194, and those enumerated 31 in s. 220.196, and those enumerated in s. 220.1893. 32 23 of 304 Florida Senate - 2017 SB 276 11-00394-17 2017276__ Page 2 of 3 CODING: Words stricken are deletions; words underlined are additions. Section 2. Section 220.1893, Florida Statutes, is created 33 to read: 34 220.1893 State work opportunity tax credit.— 35 (1)(a) Beginning January 1, 2018, there shall be allowed a 36 credit against the tax imposed by this chapter to any business 37 that hires a person who has been convicted of a felony if his or 38 her hiring occurs within 3 years after his or her release from a 39 state prison, or to any business that hires a person who has 40 been convicted of a felony and who is on community control or 41 probation, as defined by s. 948.001, for the commission of a 42 felony. 43 (b)1. Except as provided in subparagraph 2., the credit 44 shall be computed as 40 percent of the wages paid to the 45 employee during each taxable period. The credit may be claimed 46 for a maximum of five eligible employees per taxable period and 47 may not exceed $2,400 per eligible employee. 48 2. For a small business or minority business enterprise, as 49 defined in s. 288.703, the credit shall be computed as 50 50 percent of the wages paid to the employee during each taxable 51 period. The credit may be claimed for a maximum of five eligible 52 employees per taxable period and may not exceed $3,000 per 53 eligible employee. 54 (2) When filing for a credit under this section, a business 55 must apply for and receive certification from the Department of 56 Economic Opportunity that the employee for whom this credit is 57 claimed is a person as described in paragraph (1)(a). 58 (3) The department and the Department of Economic 59 Opportunity shall adopt rules governing the manner and form of 60 applications for the credit and may establish guidelines 61 24 of 304 Florida Senate - 2017 SB 276 11-00394-17 2017276__ Page 3 of 3 CODING: Words stricken are deletions; words underlined are additions. concerning the requisites for an affirmative showing of 62 qualification for the credit under this section. 63 Section 3. This act shall take effect upon becoming a law. 64 25 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid #: (Enter #) X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Area: Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address)N/A X Sponsor Name Lisa C. Davis, Councilwoman Department: Office of the Mayor & Council Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, SUPPORTING AMENDMENTS TO THE FLORIDA’S CONDOMINIUM ACT, CONSISTENT WITH THE RECOMMENDATIONS OF THE MIAMI-DADE COUNTY GRAND JURY; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: The Miami-Dade County Grand Jury after reviewing complaints of unresolved issues concerning the management and operation of condominium’s in the State of Florida, commenced an investigation and ultimately issued its Final Report on February 6, 2017. Item K-2) Consent Agenda Resolution Florida Condominium Act 26 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 The Grand Jury Investigation discovered that there have been many years of on dominium association problems in the State of Florida and concluded that there were severe weaknesses in the current law and regulations governing condominiums and their boards and associations; that the condominium laws and regulations are ineffective; that board directors, management companies, and associations have “become emboldened in their willful refusal to abide by and honor existing laws in this area”; and that fraudulent activities go unpunished. The agency assigned to conduct investigations of fraud, wrong- doing, and violations of condominium regulations is the Department of Business and Professional Regulation (DBPR), however the Grand Jury concluded that DBPR “seems ill-suited to resolve, correct or prevent many of the recurring problems”. In its Final Report, the Grand Jury stated that, dispite “the number of complaints from unit owners, for too long, we believe the legislative, the DBPR and local law enforcement have failed to make this a priority” and that “focused and continuous coordination” is needed among the various stakeholders on a state and local level; therefore, the Grand Jury suggested the implementation of a comprehensive list of recommendations to finally address and respond to the need for condominium reform. Among its suggested reform, the Grand Jury recommend criminal liability for directors and members of condominium board and associations for certain violations concerning access to official association records, amendments to Section 617.0832 of the Florida Statutes concerning corporations that govern condominiums, to make the non-disclosure of conflict of interests inapplicable to condominium board directors and property management companies who enter contracts on behalf of the associations; condominium election monitoring with greater authority given to ensure the integrity of the election process and of the ballots submitted, along with the imposition of criminal liability for violation, and the potential creation of a Bureau of Compliance, separate from DBPR, with additional investigatory powers. Due to the significant amount of condominiums in the State of Florida and, in particular those in the City of Miami Gardens, Councilwoman Lisa C. Davis supports legislation that would strengthen Florida’s Condominium laws to address the multitude of problems and deficiencies that currently exist in order to protect condominium owners and residents. Proposed Action: Councilwoman Lisa C. Davis recommends that the Council approve the attached resolution supporting amendments to the Florida’s Condominium Act, codified in Chapter 718 of the Florida Statutes and in related statutory provisions consistent with the recommendations of the Miami-Dade County Grand Jury. Attachment: Attachment A: Final Report of the Miami-Dade Grand Jury 27 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, SUPPORTING AMENDMENTS TO 4 THE FLORIDA’S CONDOMINIUM ACT, CONSISTENT WITH THE 5 RECOMMENDATIONS OF THE MIAMI-DADE COUNTY GRAND 6 JURY; PROVIDING FOR THE ADOPTION OF 7 REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. 8 9 WHEREAS, the Miami-Dade County Grand Jury after reviewing complaints of 10 unresolved issues concerning the management and operation of condominiums in the 11 State of Florida, commenced an investigation and ultimately issued its final report on 12 February 6, 2017, and 13 WHEREAS, the grand jury investigation discovered that there have been many 14 years of condominium association problems in the State of Florida and concluded that 15 there were severe weaknesses in the current law with regulations governing 16 condominiums, and their boards and associations, and 17 WHEREAS, the investigation discovered that the condominium laws and 18 regulations are ineffective, that board directors, management companies, and 19 associations have “become emboldened in their willful refusal to abide by and honor 20 existing laws in this area”; and that fraudulent activities go unpunished, and 21 WHEREAS, the grand jury suggested the implementation of a comprehensive list 22 of recommendations to finally address and respond to the need for condominium 23 reform, and 24 WHEREAS, due to the significant amount of condominiums in the State of 25 Florida and, in particular those in the City of Miami Gardens, Councilwoman Lisa C. 26 Davis supports legislation that would strengthen Florida’s Condominium Laws to 27 address the multitude of problems and deficiencies that currently exist in order to 28 protect condominium owners and residents, and 29 28 of 304 2 WHEREAS, Councilwoman Lisa C. Davis recommends that the City Council of 30 the City of Miami Gardens adopt this Resolution supporting amendments to the 31 Florida’s Condominium Act, codified in Chapter 718 of the Florida Statutes and in 32 related statutory provisions consistent with the recommendations of the Miami-Dade 33 County Grand Jury, 34 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 35 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 36 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 37 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 38 made a specific part of this Resolution. 39 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 40 hereby supports amendments to the Florida’s Condominium Act, consistent with the 41 recommendations of the Miami-Dade County Grand Jury. 42 Section 3: EFFECTIVE DATE: This Resolution shall take effect immediately 43 upon its final passage. 44 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 45 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 46 47 ___________________________________ 48 OLIVER GILBERT, III, MAYOR 49 50 51 52 53 ATTEST: 54 55 56 __________________________________ 57 RONETTA TAYLOR, MMC, CITY CLERK 58 59 29 of 304 3 60 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 61 62 63 SPONSORED BY: COUNCILWOMAN LISA C. DAVIS 64 65 Moved by: __________________ 66 67 VOTE: _________ 68 69 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 70 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 71 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 72 Councilman Rodney Harris ____ (Yes) ____ (No) 73 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 74 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 75 Councilman David Williams Jr ____ (Yes) ____ (No) 76 77 30 of 304 31 of 304 32 of 304 33 of 304 34 of 304 35 of 304 36 of 304 37 of 304 38 of 304 39 of 304 40 of 304 41 of 304 42 of 304 43 of 304 44 of 304 45 of 304 46 of 304 47 of 304 48 of 304 49 of 304 50 of 304 51 of 304 52 of 304 53 of 304 54 of 304 55 of 304 56 of 304 57 of 304 58 of 304 59 of 304 60 of 304 61 of 304 62 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: Neighborhood Stabilization Program (NSP) Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid #: N/A X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Area: Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) N/A X Sponsor Name Cameron Benson, City Manager Department: Community Development Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA AUTHORIZING THE CITY MANAGER TO EXECUTE AN AMENDMENT TO THE SUB-RECIPIENT AGREEMENT WITH HARVEST FIRE WORSHIP CENTER, INC., A COPY OF WHICH IS ATTACHED HERETO AS EXHIBIT “A”; PROVIDING FOR INSTRUCTIONS TO THE CITY CLERK; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: Background Item K-3) Consent Agenda Resolution Harvest Fire/ Sub-recipient Agreement Amendment 63 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 On July 30, 2008, President Bush signed the Housing and Economic Recovery Act of 2008 which authorized a one-time appropriation of $3.92 Billion to the Neighborhood Stabilization Program (NSP) now referred to as NSP1. The City of Miami Gardens received an allocation of $6,866,119.02. These funds were to be used by local governments to acquire abandoned and foreclosed upon properties for demolition, rehabilitation, and resell to income eligible households. Thus revitalizing and stabilizing neighborhoods impacted by the housing crisis. The City advertised a Request For Qualifications on November 21, 2010, to seek submissions from non- profit 501(c)(3) agencies or organizations for the management and operation of single family properties located throughout the City that the City renovated with NSP funds. These single family homes were conveyed to the selected applicants to be occupied by households whose total household income was at or below 50% of the area median income for Miami Gardens. Two agencies were selected; Harvest Fire Worship Center and Mount Hermon Community Economic & Housing Development (MHCEHD) Corporation. Resolution 2011-82-1475 passed by Council on May 11, 2011 authorized the City Manager to enter into Sub-recipient Agreements with these two agencies. In October 2011, the City conveyed two (2) NSP properties to these agencies; 2400 NW 152 Street to Harvest Fire Worship Center, and 2541 NW 152 Street to MHCEHD Corporation. Current Situation As a result of a HUD monitoring of the City’s NSP program done in May 2016, it was discovered that a provision in the Sub-recipient Agreement with Harvest Fire Worship Center does not comply with the City’s NSP Plan. In the City’s NSP Plan, “Affordable rent” is defined as monthly rents that do not exceed 30% of the tenant’s annual gross household income. However, the Sub-recipient Agreement defines “Affordable rent” as rental payments must not exceed 33% of tenant’s annual gross household income. The Harvest Fire Sub-Recipient Agreement is not consistent with the City’s NSP Plan and therefore must be amended to reflect the correction. Fiscal Impact There is no fiscal impact. The Amendment is to an existing Sub-Recipient Agreement and is administrative in nature, not monetary. Proposed Action: That the City Council approves the attached resolution. Attachments: •Amendment to Harvest Fire Sub-recipient Agreement •Harvest Fire Sub-recipient Agreement 64 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA AUTHORIZING THE CITY 4 MANAGER TO EXECUTE AN AMENDMENT TO THE SUB-5 RECIPIENT AGREEMENT WITH HARVEST FIRE WORSHIP 6 CENTER, INC., A COPY OF WHICH IS ATTACHED HERETO AS 7 EXHIBIT “A”; PROVIDING FOR INSTRUCTIONS TO THE CITY 8 CLERK; PROVIDING FOR THE ADOPTION OF 9 REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. 10 11 WHEREAS, on November 21, 2010, the City advertised a Request for 12 Qualifications (RFQ) to seek submissions from non-profit 501(c)(3) agencies or 13 organizations for the management and operation of recently acquired and renovated 14 single family properties, and 15 WHEREAS, two (2) agencies were selected, Harvest Fire Worship Center 16 (Harvest Fire), and Mount Hermon Community Economic & Housing Development 17 (MHCEHD) Corporation, and 18 WHEREAS, on May 11, 2011, the City Council passed Resolution Number 2011-19 082-1475, authorizing the City Manager to enter into Sub-Recipient Agreements with 20 these two agencies, and 21 WHEREAS, in May 2016, as a result of the Department of Housing and Urban 22 Development monitoring the City’s Neighborhood Stabilization Program (NSP), it was 23 discovered that a provision in the Sub-Recipient Agreement with Harvest Fire did not 24 comply with the City’s NSP Plan, and 25 WHEREAS, the City’s NSP Plan defines “Affordable Rent” as monthly rents that 26 do not exceed thirty percent (30%) of the tenant’s annual gross household income, and 27 WHEREAS, the Harvest Fire’s Sub-Recipient Agreement defines “Affordable 28 Rent” as rental payments must not exceed thirty-three percent (33%) of tenant’s annual 29 gross household income, and 30 65 of 304 2 WHEREAS, the Harvest Fire Sub-Recipient Agreement is not consistent with the 31 City’s NSP Plan and therefore must be amended to reflect the correction, and 32 WHEREAS, Staff recommends the City Council authorize the City Manager to 33 execute an Amendment to the Sub-Recipient Agreement with Harvest Fire to reflect this 34 change in the definition of “Affordable Rent,” 35 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 36 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 37 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 38 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 39 made a specific part of this Resolution. 40 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 41 hereby authorizes the City Manager to execute an Amendment to the Sub-Recipient 42 Agreement with Harvest Fire Worship Center, Inc., a copy of which is attached hereto 43 as Exhibit “A”. 44 Section 3: EFFECTIVE DATE: This Resolution shall take effect 45 immediately upon its final passage. 46 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 47 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 48 49 ___________________________________ 50 OLIVER GILBERT, III, MAYOR 51 52 ATTEST: 53 54 55 __________________________________ 56 RONETTA TAYLOR, MMC, CITY CLERK 57 66 of 304 3 58 59 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 60 61 62 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 63 64 Moved by: __________________ 65 66 VOTE: _________ 67 68 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 69 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 70 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 71 Councilman Rodney Harris ____ (Yes) ____ (No) 72 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 73 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 74 Councilman David Williams Jr ____ (Yes) ____ (No) 75 76 67 of 304 AMENDMENT TO THE SUB-RECIPIENT AGREEMENT BETWEEN City of Miami Gardens AND Harvest Fire Worship Center FOR THE Community Development Block Grant Neighborhood Stabilization Program This agreement entered into between the City of Miami Gardens a municipal corporation, hereinafter referred to as the “CITY” and the Harvest Fire Worship Center, a non-for-profit entity, hereinafter referred to as the “SUBRECIPIENT” executed on October 14, 2011, is amended as follows: 1. References to the City of Miami Gardens address are updated to read as follows: 18605 NW 27 Avenue, Miami Gardens, FL 33056. 2. The following sections of the Sub-recipient Agreement are amended as follows: I. SCOPE OF SERVICE D. Levels of Accomplishment – Performance Measures Paragraph three (3) is amended to read, “SUBRECIPIENT must maintain the Affordability of the Property. For purposes of the this Agreement, ‘Affordability’ shall mean that the rental payment must not exceed 33% 30% of the tenants gross income for any lease year, and, notwithstanding the foregoing, the rent at any given time cannot exceed the ‘Low-HOME market rent rate’ published annually by HUD for the Miami-Miami Beach- Kendall HMFA areas.” VIII. ADMINISTRATIVE REQUIREMENTS B. Documentation and Record Keeping 6. Audits & Inspections All references in this paragraph to OMB Circular A-133 shall now read 2 CFR Part 200. EXHIBIT A II. Levels of Accomplishment – Goals and Performance Measures Paragraph three (3) is amended to read, “SUBRECIPIENT must maintain the Affordability of the Property. For purposes of the this Agreement, ‘Affordability’ shall mean that the rental payment must not exceed 33% 30% of the tenants gross income for any lease year, and, notwithstanding the foregoing, the rent at any given time cannot exceed the 68 of 304 ‘Low-HOME market rent rate’ published annually by HUD for the Miami-Miami Beach- Kendall HMFA areas.” The effective date for this amendment is April 12, 2017. Except for any changes enumerated above, all provisions of the Sub-recipient Agreement shall remain in full force and effect. This Amendment and all its attachments are hereby made a part of the Sub-recipient Agreement. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK 69 of 304 IN WITNESS THEREOF, the parties agree to the mutual covenants herein contained and have caused this three (3) page Amendment to the Sub-recipient Agreement to be executed on their behalf this ___ day of April 2017. SUBRECIPIENT Harvest Fire Worship Center SEAL 18291 NW 23 Avenue Miami Gardens, FL 33056 a Florida not-for-profit corporation ATTEST: __________________________________ By: Corporate Secretary Date Name: Date Title: CITY OF MIAMI GARDENS, 18605 NW 27 Avenue Miami Gardens, FL 33056 a municipal Corporation of the State of Florida ATTEST: __________________________________ By: Ronetta Taylor, MMC Date Cameron D. Benson Date City Clerk City Manager APPROVED FOR LEGAL SUFFICENCY: Sonja K. Dickens Date City Attorney 70 of 304 SUBRECIPIENT AGREEMENT BETWEEN THE CITY OF MIAMI GARDENS AND HARVEST FIRE WORSHIP CENTER FOR COMMUNITY DEVELOPMENT BLOCK GRANT NEIGHBORHOOD STABILIZATION PROGRAM THIS SUBRECIPIENT AGREEMENT, entered this 14 day of October, 2011 between the CITY OF MIAMI GARDENS (herein referred to as “CITY”), a municipal corporation of the State of Florida whose address is 1515 NW 167 Street, Bldg 5, Suite 200, Miami Gardens, Florida 33169 and HARVEST FIRE WORSHIP CENTER (hereinafter referred to as "SUBRECIPIENT"), a private not- for-profit corporation existing under the laws of the State of Florida, having its principal office at 18291 NW 23 Avenue, Miami Gardens, Florida 33056, and its Federal Tax Identification number as 31- 1603931 to undertake the Community Development Block Grant (“CDBG”) Neighborhood Stabilization Program (“NSP”) in the amount of One Hundred Eleven Thousand, Eight Hundred and Seventeen Dollars (111,817.00) TERM OF THE AGREEMENT: October 14, 2011 through October 14, 2026. WHEREAS, the City of Miami Gardens has applied for and received funds from the United States Government under the Housing and Economy Recovery Act of 2008 through Neighborhood Stabilization Program (NSP); and WHEREAS, the United States Department of Housing and Urban Development (HUD) has approved the City’s CDBG Program Substantial Amendment and the use of the NSP funds for the activities identified in the Plan; and WHEREAS, the CITY wishes to engage the SUBRECIPIENT to assist the CITY in utilizing such funds; NOW, THEREFORE, it is agreed between the parties hereto that; I. SCOPE OF SERVICE A. Activities Subject to the provisions of this Agreement and its exhibits, the Subrecipient will receive title to the real property located in Miami-Dade County, Florida: Lot 1, Block 9, of BISCAYNE RIVER GARDENS, according to the Plat thereof recorded in Plat Book 49, Page 53, of the Public Records of Miami-Dade County, also known as 2400 NW 152 Street, Miami Gardens, Florida, 33054 (the "Property") from the City by virtue of a Quit Claim Deed, subject to the restrictions referenced in Exhibit "A-1" attached hereto which will be attached to the deed and 71 of 304 SET-ASIDE NSP SUBRECIPIENT AGREEMENT Page 2 of 15 recorded therewith, in order to carry out a “Project” that will include activities such as ownership and management of the property conveyed and the responsibilities related to providing housing to individuals whose income is at or below 50% of the area median income. B. National Objectives All activities funded with NSP funds must meet one of the CDBG-NSP’s National Objectives: benefit low income persons; The SUBRECIPIENT certifies that the activities carried out under this Agreement will only benefit applicants whose income levels are at 50% or below of the area median income for Miami-Miami Beach-Kendall HMFA areas as annually determined by HUD. C. General Administration SUBRECIPIENT will be responsible for the general administration of the NSP activity set forth herein in a manner satisfactory to CITY and consistent with the standards set forth in the Grant Agreement between HUD and the CITY. D. Levels of Accomplishment – Performance Measures Property Management • The property must be occupied by households whose income is at or below 50% the area median income for the Miami-Miami Beach-Kendall HMFA areas as annually determined by HUD. • The Property may not be vacant for more than ninety (90) consecutive days at any given time. • SUBRECIPIENT must maintain the Affordability of the Property. For purposes of the this Agreement, "Affordability" shall mean that the rental payment must not exceed 33% of tenant’s gross income for any lease year, and, notwithstanding the foregoing, the rent at any given time cannot exceed the “Low-HOME market rent rate” published annually by HUD for the Miami-Miami Beach-Kendall HMFA areas. • Additional property management requirements are set forth in Exhibit "A-2" attached hereto. • All leases must be prepared using the form approved by the CITY. E. Staffing SUBRECIPIENT shall ensure that adequate and appropriate staffing is allocated to the administration of the property conveyed. Nothing contained in this Agreement is intended to, or shall be construed in any manner, as creating or establishing the relationship of employer/employee between the parties. SUBRECIPIENT shall at all times remain an “independent contractor” with respect to the services to be performed under this Agreement. The CITY shall be exempt from payment of all Unemployment Compensation, FICA, retirement, life 72 of 304 SET-ASIDE NSP SUBRECIPIENT AGREEMENT Page 3 of 15 and/or medical insurance and Workers’ Compensation Insurance, as the SUBRECIPIENT is an independent contractor. F. Performance Monitoring The CITY will monitor the performance of the SUBRECIPIENT against performance standards as stated above. Substandard performance as determined by the CITY will constitute noncompliance with this Agreement. If action to correct such substandard performance is not taken by the SUBRECIPIENT within sixty (60) days after being notified by the CITY, contract suspension or termination procedures will be initiated. II. TIME OF PERFORMANCE Activities of the SUBRECIPIENT shall start upon execution of this agreement and end fifteen (15) years thereafter on the 14 day of October, 2026 (“Project Period”). Given the immediate response nature of the CDBG-NSP, all projects and activities contemplated herein are expected to be completed within the Project Period. Any projects or activities not completed as described may be subject to immediate recapture or reallocation. III. BUDGET Rental revenue collected from tenants should be applied towards payment of property taxes and property insurance prior to any other expenses. Remaining rental revenue should then be allocated to the maintenance of the property and any other expenses required in running the program such as management, marketing and maintaining reserves. The CITY will not require any unexpended rental revenue to be returned to the CITY as long as the terms of the agreement are met by the SUBRECIPIENT. At any given time during the period of this agreement, the CITY can request that the SUBRECIPIENT provide an operating budget for the NSP property conveyed. The CITY reserves the right to review contracts, invoices, vouchers, evidencing the cost incurred by the SUBRECIPIENT in the management of the property. In addition the CITY may require additional detailed budget breakdown. SUBRECIPIENT shall provide such budget information in a timely fashion in the form and content accepted by the CITY. IV. NSP REAL PROPERTY In lieu of CITY providing NSP Funds to SUBRECIPIENT, and for the sole and express purpose of undertaking the housing activity specified in this Agreement, CITY will convey title to the real property located at 2400 NW 152 Street, Miami Gardens, Florida, 33054, to SUBRECIPIENT by Quit Claim Deed, said property having been acquired and improved by CITY through the use of NSP Funds. SUBRECIPIENT’S title to the real property will be subject to all restrictions and covenants described in this Agreement. Notwithstanding anything in this Agreement to the contrary, it is expressly agreed and understood that the CITY will not pay or distribute any funds or other real property under this Agreement. 73 of 304 SET-ASIDE NSP SUBRECIPIENT AGREEMENT Page 4 of 15 Compliance with this Agreement may be contingent upon certification of the SUBRECIPIENT’s financial management system in accordance with the standards specified in 24 CFR 84.21 or 85.21. CITY reserves the right to suspend or terminate this Agreement or any activities referenced herein should the SUBRECIPIENT fail to provide required reports in a timely and adequate fashion or if SUBRECIPIENT fails to meet other terms and conditions of this Agreement. Funds paid to, collected or acquired by SUBRECIPIENT shall be deposited and maintained in a separate fund account upon the books and records of the SUBRECIPIENT (the "Account"). SUBRECIPIENT shall keep all records of the Account in a manner that is consistent with generally accepted accounting principles. All disbursements from the Account shall be for obligations incurred in the performance of this Agreement and shall be supported by contracts, invoices, vouchers, and other data, as appropriate, evidencing the necessity of such expenditure. CITY may suspend or terminate this Agreement if SUBRECIPIENT fails to comply with the above requirements until such compliance is demonstrated. V. NOTICES All notices required to be given under this Agreement shall be sufficient when delivered to the City of Miami Gardens, Community Development Department, presently located at 1515 NW 167 Street, Building 5, Suite 200, Miami Gardens, Florida 33169, and to the SUBRECIPIENT when delivered to its office at the address listed on page one (1) of this Agreement. VI. SPECIAL CONDITIONS The special conditions listed in Exhibit “A” attached hereto are incorporated herein by reference. VII. GENERAL CONDITIONS A. General Compliance The SUBRECIPIENT agrees to comply with the requirements of Title 24 of the Code of Regulations, Part 570 (the U.S. Housing and Urban Development regulations concerning Community Development Block Grants (CDBG)) including subpart K of these regulations, except that (1) the SUBRECIPIENT does not assume the CITY’s environmental responsibilities described in 24 CFR 570.604 and (2) the SUBRECIPIENT does not assume the CITY’s responsibility for initiating the review process under the provisions of 24 CFR Part 52. The SUBRECIPIENT also agrees to comply with all other applicable Federal, state and local laws, regulations, and policies governing the funds provided under this contract and by reference as if set forth verbatim. 74 of 304 SET-ASIDE NSP SUBRECIPIENT AGREEMENT Page 5 of 15 1. Amendments The CITY may, at its discretion, amend this Agreement to conform to changes required by Federal, State, City, or HUD guidelines, directives, and objectives. Such amendments shall be incorporated by written amendment as a part of this Agreement and shall be subject to approval of the CITY. Except as otherwise provided herein, no amendment to this Agreement shall be binding on either party unless in writing, approved by the CITY and signed by each Party’s authorized representatives. 2. Indemnification The SUBRECIPIENT shall protect, defend, reimburse, indemnify and hold the CITY, its agents, its employees and elected officers harmless from and against any and all claims, liability, expense, loss, cost, liens, damages or causes of action of every kind or character, including attorney’s fees and costs, whether at trial or appellate levels or otherwise, arising during the performance of the terms of this Agreement, or due to the acts or omissions of the SUBRECIPIENT. SUBRECIPIENT’s aforesaid indemnity and hold harmless obligation, or portion or applications thereof, shall apply to the fullest extent permitted by law. The SUBRECIPIENT will hold the CITY harmless and will indemnify the CITY for funds, which the CITY is obligated to refund the Federal Government arising out of the conduct of activities and administration of SUBRECIPIENT. The foregoing provisions shall survive the expiration or earlier termination of this Agreement. B. City Recognition The SUBRECIPIENT shall insure recognition of the role of the CITY, and HUD in providing services through this Agreement. All activities, facilities and items utilized pursuant to this Agreement shall be prominently labeled as to funding source. In addition, the SUBRECIPIENT will include a reference to the support provided herein in all publications made possible with funds made available under this Agreement to the extent required for the continuance of compliance with such controlling federal, state, local laws, regulations and policies governing the Project, such amendments, revisions and changes to such laws, regulations and policies shall be deemed incorporated in the Agreement without formal amendment and any subsequent formal amendment shall be deemed a memorial to such incorporation by reference. C. Suspension or Termination In accordance with 24 CFR 85.43, the CITY may suspend or terminate this Agreement if the SUBRECIPIENT materially fails to comply with any terms of this Agreement, which include (but are not limited to), the following: 75 of 304 SET-ASIDE NSP SUBRECIPIENT AGREEMENT Page 6 of 15 1. Failure to comply with any of the rules, regulations or provisions referred to herein, or such statutes, regulations, executive orders, and HUD guidelines, policies or directives as may become applicable at any time; 2. Failure, for any reason, of the SUBRECIPIENT to fulfill in a timely and proper manner its obligations under this Agreement; 3. Ineffective or improper use of the property/ties conveyed under this Agreement; or 4. Submission by the SUBRECIPIENT to the CITY reports that are incorrect or incomplete in any material respect. In accordance with 24 CFR 85.44, this Agreement may also be terminated for convenience by either the CITY or the SUBRECIPIENT, in whole or in part, by setting forth the reasons for such termination, the effective date, and, in the case of partial termination, the portion to be terminated. However, if in the case of a partial termination, the CITY determines that the remaining portion of the award will not accomplish the purpose for which the award was made, the CITY may terminate the award in its entirety. In the event the grant to the CITY by the United States Government under the Housing and Economy Recovery Act of 2008 through Neighborhood Stabilization Program (NSP) is suspended or terminated, this agreement shall be suspended or terminated effective on the same date. In addition to any other remedy described in this agreement, in the event this agreement is terminated, then, at CITY’S option, title to the real property referenced herein shall automatically revert to CITY without execution or recordation of any deed or instrument by SUBRECIPIENT. Upon request by CITY, SUBRECIPIENT agrees to cooperate to execute any documents required by CITY to confirm in the public records that title has reverted to CITY, including but not limited to a deed acceptable to CITY, but in no event shall SUBRECIPIENT's agreement to cooperate as provided herein be construed as preventing title from automatically reverting to CITY at CITY's option. CITY is not required to provide SUBRECIPIENT with any opportunity to cure any default hereunder in order for the reverter to operate to re-convey title to the property to CITY; rather, in order to demonstrate that CITY desires the reverter to operate, CITY will provide SUBRECIPIENT with written notice that title reverted to CITY upon termination of this Agreement. This provision is a material inducement to CITY entering into this Agreement. If SUBRECIPIENT defaults under this Agreement, CITY may exercise any and all legal and equitable remedies available to it, including but not limited to filing a lis pendens against the real property referred to herein and seeking specific performance of this Agreement. VIII. ADMINISTRATIVE REQUIREMENTS A. Financial Management 1. Accounting Standards 76 of 304 SET-ASIDE NSP SUBRECIPIENT AGREEMENT Page 7 of 15 The SUBRECIPIENT agrees to comply with 24 CFR 84.21-28 and agrees to adhere to the accounting principles and procedures required therein, utilize adequate internal controls, and maintain necessary source documentation for all costs incurred. 2. Cost Principles The SUBRECIPIENT shall administer its program in conformance with OMB Circulars A- 122, “Cost Principles for Non-Profit Organizations. These principles shall be applied for all costs incurred whether charged on a direct or indirect basis. B. Documentation and Record Keeping 1. Records to be maintained The SUBRECIPIENT shall maintain all records required by the Federal regulations specified in 24 CFR 570.506, which are pertinent to the activities to be funded under this Agreement. Such records shall include but not be limited to: a. The income limits applied and the point in time when the benefit was determined. b. The size and income of the household; c. The rent charged (or to be charged, if any) for each property conveyed; and d. Such information as necessary to show the affordability of property occupied (or to be occupied) by low and moderate income households pursuant to criteria established and made public by HUD. e. Records documenting compliance with the fair housing and equal opportunity components of the CDBG-NSP program; f. Financial records as required by 24 CFR 570.502, and 24 CFR 84.21-28; and g. Other records necessary to document compliance with Subpart K of 24 CFR Part 570. 2. Records Retention The SUBRECIPIENT shall retain all financial records, supporting documents, statistical records, and all other records pertinent to the Agreement for a period of four (4) years after the termination of this agreement.Notwithstanding the above, if there is litigation, claims, audits, negotiations or other actions that involve any of the records cited and that have started before the expiration of the four-year period, then such records must be retained until completion of the actions and resolution of all issues, or the expiration of the four-year period, whichever occurs later. 3. Client Data The SUBRECIPIENT shall maintain client data demonstrating client eligibility for services provided. Such data shall include, but not be limited to, client name, address, income level or other basis for determining eligibility, and description of service provided. Such 77 of 304 SET-ASIDE NSP SUBRECIPIENT AGREEMENT Page 8 of 15 information shall be made available to CITY monitors or their designees for review upon request. 4. Disclosure To the extent provided by Florida’s Public Records Law as specified in Florida Statutes §119 the SUBRECIPIENT will make records available. 5. Close-outs The SUBRECIPIENT’s obligation to the CITY shall not end until all close-out requirements are completed. Activities during this close-out period shall include, but are not limited to: making final payments, disposing of program assets (including the return of all unused materials, equipment, unspent cash advances, program income balances, and accounts receivable to the CITY), and determining the custodianship of records. Notwithstanding the foregoing, the terms of this Agreement shall remain in effect during any period that the SUBRECIPIENT has control over CDBG NSP funds, including program income, or until October 14, 2026, whichever is later. 6. Audits & Inspections All SUBRECIPIENT records with respect to any matters covered by this Agreement shall be made available to the CITY, HUD, and the Comptroller General of the United States or any of their authorized representatives, at any time during normal business hours, as often as deemed necessary, to audit, examine, and make excerpts or transcripts of all relevant data. Any deficiencies noted in audit reports must be fully cleared by the SUBRECIPIENT within 30 days after receipt by the SUBRECIPIENT. Failure of the SUBRECIPIENT to comply with the above audit requirements will constitute a violation of this contract and may result in the termination of this Agreement. The SUBRECIPIENT hereby agrees to have an annual agency audit conducted in accordance OMB Circular A-133 and other applicable regulations. Said audit shall be made by a Certified Public Accountant of the SUBRECIPIENT’s choosing. The SUBRECIPIENT shall provide such audit to the CITY upon request. The CITY reserves the right to require submission of audited financial statements and/or to conduct a “limited scope audit” of the SUBRECIPIENT as defined in A-133. C. Reporting and Payment Procedures 1. Program Income For the purpose of this agreement, “program income” is defined as all revenues received from collection of rent for the conveyed property, also referred to in this document as “rental revenue”. The use of program income by the SUBRECIPIENT that results from the rental of the property conveyed is to be used by the SUBRECIPIENT for maintenance and program administration. The CITY will not require any unexpended program income to be returned to the CITY as long as the terms of the agreement are met by the SUBRECIPIENT. Failure 78 of 304 SET-ASIDE NSP SUBRECIPIENT AGREEMENT Page 9 of 15 of the SUBRECIPIENT to comply with the terms of this agreement could result in the CITY demanding payment of unexpended program income plus any interest earned from funds held for the maintenance and program administration of the property conveyed. 2. Monitoring Procedures Except as otherwise provided herein, the CITY will determine compliance under this Agreement based upon information submitted by the SUBRECIPIENT and consistent with any reviewed budget and CITY policy concerning same. Compliance will be contingent on the timely receipt of complete and accurate reports required by this Agreement, and on the resolution of monitoring or audit findings identified pursuant to this Agreement. 3 Progress Reports The SUBRECIPIENT shall submit annual progress reports, in the format provided in Exhibit “B”, to the CITY for the term of the Agreement. D. Use and Reversion of Assets The use and disposition of real property and equipment under this Agreement shall be in compliance with the requirements of 24 CFR Part 84 and 24 CFR 570.502, 570.503, and 570.504, and 570.505 as applicable. The conveyed property shall be used to meet one of the CDBG –NSP National Objectives pursuant to 24 CFR 570.208 until five (5) years after expiration of this Agreement [which in this instance means five (5) years after October 14, 2026]. If the SUBRECIPIENT fails to use the property in a manner that meets a CDBG National Objective or the terms of this agreement, for the prescribed period of time, the reverter clause will apply, as specified in Section VII, (C). The SUBRECIPIENT may retain the conveyed property under this Agreement after the expiration of the five-year period beginning October 14, 2026. IX. OTHER PROGRAM REQUIREMENTS A. Civil Rights Compliance The SUBRECIPIENT agrees to comply with all local and state civil rights ordinances and with Title VI of the Civil Rights Act of 1964 as amended, Section 104(b) and Section 109 of Title I of the Housing and Community Development Act of 1974 as amended, Section 504 of the Rehabilitation Act of 1973, the Americans with Disabilities Act of 1990, the Age Discrimination Act of 1975, Executive Order 11063, and Executive Order 11246 as amended by Executive Orders 11375, 11478, 12107 and 12086. The SUBRECIPIENT agrees to comply with the non-discrimination in employment and contracting opportunities laws, regulations, and executive orders referenced in 24 CFR 570.607, as revised by Executive Order 13279. The applicable non- discrimination provisions in Section 109 of the HCDA are still applicable. 79 of 304 SET-ASIDE NSP SUBRECIPIENT AGREEMENT Page 10 of 15 The SUBRECIPIENT agrees that no person shall on the ground of race, color, disability, national origin, religion, age, familial status, or sex be excluded from the benefits of, or be subjected to, discrimination under any activity carried out by the performance of this Agreement. Upon receipt of evidence of such discrimination, the CITY shall have the right to terminate this Agreement. B. Opportunities for Small and Minority/Women-owned Business Enterprises In the procurement of supplies, equipment, construction, or services to implement this Agreement, the SUBRECIPIENT shall make a positive effort to utilize small business and minority/women-owned business enterprises of supplies and services, and provide these sources the maximum feasible opportunity to compete for contracts to be performed pursuant to this Agreement. To the maximum extent feasible these small business and minority/women- owned business enterprises shall be located in or owned by residents of the City of Miami Gardens in the Annual Consolidated Plan approved by HUD. C. Program Beneficiaries One hundred percent (100%) of the beneficiaries of this project funded through this Agreement must have income levels at 50% or below the area median income for Miami-Miami Beach- Kendall HMFA areas annually determined by HUD. The project funded under this Agreement shall assist beneficiaries as defined above for the time period designated in Part I A of this Agreement. D. Evaluation and Monitoring The SUBRECIPIENT agrees that CITY will carry out periodic monitoring and evaluation activities as determined necessary by the CITY and that the continuation of this Agreement is dependent upon satisfactory evaluation conclusions based on the terms of this Agreement, comparisons of planned versus actual progress relating to project scheduling, budgets, audit reports, and output measures. The SUBRECIPIENT agrees to furnish upon request to the CITY or the CITY’s designees and make copies or transcriptions of such records and information, as is determined necessary by the CITY. The SUBRECIPIENT shall, upon the request of the CITY, submit information and status reports required by the CITY or HUD on forms approved by the CITY to enable the CITY to evaluate said progress and to allow for completion of reports required of the CITY by HUD. The SUBRECIPIENT shall allow the CITY or HUD to monitor the SUBRECIPIENT on site. Such site visits may be scheduled or unscheduled as determined by the CITY or HUD. E. Conflict of Interest The SUBRECIPIENT agrees to abide by the provisions of 24 CFR 84.42 and 570.611, which include (but are not limited to) the following: 80 of 304 SET-ASIDE NSP SUBRECIPIENT AGREEMENT Page 11 of 15 1. The SUBRECIPIENT shall maintain a written code or standards of conduct that shall govern the performance of its officers, employees or agents engaged in the award and administration of contracts supported by Federal funds. 2. No employee, officer or agent of the SUBRECIPIENT shall benefit from the selection, award, or administration of the property/ties if a conflict of interest, real or apparent, would be involved. 3. No covered persons who exercise or have exercised any functions or responsibilities with respect to CDBG-NSP assisted activities, or who are in a position to participate in a decision making process or gain inside information with regard to such activities, may obtain a financial interest or with respect to the proceeds from the CDBG-NSP assisted activity, either for themselves or those with whom they have business or immediate family ties such as spouse, mother, father, children and siblings, during their tenure or for a period of one year thereafter. For purposes of this paragraph, a “covered person” includes any person who is an employee, agent, consultant, officer, or elected or appointed official of the CITY, the SUBRECIPIENT, or any designated public agency. F. Public Entity Crimes As provided in F.S. 287.133 by entering into this Agreement or performing any work in furtherance hereof, the SUBRECIPIENT certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within the 36 months immediately preceding the date hereof. This notice is required by F.S. 287.133 (3) (a). G. Drug-Free Workplace Requirements The SUBRECIPIENT, as a condition of being awarded, must certify that they will provide drug- free workplaces in accordance with the Drug-Free Workplace Act of 1988 (42 U.S.C. 701) and with HUD’s rules at 24 CFR Part 24, subpart F. H. Certification Regarding Lobbying The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a 81 of 304 SET-ASIDE NSP SUBRECIPIENT AGREEMENT Page 12 of 15 Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative Agreements) and that all SUBRECIPIENTS shall certify and disclose accordingly. I. Real Property Any real property acquired by the SUBRECIPIENT for the purpose of carrying on the projects stated herein, including the real property specifically referenced elsewhere in this Agreement, and approved by the CITY in accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and 49 CFR 24.101, shall be subject to the provisions of the CDBG Regulations including, but not limited to, the provisions on use and disposition of property. Any real property within the SUBRECIPIENT control, which is acquired or improved in whole or part with CDBG-NSP funds in excess of $25,000, including the real property specifically referenced elsewhere in this Agreement, must adhere to the CDBG Regulations at 24 CFR 570.505. J. Religious Activities The SUBRECIPIENT agrees that funds and/or real property provided under the Agreement will not be utilized for inherently religious activities prohibited by 24 CFR 570.200(j), such as worship, religious instruction, or proselytizing. K. Copyright If this contract results in any copyrightable material or inventions, the CITY and/or Grantor agency reserves the right to royalty-free, non-exclusive and irrevocable license to reproduce, publish or otherwise use and to authorize other to use, the work or materials for governmental purposes. L. Hatch Act The SUBRECIPIENT agrees that no funds and/or real property provided, nor personnel employed under this contract, shall in any way or to any extent be engaged in the conduct of political activities in violation of Chapter 15 of Title V United States Code. 82 of 304 SET-ASIDE NSP SUBRECIPIENT AGREEMENT Page 13 of 15 M. Equal Employment Opportunity and Affirmative Action (EEO/AA) Statement The SUBRECIPIENT will, in all solicitations or advertisements for employees placed by or on behalf of the SUBRECIPIENT, state that it is an Equal Opportunity or Affirmative Action employer. N. Section 504 The SUBRECIPIENT agrees to comply with all Federal regulations issued pursuant to compliance with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794), which prohibits discrimination against the individuals with disabilities or handicaps in any Federally assisted program. The CITY shall provide the SUBRECIPIENT with any guidelines necessary for compliance with that portion of the regulations in force during the term of this agreement. O. Land Covenants This Agreement is subject to the requirements of Title VI of the Civil Rights Act of 1964 (P.L. 88-352) and 24 CFR 570.601 and 570.602. In regard to the sale, lease, or other transfer of land acquired, cleared or improved with assistance provided under this contract, and in addition to the provisions of this Agreement pertaining to real property, the SUBRECIPIENT shall cause or require a covenant running with the land to be inserted in the deed or lease for such transfer, prohibiting discrimination as herein defined, in the sale, release or rental, or in the use or occupancy of such land, or in any improvements erected or to be erected thereon, providing that the CITY and the United States are beneficiaries of and entitled to enforce such covenants. The SUBRECIPIENT, in undertaking its obligation to carry out the program assisted hereunder, agrees to take such measures as are necessary to enforce such a covenant, and will not itself so discriminate. X. ENVIRONMENTAL STANDARDS A. Flood Disaster Protection In accordance with the requirements of the Flood Disaster Protection Act of 1973 (42 USC 4001), the SUBRECIPIENT shall assure that in case the conveyed property is located in an area identified by FEMA as having special flood hazards, a flood insurance under the National Flood Insurance Program will be obtained and maintained as a condition of the conveyance. If appropriate, a letter of map amendment (LOMA) may be obtained from FEMA, which would satisfy this requirement and/or reduce the cost of said flood insurance. B. Lead-Based Paint The CITY, prior to the conveyance of any property built before 1978, has performed a lead-based paint inspection and has complete any necessary abatement and obtain clearance for a certified professional. Copies of the corresponding reports will be included in Exhibit “C”. 83 of 304 SET-ASIDE NSP SUBRECIPIENT AGREEMENT Page 14 of 15 XI. SEVERABILITY/NO WAIVER If any provision of this Agreement is held invalid, the remainder of the Agreement shall not be affected thereby and all other parts of this Agreement shall nevertheless be in full force and effect. No delay by CITY in enforcing any covenant or right described herein shall be deemed a waiver of any covenant or right and no waiver by CITY of any particular provision hereof shall be deemed a waiver of any other provision or a continuing waiver of any particular provision. XII. SECTION HEADINGS AND SUBHEADINGS The section headings and subheadings contained in the Agreement are included for convenience only and shall not limit or otherwise affect the terms of this agreement. XIII. ENTIRE AGREEMENT/SURVIVAL This Agreement constitutes the entire agreement between the CITY and the SUBRECIPIENT for the use of the property/ties conveyed under this Agreement and it supersedes all prior or contemporaneous communications and proposals, whether electronic, oral, or written between the CITY and the SUBRECIPIENT with respect to this Agreement. All provisions herein which expressly or can be reasonably deemed to survive the expiration or termination of this Agreement shall survive the expiration or termination of this Agreement.IN WITNESS WHEREOF, the parties hereto, by their duly authorized representatives, have executed this Agreement on the dates shown below to be effective the day and year first shown above. CITY OF MIAMI GARDENS, FLORIDA A Municipal Corporation ATTEST: By:____________________________________ _________________________________ Dr. Danny O. Crew, City Manager Date:__________________________________ By:____________________________________ Date:__________________________________ APPROVED AS TO FORM: __________________________________ Sonja Dickens, City Attorney 84 of 304 SET-ASIDE NSP SUBRECIPIENT AGREEMENT Page 15 of 15 HARVEST FIRE WORSHIP CENTER A Florida non-profit corporation Witnesses By:________________________________ __________________________________ (Signature) (Signature) __________________________________ ____________________________________ (Name) (Print Name & Title) Date:_______________________________ __________________________________ (Signature) __________________________________ (Name) CORPORATE SEAL 85 of 304 1 EXHIBIT A The provisions of this Exhibit "A" are a part of the Agreement as if fully set forth therein. Subject to the provisions of this Agreement, the SUBRECIPIENT will receive title to the real property located in Miami-Dade County, Florida: Lot 1, Block 9, of BISCAYNE RIVER GARDENS, according to the Plat thereof recorded in Plat Book 49, Page 53, of the Public Records of Miami-Dade County, also known as 2400 NW 152 Street, Miami Gardens, Florida, 33054 (the "Property") from the CITY by virtue of a Quit Claim Deed, subject to the restrictions referenced in Exhibit "A-1" attached hereto which will be attached to the deed and recorded therewith, in order to carry out the property management and ownership activities and responsibilities. I. Property Management Subject to the extent possible, the permitted vacancy rate described below, 100% of the rental units must be occupied by households whose income is at or below 50% the area median income for the Miami-Miami Beach-Kendall HMFA areas as annually determined by HUD. The SUBRECIPIENT will be responsible for the following: • Outreach and Marketing • Screening and intake of potential tenants • Income verification of potential tenants • Income certification of tenants • File preparation and management • CITY Reporting requirements (quarterly reporting through March 31, 2013 and yearly reporting for the following fifteen (15) years of this Agreement until October 14, 2026). II. Levels of Accomplishment – Goals and Performance Measures • All units must be occupied by households whose income is at or below 50% the area median income for the Miami-Miami Beach-Kendall HMFA areas as annually determined by HUD. • The Property/ties may not be vacant for more than three months at any given time. • SUBRECIPIENT must maintain the Affordability of the Property. For purposes of the this Agreement, "Affordability" shall mean that the rental payment must not exceed 33% of tenant’s gross income for any lease year, and, notwithstanding the foregoing, the rent at any given time cannot exceed the “Low-HOME market rent rate” published annually by HUD for the Miami-Miami Beach-Kendall HMFA areas. • Additional property management requirements are set forth in Exhibit "A-2" attached hereto. • The Property was renovated using energy star appliances and low consumption water fixtures. SUBRECIPIENT must maintain or improve the quality and efficiency of products when making maintenance and repairs to the property conveyed by this agreement. 86 of 304 CDBG NSP SUBRECIPIENT AGREEMENT • All leases must be prepared using the form approved by the CITY. III. Budget No later than July 31st of each year, SUBRECIPIENT shall provide the upcoming year property operating budget for the CITY’s approval for the duration of this Agreement. At any time, any changes to the budget for more than 20% of previously approved budget amount, must be reviewed and approved by the CITY. IV. Insurance SUBRECIPIENT shall, at its sole cost and expense, maintain in full force and effect the following types and amounts of insurance coverage: (a) Property, Improvements and Personal Property, including all permitted alterations, changes, additions and replacements thereof and thereto, insured against loss or damage caused by: (i) fire, windstorm and other hazards and perils generally included under extended coverage; (ii) vandalism and malicious mischief; and (iii) fixtures, all in an amount not less than one hundred percent (100%) of the insurable replacement cost of the Property and all improvements thereon. (b) Liability Insurance. SUBRECIPIENT shall provide and keep in full force and effect a policy of broad form comprehensive general public liability and property damage insurance providing coverage against liability for personal injury, death and property damage having limits of not less than combined single limits for bodily injury and property damage in an amount of ONE MILLION AND NO/100 DOLLARS ($1,000,000.00) per occurrence. (c) Flood Insurance if the property is located in a flood zone. V. Casualty, Restoration and Repair If the Property shall be damaged by fire or other casualty and if such damage does not render all or a substantial portion of the Property untenable, then SUBRECIPIENT shall repair and restore the same with reasonable promptness, subject to reasonable delays for insurance adjustments and delays caused by matters beyond SUBRECIPIENT’S control. If any such damage renders all or a substantial portion of the Property untenable, SUBRECIPIENT shall, within thirty (30) days after the occurrence of such damage, provide to CITY an estimate from its architect or general contractor of the length of time and cost that will be required to substantially complete the repair and restoration of such damage. If such estimate is that the amount of time required to substantially complete the repair and restoration will exceed one hundred eighty (180) days from the date such damage occurred, then CITY shall have the right to terminate this Agreement as of the date of such damage upon giving notice to SUBRECIPIENT at any time within thirty (30) days after CITY receives the notice containing said estimate. If this Agreement is terminated pursuant to this paragraph, then all proceeds of insurance shall be payable to CITY and, at CITY's option, title to the property shall revert to CITY as provided in Section VII(C) of this Agreement. If this Agreement is not terminated as 87 of 304 CDBG NSP SUBRECIPIENT AGREEMENT provided in this paragraph, then SUBRECIPIENT shall proceed with reasonable promptness to repair and restore the Property, provided that SUBRECIPIENT'S obligations to repair and restore the Property hereunder shall be limited to the proceeds of insurance received by SUBRECIPIENT. If such proceeds are insufficient to cover the repair or restoration, then either party may terminate this Agreement and all proceeds of insurance shall be payable to CITY and, at CITY'S option, title to the property shall revert to CITY as provided in Section VII(C) of this Agreement VI. Condemnation If the whole of the Property shall be taken or condemned for any public or quasi-public use or purpose, by right of eminent domain or by purchase in lieu thereof, or if a substantial portion of the Property shall be so taken or condemned that the portion or portions remaining is or are not sufficient and suitable, in the judgment of CITY, for the continued operation of the use contemplated by this Agreement to be conducted thereon, therein or there from so as to effectively render the Property untenable, then this Agreement shall cease and terminate as of the date on which the condemning authority takes possession. In the event of such termination, any and all awards paid in connection with the condemnation will belong to and be the property of CITY and, at CITY'S option, title to the remaining property shall revert to CITY as provided in Section VII(C) of this Agreement If a portion of the Property is taken, and the portion or portions remaining can, in the judgment of CITY be adapted and used for the conduct of SUBRECIPIENT’S operation as provided in this Agreement, then the SUBRECIPIENT shall promptly restore the remaining portion or portions thereof to a condition comparable to their condition at the time of such taking or condemnation, less the portion or portions lost by the taking and up to the compensation received from the condemning authority, and this Agreement shall continue in full force and effect. The entire award for the Property exceeding such restoration shall belong and be promptly paid to CITY. If the award is insufficient to complete such restoration, then either party may terminate this Agreement and the entire award shall be payable to CITY and, at CITY'S option, title to the remaining property shall revert to CITY as provided in Section VII(C) of this Agreement VII. Acceptance of Property Condition SUBRECIPIENT agrees that SUBRECIPIENT has inspected the Property prior to the execution of this Agreement and that SUBRECIPIENT accepts the Property in its then existing condition “AS IS”. SUBRECIPIENT further acknowledges and agrees that neither CITY nor any agent of CITY has made any representation or warranty, express or implied, concerning the Property or which has induced SUBRECIPIENT to accept the conveyance of the Property. VIII. Hazardous Materials and Sewage Prohibited Neither SUBRECIPIENT nor any of its employees, agents, invitees, licensees, contractors or tenants shall release or dispose of Hazardous Materials in, on or about the Property or the groundwater thereof, in violation of any federal, state or municipal law, decision, statute, rule, ordinance or regulation currently in existence or hereafter enacted or rendered. SUBRECIPIENT shall give CITY prompt written notice of any claim received by SUBRECIPIENT from any 88 of 304 CDBG NSP SUBRECIPIENT AGREEMENT person, entity, or governmental agency that a release or disposal of Hazardous Materials has occurred on the Property or the groundwater thereof. As used herein, the term “Hazardous Materials’’ shall mean and be defined as any and all toxic or hazardous substances, chemicals, materials or pollutants, of any kind or nature, which are regulated, governed, restricted or prohibited by any federal, state or local law, decision, statute, rule, or ordinance currently in existence or hereafter enacted or rendered, and shall include (without limitation), all oil, gasoline and petroleum based substances. SUBRECIPIENT shall not discharge or permit to be discharged into any septic facility or sanitary sewer system serving the Property any toxic or hazardous sewage or waste other than that which is normal domestic waste water for the type of use contemplated herein to be conducted by SUBRECIPIENT on, in or from the Property. Any toxic or hazardous sewage or waste which is produced or generated in connection with the use or operation of the Property shall be handled and disposed of as required by and in compliance with all applicable local, state and federal laws, ordinances and rules or regulations or shall be pre-treated to the level of domestic wastewater prior to discharge into any septic facility or sanitary sewer system serving the Property. SUBRECIPIENT shall defend, indemnify and hold CITY harmless of and from any and all losses, damages, claims, costs, fees, penalties, charges, assessments, taxes, fines or expenses including reasonable attorneys’ fees and legal assistants’ fees, arising out of any claim asserted by any person, entity, agency, organization or body against CITY, as a result of breach of the foregoing covenant, or asserted by any person, entity, agency, organization or body against CITY, in connection with liability associated with cleaning up, removing, disposal of or otherwise eliminating any oil or petroleum derivatives, toxic substance, hazardous substance, solid waste, wastes, or contaminant, from the Property or any adjacent properties affected by the contamination. This provision shall survive the expiration or earlier termination of this Agreement. IX. Liens SUBRECIPIENT shall not create or cause to be imposed, claimed or filed upon the Property, or any portion thereof, any lien, charge or encumbrance whatsoever without the written permission from the CITY. If, because of any act or omission of SUBRECIPIENT, any such lien, charge or encumbrance shall be imposed, claimed or filed, SUBRECIPIENT shall, at its sole cost and expense, within thirty (30) days after written notice of the imposition of such lien, charge or encumbrance, cause the same to be fully paid and satisfied or otherwise discharged of record (by bonding or otherwise). If SUBRECIPIENT fails to remove the lien, charge or encumbrance within the given time period, then this agreement will be considered terminated and title to the property shall revert to CITY as provided in Section VII(C) of this Agreement X. City Obligations The CITY has the discretion to assume any, all or none of the SUBRECIPIENT’S obligations related to contracts executed during the Project period. 89 of 304 CDBG NSP SUBRECIPIENT AGREEMENT EXHIBIT "A-1” DEED RESTRICTIONS RESTRICTIVE COVENANTS & REVERTER INTEREST OF GRANTOR 1. The following restrictive covenant shall apply to the Property until October 14, 2026, and shall run with the land and shall be binding on Grantee and its successors and assigns for said period: The Property shall be used to meet one of the CDBG–NSP National Objectives pursuant to 24 CFR 570.208. If the Grantee fails to use the Property in a manner that meets a CDBG National Objective for the prescribed period, Grantee shall pay Grantor an amount equal to the current fair market value of the Property less any portion of the value attributable to expenditures of non- CDBG funds for acquisition of, or improvement to, the Property. Such payment shall constitute program income to Grantor. 2. The following restrictive covenants, terms and conditions shall apply to the Property until October 14, 2026, and shall run with the land and shall be binding on Grantee and its successors and assigns for said period: (a) The Property is subject to that certain Sub-Recipient Agreement dated October 14, 2011 by and between Grantor and Grantee (the "Agreement"), the terms, covenants, conditions and restrictions of which are incorporated herein by reference as if fully set forth below. (b) Grantee must maintain the Property in good repair suitable for habitability consistent with generally applicable housing standards in Miami-Dade County, Florida, and all federal, state and local laws, ordinances, codes, statutes and regulations, and must utilize the Property only for lease or lease to purchase options to residential tenants meeting the standards described in the Agreement and whose household income is at or below 50 percent of the area median income for the Miami –Miami Beach – Kendall HMFA (Florida) as annually determined by the U. S. Department of Housing and Urban Development (HUD). The property must remain affordable to eligible tenants, meaning that the utility allowance determined by HUD plus the rental payment must not exceed 30 percent of tenant’s gross income for any lease year, and, notwithstanding the foregoing, the rent at any given time cannot exceed the “Low-HOME Market Rent Rate” published annually by HUD for the Miami –Miami Beach – Kendall HMFA (Florida). (c) Grantee, at its expense, must actively maintain, repair and manage the Property so that the Property and all structures and improvements thereon remain in substantially the same condition currently existing as of closing, ordinary wear and tear and casualty and condemnation excepted. Any abandonment or non-use of the Property by Grantee continuing for ninety (90) consecutive days or more will constitute a violation hereof. Under CDBG- NSP guidelines, a property is defined as abandoned when mortgage or tax foreclosure proceedings have been initiated for that property, no mortgage or tax payments have been made by the property owner for at least 90 days, AND the property has been vacant for at least 90 days. 90 of 304 CDBG NSP SUBRECIPIENT AGREEMENT (d) Grantee is prohibited from removing or demolishing the existing structures and improvements, and from encumbering the Property or allowing any lien or mortgage to be filed against the Property. (e) With the exception of residential leases, any income generated from the sale of the property must be transferred to the Grantor as Program Income. Grantee is prohibited from selling, conveying, transferring, gifting, encumbering, mortgaging, assigning, donating or otherwise alienating any interest in the Property, including the granting of any easements, rights of first refusal, etc. Grantee may not record any restrictions affecting the Property or convert the Property to condominium, cooperative or other form of ownership. (f) In the event the Agreement is terminated, then, at Grantor's option, title to the Property shall automatically revert to Grantor without execution or recordation of any deed or instrument by Grantee. Upon request by Grantor, Grantee agrees to cooperate to execute any documents required by Grantor to confirm in the public records that title has reverted to Grantor, including but not limited to a deed acceptable to Grantor, but in no event shall Grantee's agreement to cooperate as provided herein be construed as preventing title from automatically reverting to Grantor at Grantor's option. Grantor is not required to provide Grantee with any opportunity to cure any default hereunder in order for the reverter to operate to re-convey title to the property to Grantor; rather, in order to demonstrate that Grantor desires the reverter to operate, Grantor will provide Grantee with written notice that title reverted to Grantor upon termination of the Agreement. (g) Grantee shall not allow any use of the property that creates or includes any use that a reasonable man or woman would find immoral, offensive or obnoxious; and any use which is not allowable under existing zoning for the Property. 3. Miscellaneous provisions applicable to paragraphs 1 and 2 above: (a) The permitted use and restrictive covenants herein constitute affirmative obligations by Grantee, and are not merely declaratory statements of the use contemplated or desired by Grantor. (b) The Property is subject to the requirements of Title VI of the Civil Rights Act of 1964 (P.L. 88-352) and 24 CFR 570.601 and 570.602. Discrimination is prohibited in the rental, or in the use or occupancy of such land, or in any improvements erected or to be erected thereon, and the Grantor and the United States are beneficiaries of and entitled to enforce such covenants. No person shall on the ground of race, color, disability, national origin, religion, age, familial status, or sex be excluded from the benefits of, or be subjected to, discrimination under any activity carried out by the Grantee. Grantee agrees to take such measures as are necessary to enforce this covenant, and will not itself so discriminate. (c) If any provision of this Exhibit is held invalid, the remainder shall not be affected thereby and all other provisions of this Exhibit shall nevertheless be in full force and effect. 91 of 304 CDBG NSP SUBRECIPIENT AGREEMENT (d) Should any provision herein require judicial interpretation, the parties hereto agree that the court interpreting or construing the same shall not construe any provision against one party more strictly by reason of any rule of interpretation, it being agreed that the agents of all parties hereto have participated in the preparation of this Exhibit, and that legal counsel was consulted by each party or each party was encouraged and had the opportunity but declined to consult legal counsel prior to closing. (e) This Exhibit shall be construed, interpreted, enforced and governed by and in accordance with the laws of the State of Florida (excluding the principles thereof governing conflicts of law). (f) Grantee agrees to pay any and all costs and expenses incurred by Grantor in enforcing the foregoing provisions, in or out of court, including without limitation, court related costs and expenses and reasonable attorneys’ fees and disbursements (including such costs, fees and disbursements incurred on appeal of any litigation). To the extent permitted by law, Grantee covenants and agrees, at its sole expense, to pay and indemnify and save Grantor harmless against and from any and all liens, encumbrances, claims, damages, injuries, losses, and/or costs, including, but not limited to, attorney's fees and litigation costs, on behalf of itself and any person, firm or corporation or governmental authority relating to or arising out of Grantee's default or breach of the foregoing provisions. This provision shall survive the Agreement and the expiration of the foregoing provisions. (g) No delay by Grantor in enforcing any covenant or provision herein shall be deemed a waiver of any covenant or right and no waiver by Grantor of any particular provision hereof shall be deemed a waiver of any other provision or a continuing waiver of any particular provision. (h) Unless otherwise provided herein, the foregoing provisions may be enforced by Grantor by injunctive relief and/or by any other action at law and/or in equity. Exhibit A-1 Page 3 of 3 92 of 304 CDBG NSP SUBRECIPIENT AGREEMENT EXHIBIT A-2 PROPERTY MANAGEMENT by SUBRECIPIENT 1. SUBRECIPIENT must manage, operate and lease the Property in accordance with the Agreement and the terms hereof: (a) SUBRECIPIENT shall: • Secure tenants for the Property in accordance with the Agreement; • Enter into residential leases/contracts to lease to eligible tenants; • Complete and sign the lead-based paint/hazards certification (for property built before 1978); SUBRECIPIENT will provide each tenant with all information SUBRECIPIENT knows about lead-based paint and lead-based paint hazards in the Property and with all available documents pertaining to such paint and hazards, as required by federal law. SUBRECIPIENT understands that the law requires the provision of this information to prospective tenants before the tenants become obligated to lease the Property. • Manage tenant relations, including negotiating renewals of existing leases; collecting, holding and disbursing rents and other amounts due or to become due; handling tenant requests and negotiations; terminating tenancies and signing and serving appropriate notices; initiating and prosecuting eviction and damages actions; and procuring legal counsel when necessary to protect its interests and rights in connection with the Property. (b) Property Maintenance: SUBRECIPIENT understands that Florida law requires licensed professionals in the construction trades to perform relevant repairs on rental properties unless the repairs can be made for under $1,000 and are not of a life/safety concern. Additionally, SUBRECIPIENT, without CITY's prior written consent, may contract for repairs, maintenance, remodeling or improvement of the Property with a certified or registered contractor when labor and materials together, subject to these limitations set by law, SUBRECIPIENT shall: • Maintain and repair interior, exterior and landscaping of Property, including making periodic inspections; purchasing supplies; and supervising alterations, modernization and redecoration of Property. SUBRECIPIENT will obtain prior approval of CITY for any item or service in excess of $ $10,000, except for monthly or recurring expenses and emergency repairs which, in SUBRECIPIENT’s opinion are necessary to prevent the Property from becoming uninhabitable or damaged, to avoid suspension of services required to be provided by law or lease, or to avoid penalties or fines to be imposed by a governmental entity. • Enter into contracts for utilities, public services, maintenance, repairs and other services as SUBRECIPIENT reasonably deems advisable. • Hire, discharge and supervise all labor and employees required for the operation and maintenance of the Property. • Exercise reasonable care to repair dangerous defective conditions upon notice of their existence by a tenant. • Inspect the Property before allowing a tenant to take possession and to make the repairs necessary to transfer a reasonably safe dwelling unit to a tenant. Exhibit A-2 Page 1 of 2 93 of 304 CDBG NSP SUBRECIPIENT AGREEMENT Other Matters: SUBRECIPIENT shall: • Pay all personal and real property taxes and assessments relating to the Property prior to delinquency. • Pay charges for repairs, materials, equipment, labor and attorneys’ fees and costs, if any. • Pay all state and local sales and service taxes, if any. • Pay all operating costs, expenses, fees, penalties, fines, and losses of the Property. • Maintain accurate records of receipts, expenses and accruals in connection with managing and owning the Property. • The Property was renovated using energy star appliances and low consumption water fixtures. SUBRECIPIENT must maintain or improve the quality of products when making maintenance and repairs to the property conveyed by this agreement. • Other Duties: ___________________________________________________________________ 94 of 304 CDBG NSP SUBRECIPIENT AGREEMENT EXHIBIT B NSP ANNUAL PROGRESS REPORT FOR 2400 NW 152 Street, Miami Gardens, FL, 33054 Complete form for past year and submit to the City of Miami Gardens by the 30th day of the month following the anniversary of this agreement. Status Report for Period of ______________________Submittal Date: SUBRECIPIENT: HARVEST FIRE WORSHIP CENTER Contact Person Telephone: Fax: E-mail: 1. Activity Status/Milestones (describe any action taken, relating to this project, during the past year): 2. What events/actions are scheduled for the next year? 3. Describe any affirmative marketing you have implemented regarding this project. Please list and attach any recent media coverage of your organization relating to this project. 4. List any additional data relevant to this project including the number of executed leases related to this property during the term of this reporting period. 95 of 304 CDBG NSP SUBRECIPIENT AGREEMENT Number of Direct Beneficiaries – last 12 months Household Size Income Level Female Head of Household Race Ethnicity Subrecipients must indicate total beneficiaries for Race AND Ethnicity Definitions of Race: 1. White: A person having origins in any of the original peoples of Europe, the Middle East, or North Africa. 2. Black or African-American: A person having origins in any of the black racial groups of Africa. 3. Asian: A person having origins in any of the original peoples of the Far East, Southeast Asia, or the Indian subcontinent including, for example, Cambodia, China, India, Japan, Korea, Malaysia, Pakistan, the Philippine Islands, Thailand, and Vietnam. 4. American Indian or Alaska Native: A person having origins in any of the original peoples of North and South America (including Central America), and who maintains tribal affiliation or community attachment. 5. Native Hawaiian or Other Pacific Islander: A person having origins in any of the original people of Hawaii, Guam, Samoa, or other Pacific Islands. Definitions of Ethnicity: 1. Hispanic or Latino: A person of Cuban, Mexican, Puerto Rican, South or Central American, or other Spanish culture or origin, regardless of race. 96 of 304 CDBG NSP SUBRECIPIENT AGREEMENT EXHIBIT C LEAD-BASED PAINT DISCLOSURES Interior and Exterior Lead-Based Paint Inspection is attached 97 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: Neighborhood Stabilization Program (NSP) Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid #: N/A X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Area: Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) N/A X Sponsor Name Cameron Benson, City Manager Department: Community Development Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA AUTHORIZING THE CITY MANAGER TO EXECUTE AN AMENDMENT TO THE SUB-RECIPIENT AGREEMENT WITH MOUNT HERMON COMMUNITY ECONOMIC & HOUSING DEVELOPMENT CORPORATION, A COPY OF WHICH IS ATTACHED HERETO AS EXHIBIT “A”; PROVIDING FOR INSTRUCTIONS TO THE CITY CLERK; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: Background Item K-4) Consent Agenda Resolution Mount Hermon/ Sub-recipient Agreement Amendment 98 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 On July 30, 2008, President Bush signed the Housing and Economic Recovery Act of 2008 which authorized a one-time appropriation of $3.92 Billion to the Neighborhood Stabilization Program (NSP) now referred to as NSP1. The City of Miami Gardens received an allocation of $6,866,119.02. These funds were to be used by local governments to acquire abandoned and foreclosed upon properties for demolition, rehabilitation, and resell to income eligible households. Thus revitalizing and stabilizing neighborhoods impacted by the housing crisis. The City advertised a Request For Qualifications on November 21, 2010, to seek submissions from non- profit 501(c)(3) agencies or organizations for the management and operation of single family properties located throughout the City that the City renovated with NSP funds. These single family homes were conveyed to the selected applicants to be occupied by households whose total household income was at or below 50% of the area median income for Miami Gardens. Two agencies were selected; Harvest Fire Worship Center and Mount Hermon Community Economic & Housing Development (MHCEHD) Corporation. Resolution 2011-82-1475 passed by Council on May 11, 2011 authorized the City Manager to enter into Sub-recipient Agreements with these two agencies. In October 2011, the City conveyed two (2) NSP properties to these agencies; 2400 NW 152 Street to Harvest Fire Worship Center, and 2541 NW 152 Street to MHCEHD Corporation. Current Situation As a result of a HUD monitoring of the City’s NSP program done in May 2016, it was discovered that a provision in the Sub-recipient Agreement with MHCEHD Corporation does not comply with the City’s NSP Plan. In the City’s NSP Plan, “Affordable rent” is defined as monthly rents that do not exceed 30% of the tenant’s annual gross household income. However, the Sub-recipient Agreement defines “Affordable rent” as rental payments must not exceed 33% of tenant’s annual gross household income. The MHCEHD Corporation Sub-Recipient Agreement is not consistent with the City’s NSP Plan and therefore must be amended to reflect the correction. Fiscal Impact There is no fiscal impact. The Amendment is to an existing Sub-Recipient Agreement and is administrative in nature, not monetary. Proposed Action: That the City Council approves the attached resolution. Attachments: •Amendment to Mount Hermon Sub-recipient Agreement •Mount Hermon Sub-recipient Agreement 99 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA AUTHORIZING THE CITY 4 MANAGER TO EXECUTE AN AMENDMENT TO THE SUB-5 RECIPIENT AGREEMENT WITH MOUNT HERMON COMMUNITY 6 ECONOMIC & HOUSING DEVELOPMENT CORPORATION, A 7 COPY OF WHICH IS ATTACHED HERETO AS EXHIBIT “A”; 8 PROVIDING FOR INSTRUCTIONS TO THE CITY CLERK; 9 PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; 10 PROVIDING FOR AN EFFECTIVE DATE. 11 12 WHEREAS, on November 21, 2010, the City advertised a Request for 13 Qualifications (RFQ) to seek submissions from non-profit 501(c)(3) agencies or 14 organizations for the management and operation of recently acquired and renovated 15 single family properties, and 16 WHEREAS, two (2) agencies were selected, Harvest Fire Worship Center 17 (Harvest Fire), and Mount Hermon Community Economic & Housing Development 18 (MHCEHD) Corporation, and 19 WHEREAS, on May 11, 2011, the City Council passed Resolution Number 2011-20 082-1475, authorizing the City Manager to enter into Sub-Recipient Agreements with 21 these two agencies, and 22 WHEREAS, in May 2016, as a result of the Department of Housing and Urban 23 Development monitoring the City’s Neighborhood Stabilization Program (NSP), it was 24 discovered that a provision in the Sub-Recipient Agreement with Mount Hermon did not 25 comply with the City’s NSP Plan, and 26 WHEREAS, the City’s NSP Plan defines “Affordable Rent” as monthly rents that 27 do not exceed thirty percent (30%) of the tenant’s annual gross household income, and 28 WHEREAS, the Mount Hermon’s Sub-Recipient Agreement defines “Affordable 29 Rent” as rental payments must not exceed thirty-three percent (33%) of tenant’s annual 30 gross household income, and 31 100 of 304 2 WHEREAS, the Mount Hermon Sub-Recipient Agreement is not consistent with 32 the City’s NSP Plan and therefore must be amended to reflect the correction, and 33 WHEREAS, Staff recommends the City Council authorize the City Manager to 34 execute an Amendment to the Sub-Recipient Agreement with Mount Hermon to reflect 35 this change in the definition of “Affordable Rent,” 36 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 37 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 38 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 39 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 40 made a specific part of this Resolution. 41 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 42 hereby authorizes the City Manager to execute an Amendment to the Sub-Recipient 43 Agreement with Mount Hermon Community Economic & Housing Development, a copy 44 of which is attached hereto as Exhibit “A”. 45 Section 3: EFFECTIVE DATE: This Resolution shall take effect 46 immediately upon its final passage. 47 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 48 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 49 50 ___________________________________ 51 OLIVER GILBERT, III, MAYOR 52 53 ATTEST: 54 55 56 __________________________________ 57 RONETTA TAYLOR, MMC, CITY CLERK 58 101 of 304 3 59 60 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 61 62 63 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 64 65 Moved by: __________________ 66 67 VOTE: _________ 68 69 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 70 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 71 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 72 Councilman Rodney Harris ____ (Yes) ____ (No) 73 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 74 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 75 Councilman David Williams Jr ____ (Yes) ____ (No) 76 77 102 of 304 AMENDMENT TO THE SUB-RECIPIENT AGREEMENT BETWEEN City of Miami Gardens AND Mount Hermon Community Economic & Housing Development Corporation FOR THE Community Development Block Grant Neighborhood Stabilization Program This agreement entered into between the City of Miami Gardens a municipal corporation, hereinafter referred to as the “CITY” and the Mount Hermon Community Economic & Housing Development Corporation, a non-for-profit entity, hereinafter referred to as the “SUBRECIPIENT” executed on October 21, 2011, is amended as follows: 1. References to the City of Miami Gardens address are updated to read as follows: 18605 NW 27 Avenue, Miami Gardens, FL 33056. 2. The following sections of the Sub-recipient Agreement are amended as follows: I. SCOPE OF SERVICE D. Levels of Accomplishment – Performance Measures Paragraph three (3) is amended to read, “SUBRECIPIENT must maintain the Affordability of the Property. For purposes of the this Agreement, ‘Affordability’ shall mean that the rental payment must not exceed 33% 30% of the tenants gross income for any lease year, and, notwithstanding the foregoing, the rent at any given time cannot exceed the ‘Low-HOME market rent rate’ published annually by HUD for the Miami-Miami Beach- Kendall HMFA areas.” VIII. ADMINISTRATIVE REQUIREMENTS B. Documentation and Record Keeping 6. Audits & Inspections All references in this paragraph to OMB Circular A-133 shall now read 2 CFR Part 200. EXHIBIT A II. Levels of Accomplishment – Goals and Performance Measures Paragraph three (3) is amended to read, “SUBRECIPIENT must maintain the Affordability of the Property. For purposes of the this Agreement, ‘Affordability’ shall mean that the rental payment must not exceed 33% 30% of the tenants gross income for any lease year, and, notwithstanding the foregoing, the rent at any given time cannot exceed the 103 of 304 ‘Low-HOME market rent rate’ published annually by HUD for the Miami-Miami Beach- Kendall HMFA areas.” The effective date for this amendment is April 12, 2017. Except for any changes enumerated above, all provisions of the Sub-recipient Agreement shall remain in full force and effect. This Amendment and all its attachments are hereby made a part of the Sub-recipient Agreement. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK 104 of 304 IN WITNESS THEREOF, the parties agree to the mutual covenants herein contained and have caused this three (3) page Amendment to the Sub-recipient Agreement to be executed on their behalf this ___ day of April 2017. SUBRECIPIENT Mount Hermon Community Economic & Housing Development Corporation SEAL 17800 NW 25 Avenue Miami Gardens, FL 33056 a Florida not-for-profit corporation ATTEST: __________________________________ By: Corporate Secretary Date Name: Date Title: CITY OF MIAMI GARDENS, 18605 NW 27 Avenue Miami Gardens, FL 33056 a municipal Corporation of the State of Florida ATTEST: __________________________________ By: Ronetta Taylor, MMC Date Cameron D. Benson Date City Clerk City Manager APPROVED FOR LEGAL SUFFICENCY: Sonja K. Dickens Date City Attorney 105 of 304 SUBRECIPIENT AGREEMENT BETWEEN THE CITY OF MIAMI GARDENS AND MOUNT HERMON COMMUNITY ECONOMIC & HOUSING DEVELOPMENT CORPORATION FOR COMMUNITY DEVELOPMENT BLOCK GRANT NEIGHBORHOOD STABILIZATION PROGRAM THIS SUBRECIPIENT AGREEMENT, entered this 21 day of October, 2011 between the CITY OF MIAMI GARDENS (herein referred to as “CITY”), a municipal corporation of the State of Florida whose address is 1515 NW 167 Street, Bldg 5, Suite 200, Miami Gardens, Florida 33169 and MOUNT HERMON COMMUNITY ECONOMIC & HOUSING DEVELOPMENT CORPORATION (hereinafter referred to as "SUBRECIPIENT"), a private not-for-profit corporation existing under the laws of the State of Florida, having its principal office at 17800 NW 25 Avenue, Miami Gardens, Florida 33056, and its Federal Tax Identification number as 65-1115934 to undertake the Community Development Block Grant (“CDBG”) Neighborhood Stabilization Program (“NSP”) in the amount of One Hundred Eleven Thousand, Eight Hundred and Seventeen Dollars (104,092.00) TERM OF THE AGREEMENT: October 21, 2011 through October 21, 2026. WHEREAS, the City of Miami Gardens has applied for and received funds from the United States Government under the Housing and Economy Recovery Act of 2008 through Neighborhood Stabilization Program (NSP); and WHEREAS, the United States Department of Housing and Urban Development (HUD) has approved the City’s CDBG Program Substantial Amendment and the use of the NSP funds for the activities identified in the Plan; and WHEREAS, the CITY wishes to engage the SUBRECIPIENT to assist the CITY in utilizing such funds; NOW, THEREFORE, it is agreed between the parties hereto that; I. SCOPE OF SERVICE A. Activities Subject to the provisions of this Agreement and its exhibits, the Subrecipient will receive title to the real property located in Miami-Dade County, Florida: Lot 12, Block 7, of BISCAYNE RIVER GARDENS, according to the Plat thereof recorded in Plat Book 49, Page 53, of the Public Records of Miami-Dade County, also known as 2541 NW 152 Street, Miami Gardens, Florida, 33054 (the "Property") from the City by virtue of a Quit Claim Deed, subject to the restrictions referenced in Exhibit "A-1" attached hereto which will be attached to the deed and recorded therewith, in order to carry out a “Project” that will include activities such as ownership 106 of 304 MOUNT HERMON SET-ASIDE CDBG - NSP SUBRECIPIENT AGREEMENT Page 2 of 15 and management of the property conveyed and the responsibilities related to providing housing to individuals whose income is at or below 50% of the area median income. B. National Objectives All activities funded with NSP funds must meet one of the CDBG-NSP’s National Objectives: benefit low income persons; The SUBRECIPIENT certifies that the activities carried out under this Agreement will only benefit applicants whose income levels are at 50% or below of the area median income for Miami-Miami Beach-Kendall HMFA areas as annually determined by HUD. C. General Administration SUBRECIPIENT will be responsible for the general administration of the NSP activity set forth herein in a manner satisfactory to CITY and consistent with the standards set forth in the Grant Agreement between HUD and the CITY. D. Levels of Accomplishment – Performance Measures Property Management • The property must be occupied by households whose income is at or below 50% the area median income for the Miami-Miami Beach-Kendall HMFA areas as annually determined by HUD. • The Property may not be vacant for more than ninety (90) consecutive days at any given time. • SUBRECIPIENT must maintain the Affordability of the Property. For purposes of the this Agreement, "Affordability" shall mean that the rental payment must not exceed 33% of tenant’s gross income for any lease year, and, notwithstanding the foregoing, the rent at any given time cannot exceed the “Low-HOME market rent rate” published annually by HUD for the Miami-Miami Beach-Kendall HMFA areas. • Additional property management requirements are set forth in Exhibit "A-2" attached hereto. • All leases must be prepared using the form approved by the CITY. E. Staffing SUBRECIPIENT shall ensure that adequate and appropriate staffing is allocated to the administration of the property conveyed. Nothing contained in this Agreement is intended to, or shall be construed in any manner, as creating or establishing the relationship of employer/employee between the parties. SUBRECIPIENT shall at all times remain an “independent contractor” with respect to the services to be performed under this Agreement. The CITY shall be exempt from payment of all Unemployment Compensation, FICA, retirement, life 107 of 304 MOUNT HERMON SET-ASIDE CDBG - NSP SUBRECIPIENT AGREEMENT Page 3 of 15 and/or medical insurance and Workers’ Compensation Insurance, as the SUBRECIPIENT is an independent contractor. F. Performance Monitoring The CITY will monitor the performance of the SUBRECIPIENT against performance standards as stated above. Substandard performance as determined by the CITY will constitute noncompliance with this Agreement. If action to correct such substandard performance is not taken by the SUBRECIPIENT within sixty (60) days after being notified by the CITY, contract suspension or termination procedures will be initiated. II. TIME OF PERFORMANCE Activities of the SUBRECIPIENT shall start upon execution of this agreement and end fifteen (15) years thereafter on the 21 day of October, 2026 (“Project Period”). Given the immediate response nature of the CDBG-NSP, all projects and activities contemplated herein are expected to be completed within the Project Period. Any projects or activities not completed as described may be subject to immediate recapture or reallocation. III. BUDGET Rental revenue collected from tenants should be applied towards payment of property taxes and property insurance prior to any other expenses. Remaining rental revenue should then be allocated to the maintenance of the property and any other expenses required in running the program such as management, marketing and maintaining reserves. The CITY will not require any unexpended rental revenue to be returned to the CITY as long as the terms of the agreement are met by the SUBRECIPIENT. At any given time during the period of this agreement, the CITY can request that the SUBRECIPIENT provide an operating budget for the NSP property conveyed. The CITY reserves the right to review contracts, invoices, vouchers, evidencing the cost incurred by the SUBRECIPIENT in the management of the property. In addition the CITY may require additional detailed budget breakdown. SUBRECIPIENT shall provide such budget information in a timely fashion in the form and content accepted by the CITY. IV. NSP REAL PROPERTY In lieu of CITY providing NSP Funds to SUBRECIPIENT, and for the sole and express purpose of undertaking the housing activity specified in this Agreement, CITY will convey title to the real property located at 2541 NW 152 Street, Miami Gardens, Florida, 33054, to SUBRECIPIENT by Quit Claim Deed, said property having been acquired and improved by CITY through the use of NSP Funds. SUBRECIPIENT’S title to the real property will be subject to all restrictions and covenants described in this Agreement. Notwithstanding anything in this 108 of 304 MOUNT HERMON SET-ASIDE CDBG - NSP SUBRECIPIENT AGREEMENT Page 4 of 15 Agreement to the contrary, it is expressly agreed and understood that the CITY will not pay or distribute any funds or other real property under this Agreement. Compliance with this Agreement may be contingent upon certification of the SUBRECIPIENT’s financial management system in accordance with the standards specified in 24 CFR 84.21 or 85.21. CITY reserves the right to suspend or terminate this Agreement or any activities referenced herein should the SUBRECIPIENT fail to provide required reports in a timely and adequate fashion or if SUBRECIPIENT fails to meet other terms and conditions of this Agreement. Funds paid to, collected or acquired by SUBRECIPIENT shall be deposited and maintained in a separate fund account upon the books and records of the SUBRECIPIENT (the "Account"). SUBRECIPIENT shall keep all records of the Account in a manner that is consistent with generally accepted accounting principles. All disbursements from the Account shall be for obligations incurred in the performance of this Agreement and shall be supported by contracts, invoices, vouchers, and other data, as appropriate, evidencing the necessity of such expenditure. CITY may suspend or terminate this Agreement if SUBRECIPIENT fails to comply with the above requirements until such compliance is demonstrated. V. NOTICES All notices required to be given under this Agreement shall be sufficient when delivered to the City of Miami Gardens, Community Development Department, presently located at 1515 NW 167 Street, Building 5, Suite 200, Miami Gardens, Florida 33169, and to the SUBRECIPIENT when delivered to its office at the address listed on page one (1) of this Agreement. VI. SPECIAL CONDITIONS The special conditions listed in Exhibit “A” attached hereto are incorporated herein by reference. VII. GENERAL CONDITIONS A. General Compliance The SUBRECIPIENT agrees to comply with the requirements of Title 24 of the Code of Regulations, Part 570 (the U.S. Housing and Urban Development regulations concerning Community Development Block Grants (CDBG)) including subpart K of these regulations, except that (1) the SUBRECIPIENT does not assume the CITY’s environmental responsibilities described in 24 CFR 570.604 and (2) the SUBRECIPIENT does not assume the CITY’s responsibility for initiating the review process under the provisions of 24 CFR Part 52. The SUBRECIPIENT also agrees to comply with all other applicable Federal, state and local laws, regulations, and policies governing the funds provided under this contract and by reference as if set forth verbatim. 109 of 304 MOUNT HERMON SET-ASIDE CDBG - NSP SUBRECIPIENT AGREEMENT Page 5 of 15 1. Amendments The CITY may, at its discretion, amend this Agreement to conform to changes required by Federal, State, City, or HUD guidelines, directives, and objectives. Such amendments shall be incorporated by written amendment as a part of this Agreement and shall be subject to approval of the CITY. Except as otherwise provided herein, no amendment to this Agreement shall be binding on either party unless in writing, approved by the CITY and signed by each Party’s authorized representatives. 2. Indemnification The SUBRECIPIENT shall protect, defend, reimburse, indemnify and hold the CITY, its agents, its employees and elected officers harmless from and against any and all claims, liability, expense, loss, cost, liens, damages or causes of action of every kind or character, including attorney’s fees and costs, whether at trial or appellate levels or otherwise, arising during the performance of the terms of this Agreement, or due to the acts or omissions of the SUBRECIPIENT. SUBRECIPIENT’s aforesaid indemnity and hold harmless obligation, or portion or applications thereof, shall apply to the fullest extent permitted by law. The SUBRECIPIENT will hold the CITY harmless and will indemnify the CITY for funds, which the CITY is obligated to refund the Federal Government arising out of the conduct of activities and administration of SUBRECIPIENT. The foregoing provisions shall survive the expiration or earlier termination of this Agreement. B. City Recognition The SUBRECIPIENT shall insure recognition of the role of the CITY, and HUD in providing services through this Agreement. All activities, facilities and items utilized pursuant to this Agreement shall be prominently labeled as to funding source. In addition, the SUBRECIPIENT will include a reference to the support provided herein in all publications made possible with funds made available under this Agreement to the extent required for the continuance of compliance with such controlling federal, state, local laws, regulations and policies governing the Project, such amendments, revisions and changes to such laws, regulations and policies shall be deemed incorporated in the Agreement without formal amendment and any subsequent formal amendment shall be deemed a memorial to such incorporation by reference. C. Suspension or Termination In accordance with 24 CFR 85.43, the CITY may suspend or terminate this Agreement if the SUBRECIPIENT materially fails to comply with any terms of this Agreement, which include (but are not limited to), the following: 110 of 304 MOUNT HERMON SET-ASIDE CDBG - NSP SUBRECIPIENT AGREEMENT Page 6 of 15 1. Failure to comply with any of the rules, regulations or provisions referred to herein, or such statutes, regulations, executive orders, and HUD guidelines, policies or directives as may become applicable at any time; 2. Failure, for any reason, of the SUBRECIPIENT to fulfill in a timely and proper manner its obligations under this Agreement; 3. Ineffective or improper use of the property/ties conveyed under this Agreement; or 4. Submission by the SUBRECIPIENT to the CITY reports that are incorrect or incomplete in any material respect. In accordance with 24 CFR 85.44, this Agreement may also be terminated for convenience by either the CITY or the SUBRECIPIENT, in whole or in part, by setting forth the reasons for such termination, the effective date, and, in the case of partial termination, the portion to be terminated. However, if in the case of a partial termination, the CITY determines that the remaining portion of the award will not accomplish the purpose for which the award was made, the CITY may terminate the award in its entirety. In the event the grant to the CITY by the United States Government under the Housing and Economy Recovery Act of 2008 through Neighborhood Stabilization Program (NSP) is suspended or terminated, this agreement shall be suspended or terminated effective on the same date. In addition to any other remedy described in this agreement, in the event this agreement is terminated, then, at CITY’S option, title to the real property referenced herein shall automatically revert to CITY without execution or recordation of any deed or instrument by SUBRECIPIENT. Upon request by CITY, SUBRECIPIENT agrees to cooperate to execute any documents required by CITY to confirm in the public records that title has reverted to CITY, including but not limited to a deed acceptable to CITY, but in no event shall SUBRECIPIENT's agreement to cooperate as provided herein be construed as preventing title from automatically reverting to CITY at CITY's option. CITY is not required to provide SUBRECIPIENT with any opportunity to cure any default hereunder in order for the reverter to operate to re-convey title to the property to CITY; rather, in order to demonstrate that CITY desires the reverter to operate, CITY will provide SUBRECIPIENT with written notice that title reverted to CITY upon termination of this Agreement. This provision is a material inducement to CITY entering into this Agreement. If SUBRECIPIENT defaults under this Agreement, CITY may exercise any and all legal and equitable remedies available to it, including but not limited to filing a lis pendens against the real property referred to herein and seeking specific performance of this Agreement. VIII. ADMINISTRATIVE REQUIREMENTS A. Financial Management 111 of 304 MOUNT HERMON SET-ASIDE CDBG - NSP SUBRECIPIENT AGREEMENT Page 7 of 15 1. Accounting Standards The SUBRECIPIENT agrees to comply with 24 CFR 84.21-28 and agrees to adhere to the accounting principles and procedures required therein, utilize adequate internal controls, and maintain necessary source documentation for all costs incurred. 2. Cost Principles The SUBRECIPIENT shall administer its program in conformance with OMB Circulars A- 122, “Cost Principles for Non-Profit Organizations. These principles shall be applied for all costs incurred whether charged on a direct or indirect basis. B. Documentation and Record Keeping 1. Records to be maintained The SUBRECIPIENT shall maintain all records required by the Federal regulations specified in 24 CFR 570.506, which are pertinent to the activities to be funded under this Agreement. Such records shall include but not be limited to: a. The income limits applied and the point in time when the benefit was determined. b. The size and income of the household; c. The rent charged (or to be charged, if any) for each property conveyed; and d. Such information as necessary to show the affordability of property occupied (or to be occupied) by low and moderate income households pursuant to criteria established and made public by HUD. e. Records documenting compliance with the fair housing and equal opportunity components of the CDBG-NSP program; f. Financial records as required by 24 CFR 570.502, and 24 CFR 84.21-28; and g. Other records necessary to document compliance with Subpart K of 24 CFR Part 570. 2. Records Retention The SUBRECIPIENT shall retain all financial records, supporting documents, statistical records, and all other records pertinent to the Agreement for a period of four (4) years after the termination of this agreement.Notwithstanding the above, if there is litigation, claims, audits, negotiations or other actions that involve any of the records cited and that have started before the expiration of the four-year period, then such records must be retained until completion of the actions and resolution of all issues, or the expiration of the four-year period, whichever occurs later. 3. Client Data 112 of 304 MOUNT HERMON SET-ASIDE CDBG - NSP SUBRECIPIENT AGREEMENT Page 8 of 15 The SUBRECIPIENT shall maintain client data demonstrating client eligibility for services provided. Such data shall include, but not be limited to, client name, address, income level or other basis for determining eligibility, and description of service provided. Such information shall be made available to CITY monitors or their designees for review upon request. 4. Disclosure To the extent provided by Florida’s Public Records Law as specified in Florida Statutes §119 the SUBRECIPIENT will make records available. 5. Close-outs The SUBRECIPIENT’s obligation to the CITY shall not end until all close-out requirements are completed. Activities during this close-out period shall include, but are not limited to: making final payments, disposing of program assets (including the return of all unused materials, equipment, unspent cash advances, program income balances, and accounts receivable to the CITY), and determining the custodianship of records. Notwithstanding the foregoing, the terms of this Agreement shall remain in effect during any period that the SUBRECIPIENT has control over CDBG NSP funds, including program income, or until October 21, 2026, whichever is later. 6. Audits & Inspections All SUBRECIPIENT records with respect to any matters covered by this Agreement shall be made available to the CITY, HUD, and the Comptroller General of the United States or any of their authorized representatives, at any time during normal business hours, as often as deemed necessary, to audit, examine, and make excerpts or transcripts of all relevant data. Any deficiencies noted in audit reports must be fully cleared by the SUBRECIPIENT within 30 days after receipt by the SUBRECIPIENT. Failure of the SUBRECIPIENT to comply with the above audit requirements will constitute a violation of this contract and may result in the termination of this Agreement. The SUBRECIPIENT hereby agrees to have an annual agency audit conducted in accordance OMB Circular A-133 and other applicable regulations. Said audit shall be made by a Certified Public Accountant of the SUBRECIPIENT’s choosing. The SUBRECIPIENT shall provide such audit to the CITY upon request. The CITY reserves the right to require submission of audited financial statements and/or to conduct a “limited scope audit” of the SUBRECIPIENT as defined in A-133. C. Reporting and Payment Procedures 1. Program Income For the purpose of this agreement, “program income” is defined as all revenues received from collection of rent for the conveyed property, also referred to in this document as “rental 113 of 304 MOUNT HERMON SET-ASIDE CDBG - NSP SUBRECIPIENT AGREEMENT Page 9 of 15 revenue”. The use of program income by the SUBRECIPIENT that results from the rental of the property conveyed is to be used by the SUBRECIPIENT for maintenance and program administration. The CITY will not require any unexpended program income to be returned to the CITY as long as the terms of the agreement are met by the SUBRECIPIENT. Failure of the SUBRECIPIENT to comply with the terms of this agreement could result in the CITY demanding payment of unexpended program income plus any interest earned from funds held for the maintenance and program administration of the property conveyed. 2. Monitoring Procedures Except as otherwise provided herein, the CITY will determine compliance under this Agreement based upon information submitted by the SUBRECIPIENT and consistent with any reviewed budget and CITY policy concerning same. Compliance will be contingent on the timely receipt of complete and accurate reports required by this Agreement, and on the resolution of monitoring or audit findings identified pursuant to this Agreement. 3 Progress Reports The SUBRECIPIENT shall submit annual progress reports, in the format provided in Exhibit “B”, to the CITY for the term of the Agreement. D. Use and Reversion of Assets The use and disposition of real property and equipment under this Agreement shall be in compliance with the requirements of 24 CFR Part 84 and 24 CFR 570.502, 570.503, and 570.504, and 570.505 as applicable. The conveyed property shall be used to meet one of the CDBG –NSP National Objectives pursuant to 24 CFR 570.208 until five (5) years after expiration of this Agreement [which in this instance means five (5) years after October 21, 2026]. If the SUBRECIPIENT fails to use the property in a manner that meets a CDBG National Objective or the terms of this agreement, for the prescribed period of time, the reverter clause will apply, as specified in Section VII, (C). The SUBRECIPIENT may retain the conveyed property under this Agreement after the expiration of the five-year period beginning October 21, 2026. IX. OTHER PROGRAM REQUIREMENTS A. Civil Rights Compliance The SUBRECIPIENT agrees to comply with all local and state civil rights ordinances and with Title VI of the Civil Rights Act of 1964 as amended, Section 104(b) and Section 109 of Title I of the Housing and Community Development Act of 1974 as amended, Section 504 of the Rehabilitation Act of 1973, the Americans with Disabilities Act of 1990, the Age Discrimination Act of 1975, Executive Order 11063, and Executive Order 11246 as amended by Executive 114 of 304 MOUNT HERMON SET-ASIDE CDBG - NSP SUBRECIPIENT AGREEMENT Page 10 of 15 Orders 11375, 11478, 12107 and 12086. The SUBRECIPIENT agrees to comply with the non- discrimination in employment and contracting opportunities laws, regulations, and executive orders referenced in 24 CFR 570.607, as revised by Executive Order 13279. The applicable non- discrimination provisions in Section 109 of the HCDA are still applicable. The SUBRECIPIENT agrees that no person shall on the ground of race, color, disability, national origin, religion, age, familial status, or sex be excluded from the benefits of, or be subjected to, discrimination under any activity carried out by the performance of this Agreement. Upon receipt of evidence of such discrimination, the CITY shall have the right to terminate this Agreement. B. Opportunities for Small and Minority/Women-owned Business Enterprises In the procurement of supplies, equipment, construction, or services to implement this Agreement, the SUBRECIPIENT shall make a positive effort to utilize small business and minority/women-owned business enterprises of supplies and services, and provide these sources the maximum feasible opportunity to compete for contracts to be performed pursuant to this Agreement. To the maximum extent feasible these small business and minority/women- owned business enterprises shall be located in or owned by residents of the City of Miami Gardens in the Annual Consolidated Plan approved by HUD. C. Program Beneficiaries One hundred percent (100%) of the beneficiaries of this project funded through this Agreement must have income levels at 50% or below the area median income for Miami-Miami Beach-Kendall HMFA areas annually determined by HUD. The project funded under this Agreement shall assist beneficiaries as defined above for the time period designated in Part I A of this Agreement. D. Evaluation and Monitoring The SUBRECIPIENT agrees that CITY will carry out periodic monitoring and evaluation activities as determined necessary by the CITY and that the continuation of this Agreement is dependent upon satisfactory evaluation conclusions based on the terms of this Agreement, comparisons of planned versus actual progress relating to project scheduling, budgets, audit reports, and output measures. The SUBRECIPIENT agrees to furnish upon request to the CITY or the CITY’s designees and make copies or transcriptions of such records and information, as is determined necessary by the CITY. The SUBRECIPIENT shall, upon the request of the CITY, submit information and status reports required by the CITY or HUD on forms approved by the CITY to enable the CITY to evaluate said progress and to allow for completion of reports required of the CITY by HUD. The SUBRECIPIENT shall allow the CITY or HUD to monitor the SUBRECIPIENT on site. Such site visits may be scheduled or unscheduled as determined by the CITY or HUD. 115 of 304 MOUNT HERMON SET-ASIDE CDBG - NSP SUBRECIPIENT AGREEMENT Page 11 of 15 E. Conflict of Interest The SUBRECIPIENT agrees to abide by the provisions of 24 CFR 84.42 and 570.611, which include (but are not limited to) the following: 1. The SUBRECIPIENT shall maintain a written code or standards of conduct that shall govern the performance of its officers, employees or agents engaged in the award and administration of contracts supported by Federal funds. 2. No employee, officer or agent of the SUBRECIPIENT shall benefit from the selection, award, or administration of the property/ties if a conflict of interest, real or apparent, would be involved. 3. No covered persons who exercise or have exercised any functions or responsibilities with respect to CDBG-NSP assisted activities, or who are in a position to participate in a decision making process or gain inside information with regard to such activities, may obtain a financial interest or with respect to the proceeds from the CDBG-NSP assisted activity, either for themselves or those with whom they have business or immediate family ties such as spouse, mother, father, children and siblings, during their tenure or for a period of one year thereafter. For purposes of this paragraph, a “covered person” includes any person who is an employee, agent, consultant, officer, or elected or appointed official of the CITY, the SUBRECIPIENT, or any designated public agency. F. Public Entity Crimes As provided in F.S. 287.133 by entering into this Agreement or performing any work in furtherance hereof, the SUBRECIPIENT certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within the 36 months immediately preceding the date hereof. This notice is required by F.S. 287.133 (3) (a). G. Drug-Free Workplace Requirements The SUBRECIPIENT, as a condition of being awarded, must certify that they will provide drug- free workplaces in accordance with the Drug-Free Workplace Act of 1988 (42 U.S.C. 701) and with HUD’s rules at 24 CFR Part 24, subpart F. H. Certification Regarding Lobbying The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any 116 of 304 MOUNT HERMON SET-ASIDE CDBG - NSP SUBRECIPIENT AGREEMENT Page 12 of 15 cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative Agreements) and that all SUBRECIPIENTS shall certify and disclose accordingly. I. Real Property Any real property acquired by the SUBRECIPIENT for the purpose of carrying on the projects stated herein, including the real property specifically referenced elsewhere in this Agreement, and approved by the CITY in accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and 49 CFR 24.101, shall be subject to the provisions of the CDBG Regulations including, but not limited to, the provisions on use and disposition of property. Any real property within the SUBRECIPIENT control, which is acquired or improved in whole or part with CDBG-NSP funds in excess of $25,000, including the real property specifically referenced elsewhere in this Agreement, must adhere to the CDBG Regulations at 24 CFR 570.505. J. Religious Activities The SUBRECIPIENT agrees that funds and/or real property provided under the Agreement will not be utilized for inherently religious activities prohibited by 24 CFR 570.200(j), such as worship, religious instruction, or proselytizing. K. Copyright If this contract results in any copyrightable material or inventions, the CITY and/or Grantor agency reserves the right to royalty-free, non-exclusive and irrevocable license to reproduce, publish or otherwise use and to authorize other to use, the work or materials for governmental purposes. 117 of 304 MOUNT HERMON SET-ASIDE CDBG - NSP SUBRECIPIENT AGREEMENT Page 13 of 15 L. Hatch Act The SUBRECIPIENT agrees that no funds and/or real property provided, nor personnel employed under this contract, shall in any way or to any extent be engaged in the conduct of political activities in violation of Chapter 15 of Title V United States Code. M. Equal Employment Opportunity and Affirmative Action (EEO/AA) Statement The SUBRECIPIENT will, in all solicitations or advertisements for employees placed by or on behalf of the SUBRECIPIENT, state that it is an Equal Opportunity or Affirmative Action employer. N. Section 504 The SUBRECIPIENT agrees to comply with all Federal regulations issued pursuant to compliance with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794), which prohibits discrimination against the individuals with disabilities or handicaps in any Federally assisted program. The CITY shall provide the SUBRECIPIENT with any guidelines necessary for compliance with that portion of the regulations in force during the term of this agreement. O. Land Covenants This Agreement is subject to the requirements of Title VI of the Civil Rights Act of 1964 (P.L. 88-352) and 24 CFR 570.601 and 570.602. In regard to the sale, lease, or other transfer of land acquired, cleared or improved with assistance provided under this contract, and in addition to the provisions of this Agreement pertaining to real property, the SUBRECIPIENT shall cause or require a covenant running with the land to be inserted in the deed or lease for such transfer, prohibiting discrimination as herein defined, in the sale, release or rental, or in the use or occupancy of such land, or in any improvements erected or to be erected thereon, providing that the CITY and the United States are beneficiaries of and entitled to enforce such covenants. The SUBRECIPIENT, in undertaking its obligation to carry out the program assisted hereunder, agrees to take such measures as are necessary to enforce such a covenant, and will not itself so discriminate. X. ENVIRONMENTAL STANDARDS A. Flood Disaster Protection In accordance with the requirements of the Flood Disaster Protection Act of 1973 (42 USC 4001), the SUBRECIPIENT shall assure that in case the conveyed property is located in an area identified by FEMA as having special flood hazards, a flood insurance under the National Flood Insurance Program will be obtained and maintained as a condition of the conveyance. If appropriate, a letter of map amendment (LOMA) may be obtained from FEMA, which would satisfy this requirement and/or reduce the cost of said flood insurance. 118 of 304 MOUNT HERMON SET-ASIDE CDBG - NSP SUBRECIPIENT AGREEMENT Page 14 of 15 B. Lead-Based Paint The CITY, prior to the conveyance of any property built before 1978, has performed a lead- based paint inspection and has complete any necessary abatement and obtain clearance for a certified professional. Copies of the corresponding reports will be included in Exhibit “C”. XI. SEVERABILITY/NO WAIVER If any provision of this Agreement is held invalid, the remainder of the Agreement shall not be affected thereby and all other parts of this Agreement shall nevertheless be in full force and effect. No delay by CITY in enforcing any covenant or right described herein shall be deemed a waiver of any covenant or right and no waiver by CITY of any particular provision hereof shall be deemed a waiver of any other provision or a continuing waiver of any particular provision. XII. SECTION HEADINGS AND SUBHEADINGS The section headings and subheadings contained in the Agreement are included for convenience only and shall not limit or otherwise affect the terms of this agreement. XIII. ENTIRE AGREEMENT/SURVIVAL This Agreement constitutes the entire agreement between the CITY and the SUBRECIPIENT for the use of the property/ties conveyed under this Agreement and it supersedes all prior or contemporaneous communications and proposals, whether electronic, oral, or written between the CITY and the SUBRECIPIENT with respect to this Agreement. All provisions herein which expressly or can be reasonably deemed to survive the expiration or termination of this Agreement shall survive the expiration or termination of this Agreement.IN WITNESS WHEREOF, the parties hereto, by their duly authorized representatives, have executed this Agreement on the dates shown below to be effective the day and year first shown above. CITY OF MIAMI GARDENS, FLORIDA A Municipal Corporation ATTEST: By:____________________________________ _________________________________ Dr. Danny O. Crew, City Manager Date:__________________________________ 119 of 304 MOUNT HERMON SET-ASIDE CDBG - NSP SUBRECIPIENT AGREEMENT Page 15 of 15 APPROVED AS TO FORM: __________________________________ Sonja Dickens, City Attorney MOUNT HERMON COMMUNITY ECONOMIC & HOUSING DEVELOPMENT CORPORATION A Florida non-profit corporation Witnesses By:________________________________ __________________________________ (Signature) (Signature) __________________________________ ____________________________________ (Name) (Print Name & Title) Date:_______________________________ __________________________________ (Signature) __________________________________ (Name) CORPORATE SEAL 120 of 304 1 EXHIBIT A The provisions of this Exhibit "A" are a part of the Agreement as if fully set forth therein. Subject to the provisions of this Agreement, the SUBRECIPIENT will receive title to the real property located in Miami-Dade County, Florida: Lot 12, Block 7, of BISCAYNE RIVER GARDENS, according to the Plat thereof recorded in Plat Book 49, Page 53, of the Public Records of Miami-Dade County, also known as 2541 NW 152 Street, Miami Gardens, Florida, 33054 (the "Property") from the CITY by virtue of a Quit Claim Deed, subject to the restrictions referenced in Exhibit "A-1" attached hereto which will be attached to the deed and recorded therewith, in order to carry out the property management and ownership activities and responsibilities. I. Property Management Subject to the extent possible, the permitted vacancy rate described below, 100% of the rental units must be occupied by households whose income is at or below 50% the area median income for the Miami-Miami Beach-Kendall HMFA areas as annually determined by HUD. The SUBRECIPIENT will be responsible for the following: • Outreach and Marketing • Screening and intake of potential tenants • Income verification of potential tenants • Income certification of tenants • File preparation and management • CITY Reporting requirements (quarterly reporting through March 31, 2013 and yearly reporting for the following fifteen (15) years of this Agreement until October 21, 2026). II. Levels of Accomplishment – Goals and Performance Measures • All units must be occupied by households whose income is at or below 50% the area median income for the Miami-Miami Beach-Kendall HMFA areas as annually determined by HUD. • The Property/ties may not be vacant for more than three months at any given time. • SUBRECIPIENT must maintain the Affordability of the Property. For purposes of the this Agreement, "Affordability" shall mean that the rental payment must not exceed 33% of tenant’s gross income for any lease year, and, notwithstanding the foregoing, the rent at any given time cannot exceed the “Low-HOME market rent rate” published annually by HUD for the Miami-Miami Beach-Kendall HMFA areas. • Additional property management requirements are set forth in Exhibit "A-2" attached hereto. • The Property was renovated using energy star appliances and low consumption water fixtures. SUBRECIPIENT must maintain or improve the quality and efficiency of products when making maintenance and repairs to the property conveyed by this agreement. 121 of 304 MOUNT HERMON CDBG-NSP SUBRECIPIENT AGREEMENT • All leases must be prepared using the form approved by the CITY. III. Budget No later than July 31st of each year, SUBRECIPIENT shall provide the upcoming year property operating budget for the CITY’s approval for the duration of this Agreement. At any time, any changes to the budget for more than 20% of previously approved budget amount, must be reviewed and approved by the CITY. IV. Insurance SUBRECIPIENT shall, at its sole cost and expense, maintain in full force and effect the following types and amounts of insurance coverage: (a) Property, Improvements and Personal Property, including all permitted alterations, changes, additions and replacements thereof and thereto, insured against loss or damage caused by: (i) fire, windstorm and other hazards and perils generally included under extended coverage; (ii) vandalism and malicious mischief; and (iii) fixtures, all in an amount not less than one hundred percent (100%) of the insurable replacement cost of the Property and all improvements thereon. (b) Liability Insurance. SUBRECIPIENT shall provide and keep in full force and effect a policy of broad form comprehensive general public liability and property damage insurance providing coverage against liability for personal injury, death and property damage having limits of not less than combined single limits for bodily injury and property damage in an amount of ONE MILLION AND NO/100 DOLLARS ($1,000,000.00) per occurrence. (c) Flood Insurance if the property is located in a flood zone. V. Casualty, Restoration and Repair If the Property shall be damaged by fire or other casualty and if such damage does not render all or a substantial portion of the Property untenable, then SUBRECIPIENT shall repair and restore the same with reasonable promptness, subject to reasonable delays for insurance adjustments and delays caused by matters beyond SUBRECIPIENT’S control. If any such damage renders all or a substantial portion of the Property untenable, SUBRECIPIENT shall, within thirty (30) days after the occurrence of such damage, provide to CITY an estimate from its architect or general contractor of the length of time and cost that will be required to substantially complete the repair and restoration of such damage. If such estimate is that the amount of time required to substantially complete the repair and restoration will exceed one hundred eighty (180) days from the date such damage occurred, then CITY shall have the right to terminate this Agreement as of the date of such damage upon giving notice to SUBRECIPIENT at any time within thirty (30) days after CITY receives the notice containing said estimate. If this Agreement is terminated pursuant to this paragraph, then all proceeds of insurance shall be payable to CITY and, at CITY's option, title to the property shall revert to CITY as provided in Section VII(C) of this Agreement. If this Agreement is not terminated as 122 of 304 MOUNT HERMON CDBG-NSP SUBRECIPIENT AGREEMENT provided in this paragraph, then SUBRECIPIENT shall proceed with reasonable promptness to repair and restore the Property, provided that SUBRECIPIENT'S obligations to repair and restore the Property hereunder shall be limited to the proceeds of insurance received by SUBRECIPIENT. If such proceeds are insufficient to cover the repair or restoration, then either party may terminate this Agreement and all proceeds of insurance shall be payable to CITY and, at CITY'S option, title to the property shall revert to CITY as provided in Section VII(C) of this Agreement VI. Condemnation If the whole of the Property shall be taken or condemned for any public or quasi-public use or purpose, by right of eminent domain or by purchase in lieu thereof, or if a substantial portion of the Property shall be so taken or condemned that the portion or portions remaining is or are not sufficient and suitable, in the judgment of CITY, for the continued operation of the use contemplated by this Agreement to be conducted thereon, therein or there from so as to effectively render the Property untenable, then this Agreement shall cease and terminate as of the date on which the condemning authority takes possession. In the event of such termination, any and all awards paid in connection with the condemnation will belong to and be the property of CITY and, at CITY'S option, title to the remaining property shall revert to CITY as provided in Section VII(C) of this Agreement If a portion of the Property is taken, and the portion or portions remaining can, in the judgment of CITY be adapted and used for the conduct of SUBRECIPIENT’S operation as provided in this Agreement, then the SUBRECIPIENT shall promptly restore the remaining portion or portions thereof to a condition comparable to their condition at the time of such taking or condemnation, less the portion or portions lost by the taking and up to the compensation received from the condemning authority, and this Agreement shall continue in full force and effect. The entire award for the Property exceeding such restoration shall belong and be promptly paid to CITY. If the award is insufficient to complete such restoration, then either party may terminate this Agreement and the entire award shall be payable to CITY and, at CITY'S option, title to the remaining property shall revert to CITY as provided in Section VII(C) of this Agreement VII. Acceptance of Property Condition SUBRECIPIENT agrees that SUBRECIPIENT has inspected the Property prior to the execution of this Agreement and that SUBRECIPIENT accepts the Property in its then existing condition “AS IS”. SUBRECIPIENT further acknowledges and agrees that neither CITY nor any agent of CITY has made any representation or warranty, express or implied, concerning the Property or which has induced SUBRECIPIENT to accept the conveyance of the Property. VIII. Hazardous Materials and Sewage Prohibited Neither SUBRECIPIENT nor any of its employees, agents, invitees, licensees, contractors or tenants shall release or dispose of Hazardous Materials in, on or about the Property or the groundwater thereof, in violation of any federal, state or municipal law, decision, statute, rule, ordinance or regulation currently in existence or hereafter enacted or rendered. SUBRECIPIENT shall give CITY prompt written notice of any claim received by SUBRECIPIENT from any 123 of 304 MOUNT HERMON CDBG-NSP SUBRECIPIENT AGREEMENT person, entity, or governmental agency that a release or disposal of Hazardous Materials has occurred on the Property or the groundwater thereof. As used herein, the term “Hazardous Materials’’ shall mean and be defined as any and all toxic or hazardous substances, chemicals, materials or pollutants, of any kind or nature, which are regulated, governed, restricted or prohibited by any federal, state or local law, decision, statute, rule, or ordinance currently in existence or hereafter enacted or rendered, and shall include (without limitation), all oil, gasoline and petroleum based substances. SUBRECIPIENT shall not discharge or permit to be discharged into any septic facility or sanitary sewer system serving the Property any toxic or hazardous sewage or waste other than that which is normal domestic waste water for the type of use contemplated herein to be conducted by SUBRECIPIENT on, in or from the Property. Any toxic or hazardous sewage or waste which is produced or generated in connection with the use or operation of the Property shall be handled and disposed of as required by and in compliance with all applicable local, state and federal laws, ordinances and rules or regulations or shall be pre-treated to the level of domestic wastewater prior to discharge into any septic facility or sanitary sewer system serving the Property. SUBRECIPIENT shall defend, indemnify and hold CITY harmless of and from any and all losses, damages, claims, costs, fees, penalties, charges, assessments, taxes, fines or expenses including reasonable attorneys’ fees and legal assistants’ fees, arising out of any claim asserted by any person, entity, agency, organization or body against CITY, as a result of breach of the foregoing covenant, or asserted by any person, entity, agency, organization or body against CITY, in connection with liability associated with cleaning up, removing, disposal of or otherwise eliminating any oil or petroleum derivatives, toxic substance, hazardous substance, solid waste, wastes, or contaminant, from the Property or any adjacent properties affected by the contamination. This provision shall survive the expiration or earlier termination of this Agreement. IX. Liens SUBRECIPIENT shall not create or cause to be imposed, claimed or filed upon the Property, or any portion thereof, any lien, charge or encumbrance whatsoever without the written permission from the CITY. If, because of any act or omission of SUBRECIPIENT, any such lien, charge or encumbrance shall be imposed, claimed or filed, SUBRECIPIENT shall, at its sole cost and expense, within thirty (30) days after written notice of the imposition of such lien, charge or encumbrance, cause the same to be fully paid and satisfied or otherwise discharged of record (by bonding or otherwise). If SUBRECIPIENT fails to remove the lien, charge or encumbrance within the given time period, then this agreement will be considered terminated and title to the property shall revert to CITY as provided in Section VII(C) of this Agreement X. City Obligations The CITY has the discretion to assume any, all or none of the SUBRECIPIENT’S obligations related to contracts executed during the Project period. 124 of 304 MOUNT HERMON CDBG-NSP SUBRECIPIENT AGREEMENT EXHIBIT "A-1” DEED RESTRICTIONS RESTRICTIVE COVENANTS & REVERTER INTEREST OF GRANTOR 1. The following restrictive covenant shall apply to the Property until October 21, 2026, and shall run with the land and shall be binding on Grantee and its successors and assigns for said period: The Property shall be used to meet one of the CDBG–NSP National Objectives pursuant to 24 CFR 570.208. If the Grantee fails to use the Property in a manner that meets a CDBG National Objective for the prescribed period, Grantee shall pay Grantor an amount equal to the current fair market value of the Property less any portion of the value attributable to expenditures of non- CDBG funds for acquisition of, or improvement to, the Property. Such payment shall constitute program income to Grantor. 2. The following restrictive covenants, terms and conditions shall apply to the Property until October 21, 2026, and shall run with the land and shall be binding on Grantee and its successors and assigns for said period: (a) The Property is subject to that certain Sub-Recipient Agreement dated October 21, 2011 by and between Grantor and Grantee (the "Agreement"), the terms, covenants, conditions and restrictions of which are incorporated herein by reference as if fully set forth below. (b) Grantee must maintain the Property in good repair suitable for habitability consistent with generally applicable housing standards in Miami-Dade County, Florida, and all federal, state and local laws, ordinances, codes, statutes and regulations, and must utilize the Property only for lease or lease to purchase options to residential tenants meeting the standards described in the Agreement and whose household income is at or below 50 percent of the area median income for the Miami –Miami Beach – Kendall HMFA (Florida) as annually determined by the U. S. Department of Housing and Urban Development (HUD). The property must remain affordable to eligible tenants, meaning that the utility allowance determined by HUD plus the rental payment must not exceed 30 percent of tenant’s gross income for any lease year, and, notwithstanding the foregoing, the rent at any given time cannot exceed the “Low-HOME Market Rent Rate” published annually by HUD for the Miami –Miami Beach – Kendall HMFA (Florida). (c) Grantee, at its expense, must actively maintain, repair and manage the Property so that the Property and all structures and improvements thereon remain in substantially the same condition currently existing as of closing, ordinary wear and tear and casualty and condemnation excepted. Any abandonment or non-use of the Property by Grantee continuing for ninety (90) consecutive days or more will constitute a violation hereof. Under CDBG- NSP guidelines, a property is defined as abandoned when mortgage or tax foreclosure proceedings have been initiated for that property, no mortgage or tax payments have been made by the property owner for at least 90 days, AND the property has been vacant for at least 90 days. 125 of 304 MOUNT HERMON CDBG-NSP SUBRECIPIENT AGREEMENT (d) Grantee is prohibited from removing or demolishing the existing structures and improvements, and from encumbering the Property or allowing any lien or mortgage to be filed against the Property. (e) With the exception of residential leases, any income generated from the sale of the property must be transferred to the Grantor as Program Income. Grantee is prohibited from selling, conveying, transferring, gifting, encumbering, mortgaging, assigning, donating or otherwise alienating any interest in the Property, including the granting of any easements, rights of first refusal, etc. Grantee may not record any restrictions affecting the Property or convert the Property to condominium, cooperative or other form of ownership. (f) In the event the Agreement is terminated, then, at Grantor's option, title to the Property shall automatically revert to Grantor without execution or recordation of any deed or instrument by Grantee. Upon request by Grantor, Grantee agrees to cooperate to execute any documents required by Grantor to confirm in the public records that title has reverted to Grantor, including but not limited to a deed acceptable to Grantor, but in no event shall Grantee's agreement to cooperate as provided herein be construed as preventing title from automatically reverting to Grantor at Grantor's option. Grantor is not required to provide Grantee with any opportunity to cure any default hereunder in order for the reverter to operate to re-convey title to the property to Grantor; rather, in order to demonstrate that Grantor desires the reverter to operate, Grantor will provide Grantee with written notice that title reverted to Grantor upon termination of the Agreement. (g) Grantee shall not allow any use of the property that creates or includes any use that a reasonable man or woman would find immoral, offensive or obnoxious; and any use which is not allowable under existing zoning for the Property. 3. Miscellaneous provisions applicable to paragraphs 1 and 2 above: (a) The permitted use and restrictive covenants herein constitute affirmative obligations by Grantee, and are not merely declaratory statements of the use contemplated or desired by Grantor. (b) The Property is subject to the requirements of Title VI of the Civil Rights Act of 1964 (P.L. 88-352) and 24 CFR 570.601 and 570.602. Discrimination is prohibited in the rental, or in the use or occupancy of such land, or in any improvements erected or to be erected thereon, and the Grantor and the United States are beneficiaries of and entitled to enforce such covenants. No person shall on the ground of race, color, disability, national origin, religion, age, familial status, or sex be excluded from the benefits of, or be subjected to, discrimination under any activity carried out by the Grantee. Grantee agrees to take such measures as are necessary to enforce this covenant, and will not itself so discriminate. (c) If any provision of this Exhibit is held invalid, the remainder shall not be affected thereby and all other provisions of this Exhibit shall nevertheless be in full force and effect. 126 of 304 MOUNT HERMON CDBG-NSP SUBRECIPIENT AGREEMENT (d) Should any provision herein require judicial interpretation, the parties hereto agree that the court interpreting or construing the same shall not construe any provision against one party more strictly by reason of any rule of interpretation, it being agreed that the agents of all parties hereto have participated in the preparation of this Exhibit, and that legal counsel was consulted by each party or each party was encouraged and had the opportunity but declined to consult legal counsel prior to closing. (e) This Exhibit shall be construed, interpreted, enforced and governed by and in accordance with the laws of the State of Florida (excluding the principles thereof governing conflicts of law). (f) Grantee agrees to pay any and all costs and expenses incurred by Grantor in enforcing the foregoing provisions, in or out of court, including without limitation, court related costs and expenses and reasonable attorneys’ fees and disbursements (including such costs, fees and disbursements incurred on appeal of any litigation). To the extent permitted by law, Grantee covenants and agrees, at its sole expense, to pay and indemnify and save Grantor harmless against and from any and all liens, encumbrances, claims, damages, injuries, losses, and/or costs, including, but not limited to, attorney's fees and litigation costs, on behalf of itself and any person, firm or corporation or governmental authority relating to or arising out of Grantee's default or breach of the foregoing provisions. This provision shall survive the Agreement and the expiration of the foregoing provisions. (g) No delay by Grantor in enforcing any covenant or provision herein shall be deemed a waiver of any covenant or right and no waiver by Grantor of any particular provision hereof shall be deemed a waiver of any other provision or a continuing waiver of any particular provision. (h) Unless otherwise provided herein, the foregoing provisions may be enforced by Grantor by injunctive relief and/or by any other action at law and/or in equity. Exhibit A-1 Page 3 of 3 127 of 304 MOUNT HERMON CDBG-NSP SUBRECIPIENT AGREEMENT EXHIBIT A-2 PROPERTY MANAGEMENT by SUBRECIPIENT 1. SUBRECIPIENT must manage, operate and lease the Property in accordance with the Agreement and the terms hereof: (a) SUBRECIPIENT shall: • Secure tenants for the Property in accordance with the Agreement; • Enter into residential leases/contracts to lease to eligible tenants; • Complete and sign the lead-based paint/hazards certification (for property built before 1978); SUBRECIPIENT will provide each tenant with all information SUBRECIPIENT knows about lead-based paint and lead-based paint hazards in the Property and with all available documents pertaining to such paint and hazards, as required by federal law. SUBRECIPIENT understands that the law requires the provision of this information to prospective tenants before the tenants become obligated to lease the Property. • Manage tenant relations, including negotiating renewals of existing leases; collecting, holding and disbursing rents and other amounts due or to become due; handling tenant requests and negotiations; terminating tenancies and signing and serving appropriate notices; initiating and prosecuting eviction and damages actions; and procuring legal counsel when necessary to protect its interests and rights in connection with the Property. (b) Property Maintenance: SUBRECIPIENT understands that Florida law requires licensed professionals in the construction trades to perform relevant repairs on rental properties unless the repairs can be made for under $1,000 and are not of a life/safety concern. Additionally, SUBRECIPIENT, without CITY's prior written consent, may contract for repairs, maintenance, remodeling or improvement of the Property with a certified or registered contractor when labor and materials together, subject to these limitations set by law, SUBRECIPIENT shall: • Maintain and repair interior, exterior and landscaping of Property, including making periodic inspections; purchasing supplies; and supervising alterations, modernization and redecoration of Property. SUBRECIPIENT will obtain prior approval of CITY for any item or service in excess of $ $10,000, except for monthly or recurring expenses and emergency repairs which, in SUBRECIPIENT’s opinion are necessary to prevent the Property from becoming uninhabitable or damaged, to avoid suspension of services required to be provided by law or lease, or to avoid penalties or fines to be imposed by a governmental entity. • Enter into contracts for utilities, public services, maintenance, repairs and other services as SUBRECIPIENT reasonably deems advisable. • Hire, discharge and supervise all labor and employees required for the operation and maintenance of the Property. • Exercise reasonable care to repair dangerous defective conditions upon notice of their existence by a tenant. • Inspect the Property before allowing a tenant to take possession and to make the repairs necessary to transfer a reasonably safe dwelling unit to a tenant. Exhibit A-2 Page 1 of 2 128 of 304 MOUNT HERMON CDBG-NSP SUBRECIPIENT AGREEMENT Other Matters: SUBRECIPIENT shall: • Pay all personal and real property taxes and assessments relating to the Property prior to delinquency. • Pay charges for repairs, materials, equipment, labor and attorneys’ fees and costs, if any. • Pay all state and local sales and service taxes, if any. • Pay all operating costs, expenses, fees, penalties, fines, and losses of the Property. • Maintain accurate records of receipts, expenses and accruals in connection with managing and owning the Property. • The Property was renovated using energy star appliances and low consumption water fixtures. SUBRECIPIENT must maintain or improve the quality of products when making maintenance and repairs to the property conveyed by this agreement. • Other Duties: ___________________________________________________________________ 129 of 304 MOUNT HERMON CDBG-NSP SUBRECIPIENT AGREEMENT EXHIBIT B NSP ANNUAL PROGRESS REPORT FOR 2541 NW 152 Street, Miami Gardens, FL, 33054 Complete form for past year and submit to the City of Miami Gardens by the 30th day of the month following the anniversary of this agreement. Status Report for Period of ______________________Submittal Date: SUBRECIPIENT: MOUNT HERMON COMMUNITY ECONOMIC & HOUSING DEVELOPMENT CORPORATION Contact Person Telephone: Fax: E-mail: 1. Activity Status/Milestones (describe any action taken, relating to this project, during the past year): 2. What events/actions are scheduled for the next year? 3. Describe any affirmative marketing you have implemented regarding this project. Please list and attach any recent media coverage of your organization relating to this project. 4. List any additional data relevant to this project including the number of executed leases related to this property during the term of this reporting period. 130 of 304 MOUNT HERMON CDBG-NSP SUBRECIPIENT AGREEMENT Number of Direct Beneficiaries – last 12 months Household Size Income Level Female Head of Household Race Ethnicity Subrecipients must indicate total beneficiaries for Race AND Ethnicity Definitions of Race: 1. White: A person having origins in any of the original peoples of Europe, the Middle East, or North Africa. 2. Black or African-American: A person having origins in any of the black racial groups of Africa. 3. Asian: A person having origins in any of the original peoples of the Far East, Southeast Asia, or the Indian subcontinent including, for example, Cambodia, China, India, Japan, Korea, Malaysia, Pakistan, the Philippine Islands, Thailand, and Vietnam. 4. American Indian or Alaska Native: A person having origins in any of the original peoples of North and South America (including Central America), and who maintains tribal affiliation or community attachment. 5. Native Hawaiian or Other Pacific Islander: A person having origins in any of the original people of Hawaii, Guam, Samoa, or other Pacific Islands. Definitions of Ethnicity: 1. Hispanic or Latino: A person of Cuban, Mexican, Puerto Rican, South or Central American, or other Spanish culture or origin, regardless of race. 131 of 304 MOUNT HERMON CDBG-NSP SUBRECIPIENT AGREEMENT EXHIBIT C LEAD-BASED PAINT DISCLOSURES Interior and Exterior Lead-Based Paint Inspection is attached 132 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: General Funds Various Funds Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFQ #:12-13-009 Contract Renewal Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 X Sponsor Name Cameron Benson, City Manager Department: Capital Improvements Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH ACAI ASSOCIATES, INC., FOR ARCHITECTURAL DESIGN, ELECTRICAL, MECHANICAL, AND STRUCTURAL ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: BACKGROUND On November 26, 2012, staff issued Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering Services for Professional Fees, inviting qualified firms to provide qualifications for Architectural/Engineering Services for Professional Fees from $50,000-$200,000. A broadcast notice was sent to one thousand nine hundred fifteen vendors (1,915). One hundred seventeen (117) proposals were requested. The RFQ opened on January 10, 2013. Twenty-eight (28) proposals were received and publicly read. Item K-5) Consent Agenda Resolution Acai Associates, Inc. 133 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 On January 28, 2013, the Selection Committee ranked the firms. A Selection Committee meeting was held on February 4, 2013, to discuss the scheduling of oral presentations. The oral presentations were held on March 5, 2013 and March 6, 2013. On April 24, 2013, City Council awarded Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering and Planning Services for Professional Fees $50,000-$200,000, to ACAI Associates, Inc., to negotiate and execute a non-exclusive continuing contract for architectural design, electrical, mechanical and structural engineering services. The initial term of the contract is for three (3) years, with the option to renew for one (1) year or multi-year terms. CURRENT SITUATION The current contract expires April 24, 2017. Inasmuch as several projects are on-going and the City still requires architectural design, electrical, mechanical and structural engineering services. Staff is recommending a second renewal of this contract for one year. FISCAL IMPACT Prior to formal engagement of any project with the Vendor, staff will ensure and review by Finance that the service is budgeted and there is enough funding for the engagement. Proposed Action: It is recommended that the City Council approve the attached resolution for the second renewal of a non-exclusive continuing contract, through April 23, 2018, with ACAI Associates, Inc., for architectural design, electrical, mechanical and structural engineering services. Attachment: None. 134 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR 4 RENEWAL OF THAT CERTAIN AGREEMENT WITH ACAI 5 ASSOCIATES, INC., FOR ARCHITECTURAL DESIGN, 6 ELECTRICAL, MECHANICAL, AND STRUCTURAL 7 ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION 8 OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE 9 DATE. 10 11 WHEREAS, on November 26, 2012, staff issued Request For Qualifications 12 (“RFQ”) Number 12-13-009 for Continuing Architectural/Engineering Services for 13 Professional Fees, inviting qualified firms to provide qualifications for 14 Architectural/Engineering Services for Professional Fees from $50,000-$200,000, and 15 WHEREAS, on April 24, 2013, City Council awarded RFQ Number 12-13-009 for 16 Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 17 to ACAI Associates, Inc. (ACAI), and 18 WHEREAS, the initial term of the contract was for a three (3) year period, with 19 the City’s option to renew for one (1) year or multiple years under the same terms and 20 conditions, and 21 WHEREAS, the current contract expires April 24, 2017, several projects are on-22 going and the City still requires these services, and 23 WHEREAS, staff is recommending the City Council renew the non-exclusive 24 continuing contract with ACAI, for Architectural Design, Electrical, Mechanical, and 25 Structural Engineering Services for a second renewal of a one (1) year term, 26 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 27 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 28 135 of 304 2 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 29 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 30 made a specific part of this Resolution. 31 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 32 hereby authorizes the one-year renewal of that certain Agreement with ACAI 33 Associates, Inc., for Architectural Design, Electrical, Mechanical, and Structural 34 Engineering Services. 35 Section 3: EFFECTIVE DATE: This Resolution shall take effect 36 immediately upon its final passage. 37 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 38 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 39 40 ___________________________________ 41 OLIVER GILBERT, III, MAYOR 42 43 44 ATTEST: 45 46 47 __________________________________ 48 RONETTA TAYLOR, MMC, CITY CLERK 49 50 51 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 52 53 54 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 55 56 Moved by: __________________ 57 58 VOTE: _________ 59 60 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 61 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 62 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 63 Councilman Rodney Harris ____ (Yes) ____ (No) 64 136 of 304 3 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 65 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 66 Councilman David Williams Jr ____ (Yes) ____ (No) 67 68 137 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: General Funds Various Funds Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFQ #: 12-13-009 Contract Renewal Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 X Sponsor Name: Cameron Benson, City Manager Department: Capital Improvements Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH BERMELLO AJAMIL & PARTNERS, INC., FOR ARCHITECTURAL, LANDSCAPE ARCHITECTURAL, AND CONSTRUCTION ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: BACKGROUND On November 26, 2012, staff issued Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering Services for Professional Fees, inviting qualified firms to provide qualifications for Architectural/Engineering Services for Professional Fees from $50,000-$200,000. A broadcast notice was sent to one thousand nine hundred fifteen vendors (1,915). One hundred seventeen (117) proposals were requested. The RFQ opened on January 10, 2013. Twenty-eight (28) proposals were received and publicly read. Item K-6) Consent Agenda Resolution Bermello Ajamil & Partners, Inc. 138 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 On January 28, 2013, the Selection Committee ranked the firms. A Selection Committee meeting was held on February 4, 2013, to discuss the scheduling of oral presentations. The oral presentations were held on March 5, 2013 and March 6, 2013. On April 24, 2013, City Council awarded Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering and Planning Services for Professional Fees $50,000-$200,000, to Bermello Ajamil & Partners, Inc., to negotiate and execute a non-exclusive continuing contract for architectural, landscape architectural, and construction engineering services. The initial term of the contract is for three (3) years, with the option to renew for one (1) year or multi-year terms. CURRENT SITUATION The current contract expires April 24, 2017. Inasmuch as several projects are on-going and the City still requires architectural, engineering and planning services. Staff is recommending a second renewal of this contract for one year. FISCAL IMPACT Prior to formal engagement of any project with the Vendor, staff will ensure and review by Finance that the service is budgeted and there is enough funding for the engagement. Proposed Action: It is recommended that the City Council approve the attached resolution for the second renewal of a non-exclusive continuing contract, through April 23, 2018, with Bermello Ajamil & Partners, Inc., for architectural, landscape architectural, and construction engineering services. Attachment: None. 139 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR 4 RENEWAL OF THAT CERTAIN AGREEMENT WITH BERMELLO 5 AJAMIL & PARTNERS, INC., FOR ARCHITECTURAL, 6 LANDSCAPE ARCHITECTURAL, AND CONSTRUCTION 7 ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION 8 OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE 9 DATE. 10 11 WHEREAS, on November 26, 2012, staff issued Request For Qualifications 12 (“RFQ”) Number 12-13-009 for Continuing Architectural/Engineering Services for 13 Professional Fees, inviting qualified firms to provide qualifications for 14 Architectural/Engineering Services for Professional Fees from $50,000-$200,000, and 15 WHEREAS, on April 24, 2013, City Council awarded RFQ Number 12-13-009 for 16 Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 17 to Bermello Ajamil & Partners, Inc., and 18 WHEREAS, the initial term of the contract was for a three (3) year period, with 19 the City’s option to renew for one (1) year or multiple years under the same terms and 20 conditions, and 21 WHEREAS, the current contract expires April 24, 2017, several projects are on-22 going and the City still requires these services, and 23 WHEREAS, staff is recommending the City Council renew the non-exclusive 24 continuing contract with Bermello Ajamil & Partners, Inc., for Architectural, Landscape 25 Architectural, and Construction Engineering Services, for a second renewal of this 26 contract for a one (1) year term, 27 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 28 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 29 140 of 304 2 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 30 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 31 made a specific part of this Resolution. 32 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 33 hereby authorizes the one-year renewal of that certain Agreement with Bermello Ajamil 34 & Partners, Inc., for Architectural, Landscape Architectural, and Construction 35 Engineering Services. 36 Section 3: EFFECTIVE DATE: This Resolution shall take effect immediately 37 upon its final passage. 38 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 39 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 40 41 ___________________________________ 42 OLIVER GILBERT, III, MAYOR 43 44 45 ATTEST: 46 47 48 __________________________________ 49 RONETTA TAYLOR, MMC, CITY CLERK 50 51 52 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 53 54 55 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 56 57 Moved by: __________________ 58 59 VOTE: _________ 60 61 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 62 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 63 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 64 Councilman Rodney Harris ____ (Yes) ____ (No) 65 141 of 304 3 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 66 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 67 Councilman David Williams Jr ____ (Yes) ____ (No) 68 69 142 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: General Fund Various Funds Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFQ #:12-13-009 Contract Renewal Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 X Sponsor Name: Cameron Benson, City Manager Department: Capital Improvements Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH CALVIN GIORDANO & ASSOCIATES, INC., FOR CIVIL ENGINEERING, LANDSCAPE ARCHITECTURAL, CONSTRUCTION ENGINEERING, PLANNING SURVEY, TRAFFIC ENGINEERING, AND OTHER ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: BACKGROUND On November 26, 2012, staff issued Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering Services for Professional Fees, inviting qualified firms to provide qualifications for Architectural/Engineering Services for Professional Fees from $50,000-$200,000. A broadcast notice was sent to one thousand nine hundred fifteen vendors (1,915). One hundred seventeen (117) proposals were requested. The RFQ opened on January 10, 2013. Twenty-eight (28) proposals were received and publicly read. Item K-7) Consent Agenda Resolution Calvin Giordano & Associates, Inc. 143 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 On January 28, 2013, the Selection Committee ranked the firms. A Selection Committee meeting was held on February 4, 2013, to discuss the scheduling of oral presentations. The oral presentations were held on March 5, 2013 and March 6, 2013. On April 24, 2013, City Council awarded Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering and Planning Services for Professional Fees $50,000-$200,000, to Calvin Giordano & Associates, Inc., to negotiate and execute a non-exclusive continuing contract for civil engineering, landscape architectural, construction engineering, planning, survey, traffic engineering and other engineering services. The initial term of the contract is for three (3) years, with the option to renew for one (1) year or multi-year terms. CURRENT SITUATION The current contract expires April 24, 2017. Inasmuch as several projects are on-going and the City still requires civil engineering, landscape architectural, construction engineering, planning, survey, traffic engineering and other engineering services. Staff is recommending a second renewal of this contract for one year. FISCAL IMPACT Prior to formal engagement of any project with the Vendor, staff will ensure and review by Finance that the service is budgeted and there is enough funding for the engagement. Proposed Action: It is recommended that the City Council approve the attached resolution for the second renewal of a non-exclusive continuing contract, through April 23, 2018, with Calvin Giordano & Associates, Inc., for civil engineering, landscape architectural, construction engineering, planning, survey, traffic engineering and other engineering services. Attachment: None. 144 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR 4 RENEWAL OF THAT CERTAIN AGREEMENT WITH CALVIN 5 GIORDANO & ASSOCIATES, INC., FOR CIVIL ENGINEERING, 6 LANDSCAPE ARCHITECTURAL, CONSTRUCTION 7 ENGINEERING, PLANNING SURVEY, TRAFFIC ENGINEERING, 8 AND OTHER ENGINEERING SERVICES; PROVIDING FOR THE 9 ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN 10 EFFECTIVE DATE. 11 12 WHEREAS, on November 26, 2012, staff issued Request For Qualifications 13 (“RFQ”) Number 12-13-009 for Continuing Architectural/Engineering Services for 14 Professional Fees, inviting qualified firms to provide qualifications for 15 Architectural/Engineering Services for Professional Fees from $50,000-$200,000, and 16 WHEREAS, on April 24, 2013, City Council awarded RFQ Number 12-13-009 for 17 Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 18 to Calvin Giordano & Associates, Inc., and 19 WHEREAS, the initial term of the contract was for a three (3) year period, with 20 the City’s option to renew for one (1) year or multiple years under the same terms and 21 conditions, and 22 WHEREAS, the current contract expires April 24, 2017, and several projects are 23 on-going and the City still requires these services, and 24 WHEREAS, staff is recommending the City Council renew the non-exclusive 25 continuing contract with Calvin Giordano & Associates, Inc., for Civil Engineering, 26 Landscape Architectural, Construction Engineering, Planning Survey, Traffic 27 Engineering, and other Engineering Services, for a second renewal of this contract for a 28 one (1) year term, 29 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 30 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 31 145 of 304 2 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 32 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 33 made a specific part of this Resolution. 34 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 35 hereby authorizes the one-year renewal of that certain Agreement with Calvin Giordano 36 & Associates, Inc., for Civil Engineering, Landscape Architectural, Construction 37 Engineering, Planning Survey, Traffic Engineering, and other Engineering Services. 38 Section 3: EFFECTIVE DATE: This Resolution shall take effect 39 immediately upon its final passage. 40 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 41 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 42 43 ___________________________________ 44 OLIVER GILBERT, III, MAYOR 45 46 47 ATTEST: 48 49 50 __________________________________ 51 RONETTA TAYLOR, MMC, CITY CLERK 52 53 54 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 55 56 57 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 58 59 Moved by: __________________ 60 61 VOTE: _________ 62 63 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 64 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 65 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 66 Councilman Rodney Harris ____ (Yes) ____ (No) 67 146 of 304 3 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 68 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 69 Councilman David Williams Jr ____ (Yes) ____ (No) 70 71 147 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: General Funds Various Funds Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFQ #: 12-13-009 Contract Renewal Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 X Sponsor Name: Cameron Benson, City Manager Department: Capital Improvements Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH CHEN MOORE & ASSOCIATES, INC., FOR GIS SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: BACKGROUND On November 26, 2012, staff issued Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering Services for Professional Fees, inviting qualified firms to provide qualifications for Architectural/Engineering Services for Professional Fees from $50,000-$200,000. A broadcast notice was sent to one thousand nine hundred fifteen vendors (1,915). One hundred seventeen (117) proposals were requested. The RFQ opened on January 10, 2013. Twenty-eight (28) proposals were received and publicly read. On January 28, 2013, the Selection Committee ranked the firms. A Selection Committee meeting was held on February 4, 2013, to discuss the scheduling of oral presentations. The oral presentations were held on March 5, 2013 and March 6, 2013. Item K-8) Consent Agenda Resolution Chen Moore & Associates, Inc. 148 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 On April 24, 2013, City Council awarded Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering and Planning Services for Professional Fees $50,000-$200,000, to Chen & Associates Consulting Engineering, Inc., to negotiate and execute a non-exclusive continuing contract for GIS services. The initial term of the contract is for three (3) years, with the option to renew for one (1) year or multi-year terms. CURRENT SITUATION The current contract expires April 24, 2017. Inasmuch as several projects are on-going and the City still requires GIS services. Staff is recommending a second renewal of this contract for one year. FISCAL IMPACT Prior to formal engagement of any project with the Vendor, staff will ensure and review by Finance that the service is budgeted and there is enough funding for the engagement. Proposed Action: It is recommended that the City Council approve the attached resolution for the second renewal of a non-exclusive continuing contract, through April 23, 2018, with Chen & Associates Consulting Engineering, Inc., for GIS services. Attachment: None. 149 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR 4 RENEWAL OF THAT CERTAIN AGREEMENT WITH CHEN 5 MOORE & ASSOCIATES, INC., FOR GIS SERVICES; 6 PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; 7 PROVIDING FOR AN EFFECTIVE DATE. 8 9 WHEREAS, on November 26, 2012, staff issued Request For Qualifications 10 (“RFQ”) Number 12-13-009 for Continuing Architectural/Engineering Services for 11 Professional Fees, inviting qualified firms to provide qualifications for 12 Architectural/Engineering Services for Professional Fees from $50,000-$200,000, and 13 WHEREAS, on April 24, 2013, City Council awarded RFQ Number 12-13-009 for 14 Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 15 to Chen Moore & Associates, Inc., and 16 WHEREAS, the initial term of the contract was for a three (3) year period, with 17 the City’s option to renew for one (1) year or multiple years under the same terms and 18 conditions, and 19 WHEREAS, the current contract expires April 24, 2017, and several projects are 20 on-going and the City still requires these services, and 21 WHEREAS, staff is recommending the City Council renew the non-exclusive 22 continuing contract with Chen Moore & Associates, Inc., for GIS Services, for a second 23 renewal of this contract for a one (1) year term, 24 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 25 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 26 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 27 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 28 made a specific part of this Resolution. 29 150 of 304 2 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 30 hereby authorizes the one-year renewal of that certain Agreement with Chen Moore & 31 Associates, Inc., for GIS Services. 32 Section 3: EFFECTIVE DATE: This Resolution shall take effect immediately 33 upon its final passage. 34 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 35 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 36 37 ___________________________________ 38 OLIVER GILBERT, III, MAYOR 39 40 41 ATTEST: 42 43 44 __________________________________ 45 RONETTA TAYLOR, MMC, CITY CLERK 46 47 48 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 49 50 51 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 52 53 Moved by: __________________ 54 55 VOTE: _________ 56 57 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 58 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 59 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 60 Councilman Rodney Harris ____ (Yes) ____ (No) 61 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 62 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 63 Councilman David Williams Jr ____ (Yes) ____ (No) 64 65 151 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: General Funds Various Funds Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFQ #: 12-13-009 Contract Renewal Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 X Sponsor Name: Cameron Benson, City Manager Department: Capital Improvements Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH CPZ ARCHITECTS, INC., FOR ARCHITECTURAL SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: BACKGROUND On November 26, 2012, staff issued Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering Services for Professional Fees, inviting qualified firms to provide qualifications for Architectural/Engineering Services for Professional Fees from $50,000-$200,000. A broadcast notice was sent to one thousand nine hundred fifteen vendors (1,915). One hundred seventeen (117) proposals were requested. The RFQ opened on January 10, 2013. Twenty-eight (28) proposals were received and publicly read. On January 28, 2013, the Selection Committee ranked the firms. A Selection Committee meeting was held on February 4, 2013, to discuss the scheduling of oral presentations. The oral presentations were held on March 5, 2013 and March 6, 2013. Item K-9) Consent Agenda Resolution CPZ Architects, Inc. 152 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 On April 24, 2013, City Council awarded Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering and Planning Services for Professional Fees $50,000-$200,000, to CPZ Architects, Inc., to negotiate and execute a non-exclusive continuing contract for architectural services. The initial term of the contract is for three (3) years, with the option to renew for one (1) year or multi-year terms. CURRENT SITUATION The current contract expires April 24, 2017. Inasmuch as several projects are on-going and the City still requires architectural services. Staff is recommending a second renewal of this contract for one year. FISCAL IMPACT Prior to formal engagement of any project with the Vendor, staff will ensure and review by Finance that the service is budgeted and there is enough funding for the engagement. Proposed Action: It is recommended that the City Council approve the attached resolution for the second renewal of a non-exclusive continuing contract, through April 23, 2018, with CPZ Architects, Inc., for architectural services. Attachment: None. 153 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR 4 RENEWAL OF THAT CERTAIN AGREEMENT WITH CPZ 5 ARCHITECTS, INC., FOR ARCHITECTURAL SERVICES; 6 PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; 7 PROVIDING FOR AN EFFECTIVE DATE. 8 9 WHEREAS, on November 26, 2012, staff issued Request For Qualifications 10 (“RFQ”) Number 12-13-009 for Continuing Architectural/Engineering Services for 11 Professional Fees, inviting qualified firms to provide qualifications for 12 Architectural/Engineering Services for Professional Fees from $50,000-$200,000, and 13 WHEREAS, on April 24, 2013, City Council awarded RFQ Number 12-13-009 for 14 Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 15 to CPZ Architects, Inc., and 16 WHEREAS, the initial term of the contract was for a three (3) year period, with 17 the City’s option to renew for one (1) year or multiple years under the same terms and 18 conditions, and 19 WHEREAS, the current contract expires April 24, 2017, and several projects are 20 on-going and the City still requires these services, and 21 WHEREAS, staff is recommending the City Council renew the non-exclusive 22 continuing contract with CPZ Architects, Inc., for Architectural Services, for a second 23 renewal of this contract for a one (1) year term, 24 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 25 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 26 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 27 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 28 made a specific part of this Resolution. 29 154 of 304 2 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 30 hereby authorizes the one-year renewal of that certain Agreement with CPZ Architects, 31 Inc., for Architectural Services. 32 Section 3: EFFECTIVE DATE: This Resolution shall take effect 33 immediately upon its final passage. 34 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 35 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 36 37 ___________________________________ 38 OLIVER GILBERT, III, MAYOR 39 40 41 ATTEST: 42 43 44 __________________________________ 45 RONETTA TAYLOR, MMC, CITY CLERK 46 47 48 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 49 50 51 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 52 53 Moved by: __________________ 54 55 VOTE: _________ 56 57 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 58 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 59 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 60 Councilman Rodney Harris ____ (Yes) ____ (No) 61 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 62 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 63 Councilman David Williams Jr ____ (Yes) ____ (No) 64 65 155 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: General Funds Various Funds Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFQ #:12-13-009 Contract Renewal Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 X Sponsor Name: Cameron Benson, City Manager Department: Capital Improvements Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH CRAVEN THOMPSON & ASSOCIATES, INC., FOR CIVIL ENGINEERING, GIS, AND SURVEY SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: BACKGROUND On November 26, 2012, staff issued Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering Services for Professional Fees, inviting qualified firms to provide qualifications for Architectural/Engineering Services for Professional Fees from $50,000-$200,000. A broadcast notice was sent to one thousand nine hundred fifteen vendors (1,915). One hundred seventeen (117) proposals were requested. The RFQ opened on January 10, 2013. Twenty-eight (28) proposals were received and publicly read. Item K-10) Consent Agenda Resolution Craven Thompson & Associates, Inc. 156 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 On January 28, 2013, the Selection Committee ranked the firms. A Selection Committee meeting was held on February 4, 2013, to discuss the scheduling of oral presentations. The oral presentations were held on March 5, 2013 and March 6, 2013. On April 24, 2013, City Council awarded Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering and Planning Services for Professional Fees $50,000-$200,000, to Craven Thompson & Associates, Inc., to negotiate and execute a non-exclusive continuing contract for civil engineering, GIS, and survey services. The initial term of the contract is for three (3) years, with the option to renew for one (1) year or multi-year terms. CURRENT SITUATION The current contract expires April 24, 2017. Inasmuch as several projects are on-going and the City still requires civil engineering, GIS, and survey services. Staff is recommending a second renewal of this contract for one year. FISCAL IMPACT Prior to formal engagement of any project with the Vendor, staff will ensure and review by Finance that the service is budgeted and there is enough funding for the engagement. Proposed Action: It is recommended that the City Council approve the attached resolution for the second renewal of a non-exclusive continuing contract, through April 23, 2018, with Craven Thompson & Associates, Inc., for civil engineering, GIS, and survey services. Attachment: None. 157 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR 4 RENEWAL OF THAT CERTAIN AGREEMENT WITH CRAVEN 5 THOMPSON & ASSOCIATES, INC., FOR CIVIL ENGINEERING, 6 GIS, AND SURVEY SERVICES; PROVIDING FOR THE 7 ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN 8 EFFECTIVE DATE. 9 10 WHEREAS, on November 26, 2012, staff issued Request For Qualifications 11 (“RFQ”) Number 12-13-009 for Continuing Architectural/Engineering Services for 12 Professional Fees, inviting qualified firms to provide qualifications for 13 Architectural/Engineering Services for Professional Fees from $50,000-$200,000, and 14 WHEREAS, on April 24, 2013, City Council awarded RFQ Number 12-13-009 for 15 Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 16 to Craven Thompson & Associates, Inc., and 17 WHEREAS, the initial term of the contract was for a three (3) year period, with 18 the City’s option to renew for one (1) year or multiple years under the same terms and 19 conditions, and 20 WHEREAS, the current contract expires April 24, 2017, and several projects are 21 on-going and the City still requires these services, and 22 WHEREAS, staff is recommending the City Council renew the non-exclusive 23 continuing contract with Craven Thompson & Associates, Inc., for Civil Engineering, 24 GIS, and Survey Services, for a second renewal of this contract for a one (1) year term, 25 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 26 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 27 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 28 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 29 made a specific part of this Resolution. 30 158 of 304 2 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 31 hereby authorizes the one-year renewal of that certain Agreement with Craven 32 Thompson & Associates, Inc., for Civil Engineering, GIS, and Survey Services. 33 Section 3: EFFECTIVE DATE: This Resolution shall take effect 34 immediately upon its final passage. 35 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 36 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 37 38 ___________________________________ 39 OLIVER GILBERT, III, MAYOR 40 41 42 ATTEST: 43 44 45 __________________________________ 46 RONETTA TAYLOR, MMC, CITY CLERK 47 48 49 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 50 51 52 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 53 54 Moved by: __________________ 55 56 VOTE: _________ 57 58 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 59 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 60 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 61 Councilman Rodney Harris ____ (Yes) ____ (No) 62 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 63 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 64 Councilman David Williams Jr ____ (Yes) ____ (No) 65 66 159 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: General Funds Various Funds Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFQ #:12-13-009 Contract Renewal Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 X Sponsor Name Cameron Benson, City Manager Department: Capital Improvements Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH CSA CENTRAL, INC., FOR ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: BACKGROUND On November 26, 2012, staff issued Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering Services for Professional Fees, inviting qualified firms to provide qualifications for Architectural/Engineering Services for Professional Fees from $50,000-$200,000. A broadcast notice was sent to one thousand nine hundred fifteen vendors (1,915). One hundred seventeen (117) proposals were requested. The RFQ opened on January 10, 2013. Twenty-eight (28) proposals were received and publicly read. Item K-11) Consent Agenda Resolution CSA Central, Inc. 160 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 On January 28, 2013, the Selection Committee ranked the firms. A Selection Committee meeting was held on February 4, 2013, to discuss the scheduling of oral presentations. The oral presentations were held on March 5, 2013 and March 6, 2013. On April 24, 2013, City Council awarded Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering and Planning Services for Professional Fees $50,000-$200,000, to CSA Central, Inc., to negotiate and execute a non-exclusive continuing contract for engineering services. The initial term of the contract is for three (3) years, with the option to renew for one (1) year or multi- year terms. CURRENT SITUATION The current contract expires April 24, 2017. Inasmuch as several projects are on-going and the City still requires engineering services. Staff is recommending a second renewal of this contract for one year. FISCAL IMPACT Prior to formal engagement of any project with the Vendor, staff will ensure and review by Finance that the service is budgeted and there is enough funding for the engagement. Proposed Action: It is recommended that the City Council approve the attached resolution for the second renewal of a non-exclusive continuing contract, through April 2018, with CSA Central, Inc., for engineering services. Attachment: None. 161 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR 4 RENEWAL OF THAT CERTAIN AGREEMENT WITH CSA 5 CENTRAL, INC., FOR ENGINEERING SERVICES; PROVIDING 6 FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING 7 FOR AN EFFECTIVE DATE. 8 9 WHEREAS, on November 26, 2012, staff issued Request For Qualifications 10 (“RFQ”) Number 12-13-009 for Continuing Architectural/Engineering Services for 11 Professional Fees, inviting qualified firms to provide qualifications for 12 Architectural/Engineering Services for Professional Fees from $50,000-$200,000, and 13 WHEREAS, on April 24, 2013, City Council awarded RFQ Number 12-13-009 for 14 Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 15 to CSA Central, Inc., and 16 WHEREAS, the initial term of the contract was for a three (3) year period, with 17 the City’s option to renew for one (1) year or multiple years under the same terms and 18 conditions, and 19 WHEREAS, the current contract expires April 24, 2017, and several projects are 20 on-going and the City still requires these services, and 21 WHEREAS, staff is recommending the City Council renew the non-exclusive 22 continuing contract with CSA Central, Inc., for Engineering Services, for a second 23 renewal of this contract for a one (1) year term, 24 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 25 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 26 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 27 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 28 made a specific part of this Resolution. 29 162 of 304 2 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 30 hereby authorizes the one-year renewal of that certain Agreement with CSA Central, 31 Inc., for Engineering Services. 32 Section 3: EFFECTIVE DATE: This Resolution shall take effect 33 immediately upon its final passage. 34 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 35 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 36 37 ___________________________________ 38 OLIVER GILBERT, III, MAYOR 39 40 41 ATTEST: 42 43 44 __________________________________ 45 RONETTA TAYLOR, MMC, CITY CLERK 46 47 48 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 49 50 51 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 52 53 Moved by: __________________ 54 55 VOTE: _________ 56 57 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 58 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 59 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 60 Councilman Rodney Harris ____ (Yes) ____ (No) 61 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 62 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 63 Councilman David Williams Jr ____ (Yes) ____ (No) 64 65 163 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: General Funds Various Funds Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFQ #: 12-13-009 Contract Renewal Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 X Sponsor Name: Cameron Benson, City Manager Department: Capital Improvements Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH KEITH AND SCHNARS, P.A., FOR PLANNING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: BACKGROUND On November 26, 2012, staff issued Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering Services for Professional Fees, inviting qualified firms to provide qualifications for Architectural/Engineering Services for Professional Fees from $50,000-$200,000. A broadcast notice was sent to one thousand nine hundred fifteen vendors (1,915). One hundred seventeen (117) proposals were requested. The RFQ opened on January 10, 2013. Twenty-eight (28) proposals were received and publicly read. Item K-12) Consent Agenda Resolution Keith and Schnars, P.A. 164 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 On January 28, 2013, the Selection Committee ranked the firms. A Selection Committee meeting was held on February 4, 2013, to discuss the scheduling of oral presentations. The oral presentations were held on March 5, 2013 and March 6, 2013. On April 24, 2013, City Council awarded Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering and Planning Services for Professional Fees $50,000-$200,000, to Kimley-Horn & Associates, Inc., to negotiate and execute a non-exclusive continuing contract for civil and traffic engineering services. The initial term of the contract is for three (3) years, with the option to renew for one (1) year or multi-year terms. CURRENT SITUATION The current contract expires April 24, 2017. Inasmuch as several projects are on-going and the City still requires civil and traffic engineering services. Staff is recommending a second renewal of this contract for one year. FISCAL IMPACT Prior to formal engagement of any project with the Vendor, staff will ensure and review by Finance that the service is budgeted and there is enough funding for the engagement. Proposed Action: It is recommended that the City Council approve the attached resolution, for the second renewal of a non-exclusive continuing contract, through April 23, 2018, with Kimley-Horn & Associates, Inc., for civil and traffic engineering services. Attachment: None. 165 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR 4 RENEWAL OF THAT CERTAIN AGREEMENT WITH KEITH AND 5 SCHNARS, P.A., FOR PLANNING SERVICES; PROVIDING FOR 6 THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN 7 EFFECTIVE DATE. 8 9 WHEREAS, on November 26, 2012, staff issued Request For Qualifications 10 (“RFQ”) Number 12-13-009 for Continuing Architectural/Engineering Services for 11 Professional Fees, inviting qualified firms to provide qualifications for 12 Architectural/Engineering Services for Professional Fees from $50,000-$200,000, and 13 WHEREAS, on April 24, 2013, City Council awarded RFQ Number 12-13-009 for 14 Continuing Architectural/Engineering and Planning Services for Professional Fees 15 $50,000-$200,000 to Keith and Schnars, P.A., and 16 WHEREAS, the initial term of the contract was for a three (3) year period, with 17 the City’s option to renew for one (1) year or multiple years under the same terms and 18 conditions, and 19 WHEREAS, the current contract expires April 24, 2017, several projects are on-20 going and the City still requires these services, and 21 WHEREAS, staff is recommending the City Council renew the non-exclusive 22 continuing contract with Keith and Schnars, P.A., for planning services for a second 23 renewal of a one (1) year term, 24 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 25 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 26 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 27 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 28 made a specific part of this Resolution. 29 166 of 304 2 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 30 hereby authorizes the one-year renewal of that certain Agreement with Keith and 31 Schnars, P.A., for planning services. 32 Section 3: EFFECTIVE DATE: This Resolution shall take effect 33 immediately upon its final passage. 34 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 35 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 36 37 ___________________________________ 38 OLIVER GILBERT, III, MAYOR 39 40 41 ATTEST: 42 43 44 __________________________________ 45 RONETTA TAYLOR, MMC, CITY CLERK 46 47 48 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 49 50 51 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 52 53 Moved by: __________________ 54 55 VOTE: _________ 56 57 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 58 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 59 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 60 Councilman Rodney Harris ____ (Yes) ____ (No) 61 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 62 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 63 Councilman David Williams Jr ____ (Yes) ____ (No) 64 65 167 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: General Funds Various Funds Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFQ #: 12-13-009 Contract Renewal Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 X Sponsor Name: Cameron Benson, City Manager Department: Capital Improvements Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH KIMLEY-HORN & ASSOCIATES, INC., FOR CIVIL AND TRAFFIC ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: BACKGROUND On November 26, 2012, staff issued Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering Services for Professional Fees, inviting qualified firms to provide qualifications for Architectural/Engineering Services for Professional Fees from $50,000-$200,000. A broadcast notice was sent to one thousand nine hundred fifteen vendors (1,915). One hundred seventeen (117) proposals were requested. The RFQ opened on January 10, 2013. Twenty-eight (28) proposals were received and publicly read. Item K-13) Consent Agenda Resolution Kimley-Horn & Associates, Inc. 168 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 On January 28, 2013, the Selection Committee ranked the firms. A Selection Committee meeting was held on February 4, 2013, to discuss the scheduling of oral presentations. The oral presentations were held on March 5, 2013 and March 6, 2013. On April 24, 2013, City Council awarded Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering and Planning Services for Professional Fees $50,000-$200,000, to Kimley-Horn & Associates, Inc., to negotiate and execute a non-exclusive continuing contract for civil and traffic engineering services. The initial term of the contract is for three (3) years, with the option to renew for one (1) year or multi-year terms. CURRENT SITUATION The current contract expires April 24, 2017. Inasmuch as several projects are on-going and the City still requires civil and traffic engineering services. Staff is recommending a second renewal of this contract for one year. FISCAL IMPACT Prior to formal engagement of any project with the Vendor, staff will ensure and review by Finance that the service is budgeted and there is enough funding for the engagement. Proposed Action: It is recommended that the City Council approve the attached resolution, for the second renewal of a non-exclusive continuing contract, through April 23, 2018, with Kimley-Horn & Associates, Inc., for civil and traffic engineering services. Attachment: None. 169 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR 4 RENEWAL OF THAT CERTAIN AGREEMENT WITH KIMLEY-5 HORN & ASSOCIATES, INC., FOR CIVIL AND TRAFFIC 6 ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION 7 OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE 8 DATE. 9 10 WHEREAS, on November 26, 2012, staff issued Request For Qualifications 11 (“RFQ”) Number 12-13-009 for Continuing Architectural/Engineering Services for 12 Professional Fees, inviting qualified firms to provide qualifications for 13 Architectural/Engineering Services for Professional Fees from $50,000-$200,000, and 14 WHEREAS, on April 24, 2013, City Council awarded RFQ Number 12-13-009 for 15 Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 16 to Kimley-Horn & Associates, Inc., and 17 WHEREAS, the initial term of the contract was for a three (3) year period, with 18 the City’s option to renew for one (1) year or multiple years under the same terms and 19 conditions, and 20 WHEREAS, the current contract expires April 24, 2017, and several projects are 21 on-going and the City still requires these services, and 22 WHEREAS, staff is recommending the City Council renew the non-exclusive 23 continuing contract with Kimley-Horn & Associates, Inc., for Civil and Traffic Engineering 24 Services, for a second renewal of this contract for a one (1) year term, 25 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 26 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 27 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 28 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 29 made a specific part of this Resolution. 30 170 of 304 2 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 31 hereby authorizes the one-year renewal of that certain Agreement with Kimley-Horn & 32 Associates, Inc., for Civil and Traffic Engineering Services. 33 Section 3: EFFECTIVE DATE: This Resolution shall take effect 34 immediately upon its final passage. 35 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 36 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 37 38 ___________________________________ 39 OLIVER GILBERT, III, MAYOR 40 41 42 ATTEST: 43 44 45 __________________________________ 46 RONETTA TAYLOR, MMC, CITY CLERK 47 48 49 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 50 51 52 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 53 54 Moved by: __________________ 55 56 VOTE: _________ 57 58 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 59 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 60 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 61 Councilman Rodney Harris ____ (Yes) ____ (No) 62 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 63 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 64 Councilman David Williams Jr ____ (Yes) ____ (No) 65 66 171 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: General Funds Various Funds Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFQ #: 12-13-009 Contract Renewal Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 X Sponsor Name: Cameron Benson, City Manager Department: Capital Improvements Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH SGM ENGINEERING, INC., FOR ELECTRICAL AND MECHANICAL ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: BACKGROUND On November 26, 2012, staff issued Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering Services for Professional Fees, inviting qualified firms to provide qualifications for Architectural/Engineering Services for Professional Fees from $50,000-$200,000. A broadcast notice was sent to one thousand nine hundred fifteen vendors (1,915). One hundred seventeen (117) proposals were requested. The RFQ opened on January 10, 2013. Twenty-eight (28) proposals were received and publicly read. Item K-14) Consent Agenda Resolution SGM Engineering, Inc. 172 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 On January 28, 2013, the Selection Committee ranked the firms. A Selection Committee meeting was held on February 4, 2013, to discuss the scheduling of oral presentations. The oral presentations were held on March 5, 2013 and March 6, 2013. On April 24, 2013, City Council awarded Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering and Planning Services for Professional Fees $50,000-$200,000, to SGM Engineering, Inc., to negotiate and execute a non-exclusive continuing contract for electrical and mechanical engineering services. The initial term of the contract is for three (3) years, with the option to renew for one (1) year or multi-year terms. CURRENT SITUATION The current contract expires April 24, 2017. Inasmuch as several projects are on-going and the City still requires electrical and mechanical engineering services. Staff is recommending a second renewal of this contract for one year. FISCAL IMPACT Prior to formal engagement of any project with the Vendor, staff will ensure and review by Finance that the service is budgeted and there is enough funding for the engagement. Proposed Action: It is recommended that the City Council approve the attached resolution for the second renewal of a non-exclusive continuing contract, through April 23, 2018, with SGM Engineering, Inc., for electrical and mechanical engineering services. Attachment: None. 173 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR 4 RENEWAL OF THAT CERTAIN AGREEMENT WITH SGM 5 ENGINEERING, INC., FOR ELECTRICAL AND MECHANICAL 6 ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION 7 OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE 8 DATE. 9 10 WHEREAS, on November 26, 2012, staff issued Request For Qualifications 11 (“RFQ”) Number 12-13-009 for Continuing Architectural/Engineering Services for 12 Professional Fees, inviting qualified firms to provide qualifications for 13 Architectural/Engineering Services for Professional Fees from $50,000-$200,000, and 14 WHEREAS, on April 24, 2013, City Council awarded RFQ Number 12-13-009 for 15 Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 16 to SGM Engineering, Inc., and 17 WHEREAS, the initial term of the contract was for a three (3) year period, with 18 the City’s option to renew for one (1) year or multiple years under the same terms and 19 conditions, and 20 WHEREAS, the current contract expires April 24, 2017, and several projects are 21 on-going and the City still requires these services, and 22 WHEREAS, staff is recommending the City Council renew the non-exclusive 23 continuing contract with SGM Engineering, Inc., for Electrical and Mechanical 24 Engineering Services, for a second renewal of this contract for a one (1) year term, 25 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 26 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 27 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 28 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 29 made a specific part of this Resolution. 30 174 of 304 2 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 31 hereby authorizes the one-year renewal of that certain Agreement with SGM 32 Engineering, Inc., for Electrical and Mechanical Engineering Services. 33 Section 3: EFFECTIVE DATE: This Resolution shall take effect 34 immediately upon its final passage. 35 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 36 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 37 38 ___________________________________ 39 OLIVER GILBERT, III, MAYOR 40 41 42 ATTEST: 43 44 45 __________________________________ 46 RONETTA TAYLOR, MMC, CITY CLERK 47 48 49 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 50 51 52 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 53 54 Moved by: __________________ 55 56 VOTE: _________ 57 58 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 59 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 60 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 61 Councilman Rodney Harris ____ (Yes) ____ (No) 62 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 63 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 64 Councilman David Williams Jr ____ (Yes) ____ (No) 65 66 175 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: General Funds Various Funds Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFQ #:12-13-009 Contract Renewal RFQ#12-13-009 Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 X Sponsor Name Cameron Benson, City Manager Department: Capital Improvements Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR RENEWAL OF THAT CERTAIN AGREEMENT WITH TRC, LLC, FOR STRUCTURAL ENGINEERING SERVICES; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: BACKGROUND On November 26, 2012, staff issued Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering Services for Professional Fees, inviting qualified firms to provide qualifications for Architectural/Engineering Services for Professional Fees from $50,000-$200,000. A broadcast notice was sent to one thousand nine hundred fifteen vendors (1,915). One hundred seventeen (117) proposals were requested. The RFQ opened on January 10, 2013. Twenty-eight (28) proposals were received and publicly read. On January 28, 2013, the Selection Committee ranked the firms. A Selection Committee meeting was held on February 4, 2013, to discuss the scheduling of oral presentations. The oral presentations were held on March 5, 2013 and March 6, 2013. Item K-15) Consent Agenda Resolution TRC, LLC. 176 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 On April 24, 2013, City Council awarded Request For Qualifications (RFQ) Number 12-13-009, for Continuing Architectural/Engineering and Planning Services for Professional Fees $50,000-$200,000, to TRC, LLC, to negotiate and execute a non-exclusive continuing contract for structural engineering services. The initial term of the contract is for three (3) years, with the option to renew for one (1) year or multi-year terms. CURRENT SITUATION The current contract expires April 24, 2017. Inasmuch as several projects are on-going and the City still requires structural engineering services. Staff is recommending a second renewal of this contract for one year. FISCAL IMPACT Prior to formal engagement of any project with the Vendor, staff will ensure and review by Finance that the service is budgeted and there is enough funding for the engagement. Proposed Action: It is recommended that the City Council approve the attached resolution for the second renewal of a non-exclusive continuing contract, through April 23, 2018, with TRC, LLC, for structural engineering services. Attachment: None. 177 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, AUTHORIZING THE ONE-YEAR 4 RENEWAL OF THAT CERTAIN AGREEMENT WITH TRC, LLC, 5 FOR STRUCTURAL ENGINEERING SERVICES; PROVIDING 6 FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING 7 FOR AN EFFECTIVE DATE. 8 9 WHEREAS, on November 26, 2012, staff issued Request For Qualifications 10 (“RFQ”) Number 12-13-009 for Continuing Architectural/Engineering Services for 11 Professional Fees, inviting qualified firms to provide qualifications for 12 Architectural/Engineering Services for Professional Fees from $50,000-$200,000, and 13 WHEREAS, on April 24, 2013, City Council awarded RFQ Number 12-13-009 for 14 Continuing Architectural/Engineering Services for Professional Fees $50,000-$200,000 15 to TRC, LLC, and 16 WHEREAS, the initial term of the contract was for a three (3) year period, with 17 the City’s option to renew for one (1) year or multiple years under the same terms and 18 conditions, and 19 WHEREAS, the current contract expires April 24, 2017, and several projects are 20 on-going and the City still requires these services, and 21 WHEREAS, staff is recommending the City Council renew the non-exclusive 22 continuing contract with TRC, LLC, for Structural Engineering Services, for a second 23 renewal of this contract for a one (1) year term, 24 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 25 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 26 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 27 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 28 made a specific part of this Resolution. 29 178 of 304 2 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 30 hereby authorizes the one-year renewal of that certain Agreement with TRC, LLC, for 31 Structural Engineering Services. 32 Section 3: EFFECTIVE DATE: This Resolution shall take effect 33 immediately upon its final passage. 34 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 35 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 36 37 ___________________________________ 38 OLIVER GILBERT, III, MAYOR 39 40 41 ATTEST: 42 43 44 __________________________________ 45 RONETTA TAYLOR, MMC, CITY CLERK 46 47 48 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 49 50 51 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 52 53 Moved by: __________________ 54 55 VOTE: _________ 56 57 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 58 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 59 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 60 Councilman Rodney Harris ____ (Yes) ____ (No) 61 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 62 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 63 Councilman David Williams Jr ____ (Yes) ____ (No) 64 65 179 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: Resolution Ordinance Other X Fiscal Impact: Yes No Ordinance Reading: 1st Reading 2nd Reading X Public Hearing: Yes No Yes No Funding Source: General Funds Public Works Advertising Requirement: Yes No X Contract/P.O. Required: Yes No RFP/RFQ/Bid Invitation To Bid (ITB) 16-17-035(P) Purchase and Installation of Municipal Vehicle Equipment – Citywide X Sponsor Name Cameron Benson, City Manager Department: Public Works Department - Fleet Division Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE PURCHASE OF VEHICLE EQUIPMENT FROM DANA SUPPLY, INC., LESC, INC. D/B/A/ LAW ENFORCEMENT SUPPLY, AND SIGNAL TECHNOLOGY ENTERPRISES BY RELYING UPON CITY OF MIAMI INVITATION TO BID NO. 516388(21), NOT TO EXCEED ALLOCATED ANNUAL BUDGET AMOUNT; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Summary: Background The Public Works Department, Fleet Division, require the purchase and repair of emergency lighting and equipment for City vehicles. The need also exists for the removal of existing equipment from vehicles that will be removed from service, the performance of general repairs on existing equipment (retrofitting services), and equipment for future vehicle purchases. On May 24, 2016, the City Manager approved staff’s request to piggyback the City of Miami’s Contract Invitation For Bid (IFB) Number 516388(21) Purchase and/or Installation of Municipal Vehicle Equipment Citywide in order to retrofit police vehicles and utilize the awarded vendors, Dana Supply, Inc., LESC, Inc. d/b/a Law Enforcement Supply, and Signal Technology Enterprises. Item K-16) Consent Agenda Resolution Vehicle Equipment Purchase 180 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 Current Situation City staff continues to require the purchase and/or Installation of municipal vehicle equipment, due to the aging of the City’s Fleet vehicles and the addition of nine (9) new vehicles. Therefore, City Staff is requesting to piggyback the City of Miami’s Contract Invitation For Bid (IFB) Number 516388(21), Purchase and/or Installation of Municipal Vehicle Equipment. On September 21, 2015, the City of Miami solicited Invitation For Bid (IFB) Number 516388 for the Purchase and Installation of Municipal Vehicle Equipment – Citywide. On January 14, 2016, Invitation For Bid (IFB) Number 516388 was awarded to Dana Supply, Inc., and LESC, Inc. d/b/a Law Enforcement Supply, based on price and the evaluation factors set forth in the solicitation. The initial contract period is from January 25, 2016 through January 24, 2018, with three (3) additional one (1) year annual renewal options. On February 23, 2016, the City of Miami’s staff amended Invitation For Bid (IFB) Number 516388, adding Signal Technology Enterprises as a vendor, in accordance with Section 2.22 of the solicitation. Section 2-757 (2), Exceptions/Waivers to bid and quotation procedure of Miami Gardens’ Code of Ordinance, allows the purchase of commodities or services in cooperation with another governmental entity in the State or the purchase of commodities or services from contracts previously awarded by other governmental entities that were competitively bid. Fiscal Impact In FY 2017, there is curently $77,392 available in the line item for retrofitting. Proposed Action: It is recommended that the City Council approves City Staff to piggyback the competitively solicited, Invitation For Bid (IFB) Number 516388 for the Purchase and Installation of Municipal Vehicle Equipment – Citywide, and issuance of purchase orders to Dana Supply, Inc., LESC, Inc. d/b/a Law Enforcement Supply and Signal Technology Enterprises, to provide general repairs on existing equipment (retrofitting services), and equipment for future vehicle purchases for the City of Miami Gardens, not to exceed the allocated budget amount. The award of this contract is contingent upon receipt and approval of insurance. Attachment: Exhibit 1- City of Miami Invitation For Bid (IFB) Number 516388 Exhibit 2- City of Miami Invitation For Bid (IFB) Number 516388, Amendment Number 1 181 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, AUTHORIZING THE PURCHASE 4 OF VEHICLE EQUIPMENT FROM DANA SUPPLY, INC., LESC, 5 INC. D/B/A/ LAW ENFORCEMENT SUPPLY, AND SIGNAL 6 TECHNOLOGY ENTERPRISES BY RELYING UPON CITY OF 7 MIAMI INVITATION TO BID NO. 516388(21), NOT TO EXCEED 8 ALLOCATED ANNUAL BUDGET AMOUNT; PROVIDING FOR 9 THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN 10 EFFECTIVE DATE. 11 12 WHEREAS, the Public Works Department - Fleet Division, requires the 13 purchase and repair of emergency lighting and equipment for City vehicles and general 14 repairs on existing equipment (retrofitting services) and equipment for future vehicle 15 purchases, and 16 WHEREAS, on September 21, 2015, the City of Miami solicited Invitation For 17 Bid (IFB) Number 516388 for the Purchase and Installation of Municipal Vehicle 18 Equipment – Citywide, and 19 WHEREAS, on January 14, 2016, Invitation For Bid (IFB) Number 516388 was 20 awarded to Dana Supply, Inc., and LESC, Inc. d/b/a Law Enforcement Supply, based on 21 price and the evaluation factors set forth in the solicitation, and 22 WHEREAS, the initial contract period is from January 25, 2016 through January 23 24, 2018, with three (3) additional one (1) year annual renewal options, and 24 WHEREAS, on February 23, 2016, the City of Miami’s staff amended Invitation 25 For Bid (IFB) Number 516388, adding Signal Technology Enterprises as a vendor, in 26 accordance with Section 2.22 of the solicitation, and 27 WHEREAS, City staff is requesting authorization from the City Council to 28 piggyback off of City of Miami’s Contract Invitation For Bid (IFB) Number 516388(21) 29 Purchase and/or Installation of Municipal Vehicle Equipment Citywide in order to retrofit 30 182 of 304 2 police vehicles and utilize the awarded vendors, Dana Supply, Inc., LESC, Inc. d/b/a 31 Law Enforcement Supply, and Signal Technology Enterprises, and 32 WHEREAS, Section 2-757(b)(2) of the Code of Ordinances - Exceptions/Waivers 33 to bid and quotation procedure of Miami Gardens’ Code of Ordinance, allows the 34 purchase of commodities or services in cooperation with another governmental entity in 35 the State or the purchase of commodities or services from contracts previously awarded 36 by other governmental entities that were competitively bid, 37 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 38 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 39 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 40 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 41 made a specific part of this Resolution. 42 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 43 hereby authorizes the purchase of vehicle equipment from Dana Supply, Inc., LESC, 44 Inc. d/b/a/ Law Enforcement Supply, and Signal Technology Enterprises by relying upon 45 City of Miami Invitation to Bid No.. 516388(21) tha annual allocated budget amount. 46 Section 3: EFFECTIVE DATE: This Resolution shall take effect immediately 47 upon its final passage. 48 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 49 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 50 51 ___________________________________ 52 OLIVER GILBERT, III, MAYOR 53 54 55 56 ATTEST: 57 183 of 304 3 58 59 __________________________________ 60 RONETTA TAYLOR, MMC, CITY CLERK 61 62 63 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 64 65 66 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 67 68 Moved by: __________________ 69 70 VOTE: _________ 71 72 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 73 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 74 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 75 Councilman Rodney Harris ____ (Yes) ____ (No) 76 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 77 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 78 Councilman David Williams Jr ____ (Yes) ____ (No) 79 80 184 of 304 Exhibit - 1185 of 304 Exhibit - 1 18 6 of 30 4 Exhibit - 1 18 7 of 30 4 Exhibit - 1 18 8 of 30 4 Exhibit - 1189 of 304 Exhibit - 1190 of 304 Exhibit - 1191 of 304 Exhibit - 1192 of 304 Exhibit - 1193 of 304 Exhibit - 1194 of 304 Exhibit - 1195 of 304 Exhibit - 1196 of 304 Exhibit - 1197 of 304 Exhibit - 1198 of 304 Exhibit - 1199 of 304 Exhibit - 1200 of 304 Exhibit - 1201 of 304 Exhibit - 1202 of 304 Exhibit - 1203 of 304 Exhibit - 1204 of 304 Exhibit - 1205 of 304 Exhibit - 1206 of 304 Exhibit - 1207 of 304 Exhibit - 1208 of 304 Exhibit - 1209 of 304 Exhibit - 1210 of 304 Exhibit - 1211 of 304 Exhibit - 1212 of 304 Exhibit - 1213 of 304 Exhibit - 1214 of 304 Exhibit - 1215 of 304 Exhibit - 1216 of 304 Exhibit - 1217 of 304 Exhibit - 1218 of 304 Exhibit - 1219 of 304 Exhibit - 1220 of 304 Exhibit - 1221 of 304 Exhibit - 1222 of 304 Exhibit - 1223 of 304 Exhibit - 1224 of 304 Exhibit - 1225 of 304 Exhibit - 1226 of 304 Exhibit - 1227 of 304 Exhibit - 1228 of 304 Exhibit - 1229 of 304 Exhibit - 1230 of 304 Exhibit - 1231 of 304 Exhibit - 1232 of 304 Exhibit - 1233 of 304 Exhibit - 1234 of 304 Exhibit - 1235 of 304 Exhibit - 1236 of 304 Exhibit - 1237 of 304 Exhibit - 1238 of 304 Exhibit - 1239 of 304 Exhibit - 1240 of 304 City of Miami Master Report City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com Resolution R-16-0009 File ID #:Enactment Date:1/14/1615-01594 Version:1 Controlling Body: Office of the City Clerk Status:Passed Title:A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BIDS RECEIVED OCTOBER 14, 2015, PURSUANT TO INVITATION FOR BID NO. 516388, FROM DANA SAFETY SUPPLY, INC. AND LESC, INC. D/B/A LAW ENFORCEMENT SUPPLY COMPANY, INC., THE RESPONSIVE AND RESPONSIBLE BIDDERS, FOR THE PURCHASE AND/OR INSTALLATION OF MUNICIPAL VEHICLE EQUIPMENT, ON A CITYWIDE, AS NEEDED CONTRACTUAL BASIS, FOR A PERIOD OF TWO (2) YEARS, WITH THE OPTION TO RENEW FOR THREE (3) ADDITIONAL ONE (1) YEAR PERIODS, ALLOCATING FUNDS FROM THE VARIOUS SOURCES OF FUNDS FROM THE USER DEPARTMENTS AND AGENCIES, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED; FURTHER AUTHORIZING ADDITIONAL SUPPLIERS TO BE ADDED TO THE CONTRACT AS DEEMED IN THE BEST INTEREST OF THE CITY OF MIAMI. Reference:Introduced:12/7/15 Name:Accept Bid - Municipal Vehicle Equipment Requester:Cost:Final Action:1/14/16Department of General Services Administration Notes: Sections: Indexes: Attachments:15-01594 Summary Fom.pdf, 15-01594 Memo - Manager's Approval.pdf, 15-01594 Bid Tabulation.pdf, 15-01594 Bid Response - Dana Safety Supply Inc.pdf, 15-01594 Bid Response - Law Enforcement Supply.pdf, 15-01594 Corporate Detail.pdf, 15-01594 Invitation For Bid.pdf, 15-01594 Legislation.pdf Action History Ver.ReturnedActing BodyDateActionSent ToDue DateResult 1Office of the City Attorney Reviewed and Approved 12/28/15 1City CommissionADOPTED1/14/16 1 City of Miami Page 1 Printed on 1/28/2016 Exhibit - 1241 of 304 A motion was made by Francis Suarez, seconded by Frank Carollo, that this matter be ADOPTED. The motion carried by the following vote: Aye: 5 - Wifredo (Willy) Gort, Ken Russell, Frank Carollo, Francis Suarez and Keon Hardemon 1Office of the MayorSigned by the Mayor1/15/16 Office of the City Clerk 1Office of the City ClerkSigned and Attested by City Clerk 1/15/16 City of Miami Page 2 Printed on 1/28/2016 Exhibit - 1242 of 304 Exhibit - 2 243 of 304 Exhibit - 2 244 of 304 Exhibit - 2 245 of 304 Exhibit - 2 246 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No Funding Source: City of Miami Gardens General Obligation Bond Funds Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid #: RFP No. 16-17-004 Risco Park Improvements X Sponsor Name: Cameron Benson, City Manager Department: Capital Improvement Project (CIP) Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AWARDING A BID TO D. STEPHENSON CONSTRUCTION, INC. IN RESPONSE TO RFP NO. 16-17-004 FOR CONSTRUCTION SERVICES FOR RISCO PARK; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE A CONTRACT FOR THIS PURPOSE; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: BACKGROUND In April 2014, the City of Miami Gardens’ residents approved a General Obligation Bond in the amount of sixty million dollars ($60,000,000) for the construction of and improvements to the City’s parks and related facilities. The City Council subsequently approved a Bond Implementation Plan that lists and details the proposed improvements at each park facility or municipal property. On July 21, 2015, staff issued Request For Qualifications (RFQ) Number 14-15-038 for Risco Park Improvements, Step One, inviting Design-Build firms or teams to provide qualifications for future design- Item K-17) Consent Agenda Resolution Risco Park 247 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 build contract for the development of a Science, Technology, Engineering and Math (STEM) Center and a connecting building for the Audio Visual and Performing Arts Center, and related facility improvements, technical, schedule and cost proposals to implement an overall improvement project at Risco Park. A broadcast notice was sent to nine hundred sixty eight (968) vendors. Seventy three (73) proposals were requested. The RFQ opened on September 2, 2015 and nine (9) proposals were received and publicly read. The RFQ was prepared in accordance with Florida Statue 287.055 Consultants Competitive Negotiation Act (CCNA). On September 11, 2015, the Selection Committee short-listed five (5) firms: D. Stephenson Construction, Inc.; Di Pompeo Construction Corporation; Facchina Construction of Florida, LLC; James B. Pirtle Construction Company, Inc.; and Kaufman Lynn Construction, Inc. CURRENT SITUATION On November 1, 2016, Request For Proposal (RFP) Number 16-17-004, Step Two for Risco Park Improvements was issued to the five (5) short-listed vendors. The RFP opened on March 6, 2017. One (1) proposal from D. Stephenson Construction, Inc. was received and publicly read. The Office of Procurement Management (OPM) applied the City of Miami Gardens Business and Resident Economic Growth Plan (CMG-BREP) preference to this project. D. Stephenson Construction, Inc., was compliant to the City of Miami Gardens Business Resident Economic Growth Plan (CMG-BREP) (Exhibit 1). An Evaluation Committee meeting was held on March 20, 2017. D. Stephenson Construction, Inc., was deemed responsive and responsible to the requirements of the RFP. After evaluation and scoring, the Evaluation Committee ranked D. Stephenson Construction, Inc., as the first-ranked firm. A copy of the proposal document and submittals are available at the Assistant to the Mayor and Council’s Office for review. FISCAL IMPACT The funding is derived from the General Obligation Bond and the amount listed in the RFP as the maximum bid amount is available for this project. Proposed Action: It is recommended that the City Council approve the Evaluation Committee’s Recommendation For Award to the D. Stephenson Construction, Inc., for RFP Number 16-17-004, Risco Park, Step Two, and authorize the City Manager to proceed with negotiations. Attachments: Exhibit 1 – City of Miami Gardens Business Resident Economic Growth Plan (CMG-BREP) Memorandum Exhibit 2 – Bid Tabulation 248 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, AWARDING A BID TO D. 4 STEPHENSON CONSTRUCTION, INC. IN RESPONSE TO RFP 5 NO. 16-17-004 FOR CONSTRUCTION SERVICES FOR RISCO 6 PARK; AUTHORIZING THE CITY MANAGER TO NEGOTIATE 7 AND EXECUTE A CONTRACT FOR THIS PURPOSE; 8 PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; 9 PROVIDING FOR AN EFFECTIVE DATE. 10 11 WHEREAS, in April of 2014, the City of Miami Gardens’ residents approved a 12 General Obligation Bond in the amount of sixty million dollars ($60,000,000) for the 13 construction of and improvements to the City’s parks and related facilities, and 14 WHEREAS, the City Council subsequently approved a Bond Implementation 15 Plan that lists and details the proposed improvements at each park facility or municipal 16 property, and 17 WHEREAS, On July 21, 2015, staff issued Request For Qualifications (RFQ) 18 Number 14-15-038 for Risco Park Improvements, Step One, inviting Design-Build firms 19 or teams to provide qualifications for future design-build contract for the development of 20 a Science, Technology, Engineering and Math (STEM) Center and a connecting 21 building for the Audio Visual and Performing Arts Center, and related facility 22 improvements, technical, schedule and cost proposals to implement an overall 23 improvement project at Risco Park, and 24 WHEREAS, nine (9) proposals were received and publicly read, and 25 WHEREAS, the staff Evaluation Committee short-listed five (5) firms: D. 26 Stephenson Construction, Inc.; Di Pompeo Construction Corporation; Facchina 27 Construction of Florida, LLC; James B. Pirtle Construction Company, Inc.; and Kaufman 28 Lynn Construction, Inc., and 29 249 of 304 2 WHEREAS, on November 1, 2016, Request For Proposal (RFP) Number 16-17-30 004, Step Two for Risco Park Improvements was issued to the five (5) short-listed 31 vendors, and one (1) proposal from D. Stephenson Construction, Inc. was received and 32 publicly read, and 33 WHEREAS, D. Stephenson Construction, Inc., was deemed responsive and 34 responsible to the requirements of the RFP, and 35 WHEREAS, City staff is recommending that the City Council approve the Evaluation 36 Committee’s Recommendation For Award to the D. Stephenson Construction, Inc., for 37 RFP Number 16-17-004, Risco Park, Step Two, authorize the City Manager to proceed 38 with negotiations and execute a contract for this purpose, 39 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 40 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 41 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 42 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 43 made a specific part of this Resolution. 44 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 45 hereby awards RFP #16-17-004 to D. Stephenson Construction, Inc., and authorizes 46 the City Manager to negotiate and execute a contract for this purpose. 47 Section 3: EFFECTIVE DATE: This Resolution shall take effect immediately 48 upon its final passage. 49 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 50 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 51 52 ___________________________________ 53 OLIVER GILBERT, III, MAYOR 54 250 of 304 3 55 56 57 ATTEST: 58 59 60 __________________________________ 61 RONETTA TAYLOR, MMC, CITY CLERK 62 63 64 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 65 66 67 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 68 69 Moved by: __________________ 70 71 VOTE: _________ 72 73 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 74 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 75 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 76 Councilman Rodney Harris ____ (Yes) ____ (No) 77 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 78 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 79 Councilman David Williams Jr ____ (Yes) ____ (No) 80 81 251 of 304 Exhibit - 1 Page 1 of 5 252 of 304 Exhibit - 1 Page 2 of 5 253 of 304 city of miami gardens Business & Resident Economic Growth Plan ifii Exhibit - 1 Page 3 of 5 254 of 304 city of miami gardens Business & Resident Economic Growth Plan Exhibit - 1 Page 4 of 5 255 of 304 city of miami gardens Business & Resident Economic Growth Plan From:Cheri Kavehersi, MBA To:Joseph Sanches Cc:Nelly Garcia Subject:RE: DESIGN BUILD REQUEST FOR PROPOSAL #15-16-008 STEP 2 For BUNCHE POOL. Date:Wednesday, December 16, 2015 3:52:37 PM Attachments:image006.jpg image007.gif image008.jpgimage009.pngimage010.pngimage011.jpgCSSFJob Order Form_Unlocked_BS.xlsBusiness Incentives Overview.pdf Good afternoon Joe, It was a pleasure speaking with you today. Per our conversation, I have your company information listed for the CMG-BREP. Once the web portal is live, a correspondence will be sent to you; at which time you may create a username and password as well as complete your registration. If you currently have job postings, you may send the descriptions to me via email with the attached form completed. Additionally, the South Florida Workforce Investment Board dba CareerSource South Florida has a number of financial and training incentives offered to business to help offset the cost, when hiring new staff and/or upgrading the skills of your current employees. All of the incentives are offered to companies at no cost. For your convenience, attached is a brief overview of some of those incentives. Once you have had an opportunity to review the information, please feel free to contact me with questions. Thank you for contacting me and I look forward to working with you. Best regards, Cheri Cheri Kavehersi, MBABusiness Services Manager CareerSource South Florida 7300 Corporate Center Drive, Suite 500 Miami, FL 33126 P: 305-594-7615 ext 407 | F: 305-593-5632 email:cheri.kavehersi@careersourcesfl.com web:www.careersourcesfl.com CSSF Logo CareerSource South Florida is an equal opportunity employer/program. Auxiliary aids and services are available upon request to individuals with disabilities. All voice telephone numbers on this document may be reached by persons using TTY/TDD equipment via the Florida Relay Service at 711. Exhibit - 1 Page 5 of 5 256 of 304 Date Bid Opened: March 6, 2017 Bid Submittals: 1 Division 01 - General Requirements Cost Comments Notes Cost Comments Notes 588,637.00$ 616,100.00$ $200,000.00 Allowance 200,000.00$ Allowance 292,998.17$ 537,523.00$ Division 02 - Existing Conditions Asbestos and Lead Based Paint Abatement -$ Other Site Demolition 42,000.00$ Existing Structures Demolition 50,000.00$ Other Site Demolition -$ Division 10 - Specialties 6,500.00$ Division 12 - Furnishings Bicycle Racks and Flagpole 20,000.00$ Note Capacity:20 Trash and Litter Receptors -$ Note Quantity:4 10,000.00$ Note Quantity:3 benches Division 13 - Special Construction -$ -$ Included above 970,319.00$ Finishes 641,676.00$ 1,379,900.00$ Dumpster Enclosure with Gates 12,000.00$ Division 22 -Plumbing Drinking Fountains 11,000.00$ Quantity:2 Division 26 - Electrical 63,000.00$ Lighting Protection/Detection/Prediction 12,000.00$ Division 28 - Electronic Safety and Security 40,000.00$ 19,100.00$ Division 31 - Earthwork Clearing and Grubbing 20,333.33$ 57,333.33$ Division 32 - Exterior Improvements Note # new spaces provided:132,000.00$ Note # new spaces provided:98 Off-site Asphalt Paving -$ Landscaped Swales along NW 39th Avenue (Both Sides)20,250.00$ Concrete Paving / Walks Note LF provided:18,000.00$ Note LF provided:3600 Curbs and Gutters Note LF provided:18,000.00$ Note LF provided:3500 Chain Link Fence Note LF provided:38,500.00$ Note LF provided:700 Picket Fence Note LF provided:-$ Note LF provided: Estate Style Fence Note LF provided:154,100.00$ Note LF provided:800 Irrigation System - Complete 66,000.00$ Permit Allowance Bonds and Insurance (Bldrs Risk; GL) OH&Profit Traffic and Site Signage General Conditions Structure New STEM/AV Building(s) Seating, Benches and Tables MEP,Fire, Technology Public WIFI Parking Lot Lighting Building and Site Video Surveillance On-site Asphalt Paving / Parking Fine Grading General Conditions Design Fees RFP No. 16-17-004 Design Build Risco Park Improvements Step 2 Agency: Capital Improvements Miami, FL D. Stephenson Construction, Inc. Purchasing Agent: Latora Francis Description 257 of 304 Irrigation Meter and Backflow Preventer or Well/Canal Source System -$ Sod Note SF provide:166,185.00$ Note SF provide:56000 Shrubs Note quantity:-$ Note quantity:350 Trees Shade Trees Note quantity:-$ Note quantity:42 Palms Note quantity:-$ Note quantity:17 Flowering And Small Trees Note quantity:-$ Note quantity:4000 Tree Protection Fencing -$ Tree Pruning -$ Division 33 - Site Utilities 206,260.00$ -$ FPL, Comcast, ATT (Power, Telecommunications, TV)-$ 6,409,714.84$ Add Alternates: 1 Provide description as an attachment to Bid Price Proposal Form 55,956.81$ Provide description as an attachment to Bid Price Proposal Form See Enclosed 2 Agronomy Area Provide description as an attachment to Bid Price Proposal Form 45,858.15$ Provide description as an attachment to Bid Price Proposal Form See Enclosed 3 Demolition South Area Provide description as an attachment to Bid Price Proposal Form 66,690.00$ Provide description as an attachment to Bid Price Proposal Form See Enclosed 4 Upgrade NW 39th Avenue Provide description as an attachment to Bid Price Proposal Form 89,329.50$ Provide description as an attachment to Bid Price Proposal Form See Enclosed 5 Furniture Fixtures and Equipment - STEM Provide equipment specification and unit pricing as an attachment to Bid Price Proposal Form 143,910.00$ Provide equipment specification and unit pricing as an attachment to Bid Price Proposal Form See Enclosed 6 Furniture Fixtures and Equipment - AV Provide equipment specification and unit pricing as an attachment to Bid Price Proposal Form 205,077.60$ Provide equipment specification and unit pricing as an attachment to Bid Price Proposal Form See Enclosed *(A) - Adjusted Corrected Calculation Earth Sciences Outdoor Laboratory TOTAL DESIGN BUILD BASE BID PRICE: Onsite Water & Sewer, Drainage Offsite Water & Sewer, Drainage 258 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: Revenue – General Fund Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No Bid No : 13-14-039 ITB No. 13-14-039 Vending Machine Services – Revenue Sharing X X Sponsor Name: Cameron Benson, City Manager Department: City Facilities and Parks & Recreation Department Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING A ONE YEAR RENEWAL OF THAT CERTAIN AGREEMENT FOR VENDING SERVICES WITH MH MANAGEMENT, INC.; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Staff Summary: Background In order to provide cold drinks and healthy snacks for the City of Miami Gardens Park and Recreation’s patrons at Betty T. Ferguson Park, Carol City Park, and Scott Park as well as employees at City Hall, Police Department and Public Works, the City solicited for vending machine services. On July 24, 2014, Invitation To Bid (ITB) Number 13-14-039, Vending Machine Services – Revenue Sharing was posted on DemandStar. A broadcast notice was sent to seventy-seven (77) suppliers. Twelve (12) bid packages were requested. The solicitation opened on August 14, 2014. Two (2) bids were received and publicly read. Item K-18) Consent Agenda Resolution Agreement Renewal for Vending Services 259 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 On September 9, 2014, a selection/evaluation committee evaluated and ranked the firms. The Committee recommended award to MH Management, Inc., located in Miami Gardens, Florida. On October 8, 2014, under Resolution Number 2014-175-2154, City Council approved the award of Invitation To Bid (ITB) Number 13-14-039, Vending Machine Services – Revenue Sharing to MH Management, Inc., and authorized the City Manager to execute an agreement with the vendor MH Management, Inc. The initial term of the agreement was for a period of three (3) years with an option to renew annually. Current The City of Miami Gardens Parks and Recreation Department continues to provide cold drinks and healthy snacks for the park’s patrons at Betty T. Ferguson Park, Carol City Park, and Scott Park as well as employees at City Hall, Police Department and Public Works. The current contract allows for annual renewals. This is the first contract renewal. Fiscal Impact FY 2017 budget has allocated revenue of $7,000 based on the trend of the past two years. Proposed Action: It is recommended that the City Council approve the City staff’s recommendation for the first renewal of Invitation To Bid (ITB) Number 13-14-039, Vending Machine Services – Revenue Sharing, to MH Management, Inc., for vending machine services. Attachment: Exhibit 1- Performance Evaluation 260 of 304 RESOLUTION NO. 2017____ 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, AUTHORIZING A ONE YEAR 4 RENEWAL OF THAT CERTAIN AGREEMENT FOR VENDING 5 SERVICES WITH MH MANAGEMENT, INC.; PROVIDING FOR 6 THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN 7 EFFECTIVE DATE. 8 9 WHEREAS, on October 8, 2014, in accordance with Resolution Number 2014-10 175-2154, the City Council approved the award of Invitation To Bid (ITB) Number 13-14-11 039, Vending Machine Services – Revenue Sharing to MH Management, Inc., and 12 authorized the City Manager to execute an agreement for this purpose, and 13 WHEREAS, the initial term of the agreement was for a period of three (3) years 14 with an option to renew annually thereafter, and 15 WHEREAS, City staff is recommending that the City Council authorize a one-16 year renewal of the Agreement, 17 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 18 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 19 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 20 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 21 made a specific part of this Resolution. 22 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 23 hereby authorizes a one-year the renewal of that certain Agreement for Vending 24 Services with MH Management, Inc. 25 Section 3: EFFECTIVE DATE: This Resolution shall take effect immediately 26 upon its final passage. 27 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 28 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 29 261 of 304 2 30 ___________________________________ 31 OLIVER GILBERT, III, MAYOR 32 33 34 35 ATTEST: 36 37 38 __________________________________ 39 RONETTA TAYLOR, MMC, CITY CLERK 40 41 42 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 43 44 45 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 46 47 Moved by: __________________ 48 49 VOTE: _________ 50 51 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 52 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 53 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 54 Councilman Rodney Harris ____ (Yes) ____ (No) 55 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 56 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 57 Councilman David Williams Jr ____ (Yes) ____ (No) 58 59 262 of 304 Exhibit 1 - Performance Evaluation for MH Management Inc.263 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 City of Miami Gardens Agenda Cover Memo Council Meeting Date: April 12, 2017 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X Funding Source: General Obligation Bond Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid #: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Area: Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Strategic Plan Obj./Strategy: Public Safety X Sponsor Name Cameron Benson, City Manager Department: Police Department Short Title: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH SAFEWARE, INC., FOR THE PURCHASE OF AUTOMATED LICENSE PLATE RECOGNITION SOFTWARE, IN AN AMOUNT NOT TO EXCEED TWO MILLION THREE HUNDRED SIXTY-FOUR THOUSAND THREE HUNDRED SEVENTY-SIX DOLLARS AND NINETY-SEVEN CENTS ($2,364,376.97), BY RELYING UPON U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE RFP NUMBER 11-205753-10 (4400001839); PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. Item K-19) Consent Agenda Resolution License Plate Recognition Software 264 of 304 18605 NW 27 Avenue Miami Gardens, Florida 33056 Staff Summary: A necessary aspect of the Public Safety Technology Project is for members of the Miami Gardens Police Department to be able to conduct analysis, surveillance, and to learn the movement of vehicles which have been entered into NCIC, FCIC, and various governments’ crime databases. This would allow for real-time surveillance or interception of individuals who are actively engaged in, or preparing to carryout criminal acts. This requires a complex deployment of fixed networked automated license plate recognition systems throughout the City of Miami Gardens. Many of these systems would take advantage of existing infrastructure such as Florida Department of Transportation (FDOT) infrastructure, American Traffic Solutions red light camera infrastructure and some would be stand-alone deployments. After careful study and understanding of the overall City vision, the City’s representatives found that Cintel is the appropriate manufacturer to build the complex deployment of fixed, networked, automated license plate recognition systems. Over the years Cintel has deployed several systems across the United States of like size and complexity. The purchase of the software will be procured by piggybacking off of RFP Number 11-205753-10 (4400001839), which was competitively established by the U.S. Communities Government Purchasing Alliance (U.S. Communities) lead agency, The County of Fairfax, Virginia. The use of said contract was approved by Council in the May 11, 2016 meeting. Funding for the software will be provided through the General Obligation Bond in connection with the establishment of the Real Time Crime Center. Automated License Plate Recognition Systems: $2,364,376.97 Total: $2,364,376.97 Proposed Action: That the City Council approves the attached resolution authorizing the City Manager to execute the attached contract with Safeware, Inc., in an amount not to exceed two million three hundred sixty-four thousand three hundred seventy-six dollars and ninety-seven cents. Attachment: Attachment A: Safeware Inc., Purchase Quotes 265 of 304 RESOLUTION NO. 2017- 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 MIAMI GARDENS, FLORIDA, AUTHORIZING THE CITY 4 MANAGER TO EXECUTE AN AGREEMENT WITH SAFEWARE, 5 INC., FOR THE PURCHASE OF AUTOMATED LICENSE PLATE 6 RECOGNITION SOFTWARE, IN AN AMOUNT NOT TO EXCEED 7 TWO MILLION THREE HUNDRED SIXTY-FOUR THOUSAND 8 THREE HUNDRED SEVENTY-SIX DOLLARS AND NINETY-9 SEVEN CENTS ($2,364,376.97), BY RELYING UPON U.S. 10 COMMUNITIES GOVERNMENT PURCHASING ALLIANCE RFP 11 NUMBER 11-205753-10 (4400001839); PROVIDING FOR THE 12 ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN 13 EFFECTIVE DATE. 14 15 WHEREAS, the Miami Gardens Police Department (MGPD) desires the use of 16 license plate recognition software as a necessary aspect of the Public Safety 17 Technology Project, to aid in the prevention and deterrence of crime throughout the 18 City, and 19 WHEREAS, after careful study, City Staff found that Cintel is the appropriate 20 manufacturer to build the complex deployment of fixed, networked, automated license 21 plate recognition systems, and 22 WHEREAS, the total cost for the software is Two Million Three Hundred Sixty-23 Four Thousand Three Hundred Seventy-Six Dollars and Ninety-Seven Cents 24 ($2,364,376.97), and 25 WHEREAS, funding for the purchase of this software will be provided through the 26 General Obligation Bond in connection with the establishment of the MGPD’s Real Time 27 Crime Center, and 28 WHEREAS, this purchase will be procured by relying upon RFP Number 11-29 205753-10 (4400001839), which was competitively bid by the U.S. Communities 30 Government Purchasing Alliance, and 31 266 of 304 WHEREAS, City Staff recommends City Council authorizes the City Manager to 1 execute an agreement with Safeware, Inc., for the purchase of automated license plate 2 recognition software, in an amount not to exceed Two Million Three Hundred Sixty-Four 3 Thousand Three Hundred Seventy-Six Dollars and Ninety-Seven Cents 4 ($2,364,376.97), 5 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY 6 OF MIAMI GARDENS, FLORIDA AS FOLLOWS: 7 Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas 8 paragraphs are hereby ratified and confirmed as being true, and the same are hereby 9 made a specific part of this Resolution. 10 Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens 11 hereby authorizes the City Manager to execute an agreement with Safeware, Inc., for 12 the purchase of automated license plate recognition software, in an amount not to 13 exceed Two Million Three Hundred Sixty-Four Thousand Three Hundred Seventy-Six 14 Dollars and Ninety-Seven Cents ($2,364,376.97), by relying upon U.S. Communities 15 Government Purchasing Alliance RFP Number 11-205753-10 (4400001839). 16 Section 3: EFFECTIVE DATE: This Resolution shall take effect immediately 17 upon its final passage. 18 PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI 19 GARDENS AT ITS REGULAR MEETING HELD ON ____________, 2017. 20 ___________________________________ 21 OLIVER GILBERT, III, MAYOR 22 ATTEST: 23 24 25 __________________________________ 26 RONETTA TAYLOR, MMC, CITY CLERK 27 28 29 267 of 304 PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY 1 2 3 SPONSORED BY: CAMERON D. BENSON, CITY MANAGER 4 5 Moved by: __________________ 6 Seconded by: ________________ 7 8 VOTE: _________ 9 10 Mayor Oliver Gilbert , III ____ (Yes) ____ (No) 11 Vice Mayor Erhabor Ighodaro, Ph.D. ____ (Yes) ____ (No) 12 Councilwoman Lisa C. Davis ____ (Yes) ____ (No) 13 Councilman Rodney Harris ____ (Yes) ____ (No) 14 Councilwoman Lillie Q. Odom ____ (Yes) ____ (No) 15 Councilwoman Felicia Robinson ____ (Yes) ____ (No) 16 Councilman David Williams Jr ____ (Yes) ____ (No) 17 18 268 of 304 269 of 304 270 of 304 271 of 304 Ex h b i t - 2 272 of 304 Eh i b i t - 3 273 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 1 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Miami Gardens Police Department 18611 NW 27th Ave Miami Gardens, FL 33056 Customer ID: Miami Gardens, FL 33056 18611 NW 27th Ave Bill To:Ship To: Miami Gardens Police Department 305-474-1621 88286 TakerPO Number Quote - CIN02085 nburke@safewareinc.comNazira Burke Email Freight Terms 804-236-0429 Fax 804-236-0579 Phone Freight Paid Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered Safeware - Miami Gardens PD - Fixed LPR Program REVISED Assumptions: - (24) intersections covered per inputs from Miami Gardens (client) - FDOT approval received for poles and power. FDOT infrastructure (Poles & Power) used. - Use of FP&L infrastructure (power) required if no avail. FDOT infrastructure. - Infrastructure required (Poles & Power) to complete installations for intersections as may be required - Wired backhaul from LPR site locations to be provided by the city. - Commission Approval targeted Jan 2017. - MOT and escort to be provided by City as necessary - Power tie ins available at FDOT poles - All engineered drawings, permits, and conflict mediation of site areas to be provided by Cintel as needed. - Electrical service cut-offs included at ea. pole. - Electical service meters may be required for intersections where no FDOT power exists. - A perfomance bond will be provided as a pass through cost under a seperate quote to the city. - Includes conversion of (3) Elsag 1-camera trailers to R3 cameras/Clarity LPR - Includes (2) - 2 camera CMKs (Car Mobility Kits) - Includes conversion of (1) SUV to (1) - 3 camera PIK (Permanent Install Kit) for SUV - Number of client devices- 3 trailers, 82 fixed enclosures, 175 laptops - Cintel Client Software Agreement required - (5) Years service support plan included Order Note: LEAD TIME ESTIMATE FOR HARDWARE STARTING 30-45 DAYS ARO. BASED ON PERMIT APPROVALS Payment Terms: 25% upon Pre-Engineering and Mobilization 25% upon LPR Camera Delivery 25% upon Hardware Installation Complete 25% upon Final Customer Signoff Order Note: Exhibit - 4 274 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 2 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered Extended Service Plan - 5 Years Included - Covers all warranty repair and replacement including material and labor. - Service Labor provided during normal business hours: MON-FRI 8-5PM. -Includes trouble service for all installed LPR equipment including Cameras, hardware, infrastructure troubleshooting , and software issues. -Inclusive of 72 hour response time to assess problem on-site to bring up system to normal status during normal business hours (unless equipment requires replacement). -24 hour response time for initial response and remote log in after notification of service requirement. - Includes semi-annual camera cleaning, re-focusing, and calibration. -Use of specialty equipment such as bucket truck/lift included in annual fees. (if rentals required billed separately at cost plus 12% administrative fees). -Emergency accelerated response times and requested response at other than normal business hours are available at discounted rates of $112.50/hour during normal business hours and $170.45/hour for weekend or holidays. -Stock items can be made available at the request of the city. A recommended Major Spares component list can be compiled for the project in order to limit system downtime exposure. -Exclusions of coverage include Acts of Nature, Vandalism, or Misuse. NOTE: Software Maintenance fees for bugs, patches, fixes,upgrades covered separately under Cintel software agreement (SLA). Order Note: PVANKIRK1.000.00 EAEA 0.000.001.00 1.0 1.0For questions regarding this proposal please contact: Peter Van Kirk Safeware-Mallory Director-Government Security Solutions (M) 561-262-8343 (O) 561-400-1029 (F) 804-236-0429 (E) pvankirk@safewareinc.com SUBTOTAL 0.00Line items sub-total: Order Line Notes:SERVERS & SOFTWARE - CLARITY Exhibit - 4 275 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 3 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered SFW CIN-SVR-CLARITY1.000.00 EAEA 51,136.3651,136.361.00 List Price:USC Discount:41%Your Discount:-428.92% 9,668.08 1.0 1.0Clarity LPR Server for Standard Agency (201+ user/client devices) SUBTOTAL 51,136.36Line items sub-total: Order Line Notes:SERVERS & SOFTWARE - HIT VALIDATION SFW CIN-SVR-HITVERIFY-TIER31.000.00 EAEA 121,443.18121,443.181.00 List Price:USC Discount:41%Your Discount:-240.07% 35,710.92 1.0 1.0SERVERS & SOFTWARE - HIT VALIDATION Policeware Spec.Server for Standard Agency - Zoned Instant alerting and Hit Validation (FDLE Version) 201+ User/ client devices. Annual Renewal $6505.68 Required. SUBTOTAL 121,443.18Line items sub-total: Order Line Notes:MOBILE KITS SFW CIN-LPR-MOB-KIT-2-CAM2.000.00 EAEA 1,250.00625.002.00 List Price:USC Discount:41%Your Discount: 51.73% 1,294.73 1.0 1.0Mobile Kit-Cintel Car Mobility Kit 2 channel LPR- DSP, LPR Camera, Mount hardware, cables, Software Included SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-LPR-MOB-PIK-3-CAM1.000.00 EAEA 937.50937.501.00 List Price:USC Discount:41%Your Discount: 56.42% 2,151.24 1.0 1.0Raptor 3 Mobile Permanent Install Kit Raptor 3 Mobile Permanent Install Kit - 3 Channel LPR- DSP, LPR Camera, Mount hardware, cables, Software Included SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SUBTOTAL 2,187.50Line items sub-total: Order Line Notes:LOCATION 1 - NW 2nd AveN W 215 St NSEW SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL1.000.00 EAEA 14,909.0914,909.091.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) Exhibit - 4 276 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 4 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-3-CAM-SLAV1.000.00 EAEA 19,454.5519,454.551.00 List Price:USC Discount:41%Your Discount: 60.44% 49,181.27 1.0 1.0Cintel fixed 3-CAM SLAVE RF (pole mount) LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-4-CAM1.000.00 EAEA 27,176.1427,176.141.00 List Price:USC Discount:41%Your Discount: 53.63% 58,611.26 1.0 1.0Cintel Fixed 4-CAM(pole mount) LPR system -DSPs, LPR cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software Included (No monitor) SFW CIN-CAM-LPR-R3-50MM-740NM-N9.000.00 EAEA 0.000.009.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S9.000.00 EAEA 1,523.88169.329.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V9.000.00 EAEA 3,579.57397.739.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 94,478.45Line items sub-total: Order Line Notes:LOCATION 2 - NW 2nd AveN W 199th St NSEW Exhibit - 4 277 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 5 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered SFW CIN-LPR-FIX-ENC-3-CAM1.000.00 EAEA 23,568.1823,568.181.00 List Price:USC Discount:41%Your Discount: 46.58% 44,118.39 1.0 1.0Cintel fixed 3-CAM (pole mount) LPR system -DSPs, LPR cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software Included (No monitor) SFW CIN-LPR-FIX-ENC-3-CAM-SLAV3.000.00 EAEA 58,363.6519,454.553.00 List Price:USC Discount:41%Your Discount: 60.44% 49,181.27 1.0 1.0Cintel fixed 3-CAM SLAVE RF (pole mount) LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-CAM-LPR-R3-50MM-740NM-N12.000.00 EAEA 0.000.0012.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S12.000.00 EAEA 2,031.84169.3212.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V12.000.00 EAEA 4,772.76397.7312.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 116,571.65Line items sub-total: Order Line Notes:LOCATION 3 - NW 2nd AveN W 183 St NSEW SFW CIN-LPR-FIX-ENC-3-CAM-SLAV3.000.00 EAEA 58,363.6519,454.553.00 List Price:USC Discount:41%Your Discount: 60.44% 49,181.27 1.0 1.0Cintel fixed 3-CAM SLAVE RF (pole Exhibit - 4 278 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 6 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered mount) LPR system-DSP, LPR cameras, Power Supply, Remote Dignostics, Software License & RF CPE Module Included (No Montior, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-3-CAM1.000.00 EAEA 23,568.1823,568.181.00 List Price:USC Discount:41%Your Discount: 46.58% 44,118.39 1.0 1.0Cintel fixed 3-CAM (pole mount) LPR system -DSPs, LPR, cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software Included (No monitor) SFW CIN-CAM-LPR-R3-50MM-740NM-N12.000.00 EAEA 0.000.0012.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S12.000.00 EAEA 2,031.84169.3212.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V12.000.00 EAEA 4,772.76397.7312.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 116,571.65Line items sub-total: Order Line Notes:LOCATION 4 - NW 2nd AveN W 7th Ave NSEW (REQUIRES INFRASTRUCTURE ) SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL2.000.00 EAEA 29,818.1814,909.092.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) Exhibit - 4 279 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 7 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, Software license & RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-3-CAM1.000.00 EAEA 22,005.6822,005.681.00 List Price:USC Discount:41%Your Discount: 50.12% 44,118.39 1.0 1.0Cintel fixed 3-CAM (pole mount) LPR system -DSPs, LPR, cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software Included (No monitor) SFW CIN-CAM-LPR-R3-50MM-740NM-N7.000.00 EAEA 0.000.007.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S7.000.00 EAEA 1,185.24169.327.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V7.000.00 EAEA 2,784.11397.737.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 83,628.43Line items sub-total: Order Line Notes:LOCATION 5 - NW 7th AveN W 199th St NSEW SFW CIN-LPR-RL-FIX-ENC-1-CAM-SL2.000.00 EAEA 18,909.109,454.552.00 List Price:USC Discount:41%Your Discount: 53.07% 20,145.28 1.0 1.0Cintel fixed 1-CAM SLAVE RF Exhibit - 4 280 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 8 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered (pole mount) LPR system -DSP, LPR camera, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL1.000.00 EAEA 14,909.0914,909.091.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-2-CAM1.000.00 EAEA 17,147.7317,147.731.00 List Price:USC Discount:41%Your Discount: 52.58% 36,158.19 1.0 1.0Cintel fixed (pole mount) 2 Camera LPR system -DSPs, LPR cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics,Software Included SFW CIN-CAM-LPR-R3-50MM-740NM-N6.000.00 EAEA 0.000.006.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S6.000.00 EAEA 1,015.92169.326.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V6.000.00 EAEA 2,386.38397.736.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 82,203.44Line items sub-total: Order Line Notes:LOCATION 6 - NW 27th AveN W 215 St NSEW Exhibit - 4 281 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 9 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered SFW CIN-LPR-FIX-ENC-3-CAM-SLAV1.000.00 EAEA 19,454.5519,454.551.00 List Price:USC Discount:41%Your Discount: 60.44% 49,181.27 1.0 1.0Cintel fixed 3-CAM SLAVE RF (pole mount) LPR system-DSP, LPR cameras, Power Supply, Remote Dignostics, RF CPE Module Included (No Montior, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-5-CAM1.000.00 EAEA 33,227.2733,227.271.00 List Price:USC Discount:41%Your Discount: 57.22% 77,678.83 1.0 1.0Cintel fixed (pole mount) 5 Camera LPR system -DSPs, LPR cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software Included SFW CIN-CAM-LPR-R3-50MM-740NM-N8.000.00 EAEA 0.000.008.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S8.000.00 EAEA 1,354.56169.328.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V8.000.00 EAEA 3,181.84397.738.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 85,053.44Line items sub-total: Order Line Notes:LOCATION 7 - NW 27th AveN W 199 St NSEW SFW CIN-LPR-FIX-ENC-3-CAM1.000.00 EAEA 23,568.1823,568.181.00 List Price:USC Discount:41%Your Discount: 46.58% 44,118.39 1.0 1.0Cintel fixed 3-CAM (pole mount) LPR Exhibit - 4 282 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 10 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered system -DSPs, LPR, cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software Included (No monitor) SFW CIN-LPR-FIX-ENC-3-CAM-SLAV3.000.00 EAEA 58,363.6519,454.553.00 List Price:USC Discount:41%Your Discount: 60.44% 49,181.27 1.0 1.0Cintel fixed 3-CAM SLAVE RF (pole mount) LPR system-DSP, LPR cameras, Power Supply, Remote Dignostics, Software License & RF CPE Module Included (No Montior, Processor or Cell Router) SFW CIN-CAM-LPR-R3-50MM-740NM-N12.000.00 EAEA 0.000.0012.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S12.000.00 EAEA 2,031.84169.3212.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V12.000.00 EAEA 4,772.76397.7312.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 116,571.65Line items sub-total: Order Line Notes:LOCATION 8 - NW 27th AveN W 191 St NSW SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL1.000.00 EAEA 14,909.0914,909.091.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) Exhibit - 4 283 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 11 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-3-CAM-SLAV1.000.00 EAEA 19,454.5519,454.551.00 List Price:USC Discount:41%Your Discount: 60.44% 49,181.27 1.0 1.0Cintel fixed 3-CAM SLAVE RF (pole mount) LPR system-DSP, LPR cameras, Power supply, Remote Dignostics, RF CPE Module Included (No Montior, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-3-CAM1.000.00 EAEA 22,318.1822,318.181.00 List Price:USC Discount:41%Your Discount: 49.41% 44,118.39 1.0 1.0Cintel fixed 3-CAM (pole mount) LPR system -DSPs, LPR, cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software Included (No monitor) SFW CIN-CAM-LPR-R3-50MM-740NM-N8.000.00 EAEA 0.000.008.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S8.000.00 EAEA 1,354.56169.328.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V8.000.00 EAEA 3,181.84397.738.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 89,053.44Line items sub-total: Order Line Notes:LOCATION 9 - NW 27th AveN W 183 St NSEW Exhibit - 4 284 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 12 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered SFW CIN-LPR-FIX-ENC-3-CAM1.000.00 EAEA 23,568.1823,568.181.00 List Price:USC Discount:41%Your Discount: 46.58% 44,118.39 1.0 1.0Cintel fixed 3-CAM (pole mount) LPR system -DSPs, LPR, cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software Included (No Monitor) SFW CIN-LPR-FIX-ENC-3-CAM-SLAV3.000.00 EAEA 58,363.6519,454.553.00 List Price:USC Discount:41%Your Discount: 60.44% 49,181.27 1.0 1.0Cintel fixed 3-CAM SLAVE RF (pole mount) LPR system-DSP, LPR cameras, Power Supply, Remote Dignostics, RF CPE Module Included (No Montior, Processor or Cell Router) SFW CIN-CAM-LPR-R3-50MM-740NM-N12.000.00 EAEA 0.000.0012.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S12.000.00 EAEA 2,031.84169.3212.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V12.000.00 EAEA 4,772.76397.7312.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 116,571.65Line items sub-total: Order Line Notes:LOCATION 10 - NW 27th AveS t Rte 826 (Palmetto) NSEW SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL2.000.00 EAEA 29,818.1814,909.092.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 Exhibit - 4 285 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 13 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, Software license & RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-3-CAM-SLAV1.000.00 EAEA 19,454.5519,454.551.00 List Price:USC Discount:41%Your Discount: 60.44% 49,181.27 1.0 1.0Cintel fixed 3-CAM SLAVE RF (pole mount) LPR system-DSP, LPR cameras, Power Supply, Remote Dignostics, Software License & RF CPE Module Included (No Montior, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-3-CAM1.000.00 EAEA 22,943.1822,943.181.00 List Price:USC Discount:41%Your Discount: 48.00% 44,118.39 1.0 1.0Cintel fixed 3-CAM (pole mount) LPR system -DSPs, LPR, cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software license Included (No monitor) SFW CIN-CAM-LPR-R3-50MM-740NM-N10.000.00 EAEA 0.000.0010.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S10.000.00 EAEA 1,693.20169.3210.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V10.000.00 EAEA 3,977.30397.7310.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and Exhibit - 4 286 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 14 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered other specialized installation services SUBTOTAL 105,721.63Line items sub-total: Order Line Notes:LOCATION 11 - NW 27th AveNW 151 St NSEW SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL1.000.00 EAEA 14,909.0914,909.091.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-3-CAM-SLAV1.000.00 EAEA 19,454.5519,454.551.00 List Price:USC Discount:41%Your Discount: 60.44% 49,181.27 1.0 1.0Cintel fixed 3-CAM SLAVE RF (pole mount) LPR system-DSP, LPR cameras, Power Supply, Remote Dignostics, RF CPE Module Included (No Montior, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-5-CAM1.000.00 EAEA 33,852.2733,852.271.00 List Price:USC Discount:41%Your Discount: 56.42% 77,678.83 1.0 1.0Cintel fixed (pole mount) 5 Camera LPR system -DSPs, LPR cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Perpetual Software license Included SFW CIN-CAM-LPR-R3-50MM-740NM-N10.000.00 EAEA 0.000.0010.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S10.000.00 EAEA 1,693.20169.3210.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V10.000.00 EAEA 3,977.30397.7310.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup Exhibit - 4 287 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 15 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 101,721.63Line items sub-total: Order Line Notes:LOCATION 12 - NW 37th AveN W 215 St NSEW (REQUIRES INFRASTRUCTURE ) SFW CIN-LPR-RL-FIX-ENC-1-CAM-SL2.000.00 EAEA 18,909.109,454.552.00 List Price:USC Discount:41%Your Discount: 53.07% 20,145.28 1.0 1.0Cintel fixed 1-CAM SLAVE RF (pole mount) LPR system -DSP, LPR camera, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL1.000.00 EAEA 14,909.0914,909.091.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-2-CAM1.000.00 EAEA 17,147.7317,147.731.00 List Price:USC Discount:41%Your Discount: 52.58% 36,158.19 1.0 1.0Cintel fixed (pole mount) 2 Camera LPR system -DSPs, LPR cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software Included SFW CIN-CAM-LPR-R3-50MM-740NM-N6.000.00 EAEA 0.000.006.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S6.000.00 EAEA 1,015.92169.326.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V6.000.00 EAEA 2,386.38397.736.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 Exhibit - 4 288 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 16 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 82,203.44Line items sub-total: Order Line Notes:LOCATION 13 - NW 37th AveN W 199 St NSEW SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL3.000.00 EAEA 44,727.2714,909.093.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-2-CAM1.000.00 EAEA 17,772.7317,772.731.00 List Price:USC Discount:41%Your Discount: 50.85% 36,158.19 1.0 1.0Cintel fixed (pole mount) 2 Camera LPR system -DSPs, LPR cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software Included SFW CIN-CAM-LPR-R3-50MM-740NM-N8.000.00 EAEA 0.000.008.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S8.000.00 EAEA 1,354.56169.328.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V8.000.00 EAEA 3,181.84397.738.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 Exhibit - 4 289 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 17 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 94,871.62Line items sub-total: Order Line Notes:LOCATION 14 - NW 37th AveN W 191 St NSEW SFW CIN-LPR-RL-FIX-ENC-1-CAM-SL2.000.00 EAEA 18,909.109,454.552.00 List Price:USC Discount:41%Your Discount: 53.07% 20,145.28 1.0 1.0Cintel fixed 1-CAM SLAVE RF (pole mount) LPR system -DSP, LPR camera, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL1.000.00 EAEA 14,909.0914,909.091.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-2-CAM1.000.00 EAEA 17,147.7317,147.731.00 List Price:USC Discount:41%Your Discount: 52.58% 36,158.19 1.0 1.0Cintel fixed (pole mount) 2 Camera LPR system -DSPs, LPR cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software Included SFW CIN-CAM-LPR-R3-50MM-740NM-N6.000.00 EAEA 0.000.006.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S6.000.00 EAEA 1,015.92169.326.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V6.000.00 EAEA 2,386.38397.736.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit Exhibit - 4 290 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 18 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 82,203.44Line items sub-total: Order Line Notes:LOCATION 15 - NW 37th AveN W 183 St NSEW SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL2.000.00 EAEA 29,818.1814,909.092.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-3-CAM1.000.00 EAEA 22,943.1822,943.181.00 List Price:USC Discount:41%Your Discount: 48.00% 44,118.39 1.0 1.0Cintel fixed 3-CAM (pole mount) LPR system -DSPs, LPR, cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software Included (no monitor) SFW CIN-LPR-FIX-ENC-3-CAM-SLAV1.000.00 EAEA 19,454.5519,454.551.00 List Price:USC Discount:41%Your Discount: 60.44% 49,181.27 1.0 1.0Cintel fixed 3-CAM SLAVE RF (pole mount) LPR system-DSP, LPR cameras, Power Supply, Remote Dignostics, Software License & RF CPE Module Included (No Montior, Processor or Cell Router) SFW CIN-CAM-LPR-R3-50MM-740NM-N10.000.00 EAEA 0.000.0010.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S10.000.00 EAEA 1,693.20169.3210.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 Exhibit - 4 291 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 19 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V10.000.00 EAEA 3,977.30397.7310.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 105,721.63Line items sub-total: Order Line Notes:LOCATION 16 - NW 37th AveS t Rte 826 (Palmetto) NSEW SFW CIN-LPR-FIX-ENC-2-CAM1.000.00 EAEA 17,772.7317,772.731.00 List Price:USC Discount:41%Your Discount: 50.85% 36,158.19 1.0 1.0Cintel fixed (pole mount) 2 Camera LPR system -DSPs, LPR cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, are Included SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL3.000.00 EAEA 44,727.2714,909.093.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-CAM-LPR-R3-50MM-740NM-N8.000.00 EAEA 0.000.008.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S8.000.00 EAEA 1,354.56169.328.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black Exhibit - 4 292 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 20 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered SFW CIN-CAM-LPR-R3-POLEMNT-V8.000.00 EAEA 3,181.84397.738.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 94,871.62Line items sub-total: Order Line Notes:LOCATION 17 - NW 37th AveN W 151 St NS SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL1.000.00 EAEA 14,909.0914,909.091.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-2-CAM1.000.00 EAEA 16,522.7316,522.731.00 List Price:USC Discount:41%Your Discount: 54.30% 36,158.19 1.0 1.0Cintel fixed (pole mount) 2 Camera LPR system -DSPs, LPR cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software included SFW CIN-CAM-LPR-R3-50MM-740NM-N4.000.00 EAEA 0.000.004.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S4.000.00 EAEA 677.28169.324.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V4.000.00 EAEA 1,590.92397.734.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit Exhibit - 4 293 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 21 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 61,535.24Line items sub-total: Order Line Notes:LOCATION 18 - NW 47th AveN W 215 St NSE (REQUIRES INFRASTRUCTURE) SFW CIN-LPR-RL-FIX-ENC-1-CAM-SL2.000.00 EAEA 18,909.109,454.552.00 List Price:USC Discount:41%Your Discount: 53.07% 20,145.28 1.0 1.0Cintel fixed 1-CAM SLAVE RF (pole mount) LPR system -DSP, LPR camera, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-1-CAM1.000.00 EAEA 10,755.6810,755.681.00 List Price:USC Discount:41%Your Discount: 49.72% 21,389.83 1.0 1.0Cintel fixed (pole mount) 1 Camera LPR system -DSPs, LPR cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software included SFW CIN-CAM-LPR-R3-50MM-740NM-N3.000.00 EAEA 0.000.003.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S3.000.00 EAEA 507.96169.323.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V3.000.00 EAEA 1,193.19397.733.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved Exhibit - 4 294 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 22 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 59,201.15Line items sub-total: Order Line Notes:LOCATION 19 - NW 47th AveN W 199 St NSEW (REQUIRES INFRASTRUCTURE) SFW CIN-LPR-RL-FIX-ENC-1-CAM-SL2.000.00 EAEA 18,909.109,454.552.00 List Price:USC Discount:41%Your Discount: 53.07% 20,145.28 1.0 1.0Cintel fixed 1-CAM SLAVE RF (pole mount) LPR system -DSP, LPR camera, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-2-CAM1.000.00 EAEA 17,147.7317,147.731.00 List Price:USC Discount:41%Your Discount: 52.58% 36,158.19 1.0 1.0Cintel fixed (pole mount) 2 Camera LPR system -DSPs, LPR cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software included SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL1.000.00 EAEA 14,909.0914,909.091.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-CAM-LPR-R3-50MM-740NM-N6.000.00 EAEA 0.000.006.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S6.000.00 EAEA 1,015.92169.326.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black Exhibit - 4 295 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 23 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered SFW CIN-CAM-LPR-R3-POLEMNT-V6.000.00 EAEA 2,386.38397.736.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 82,203.44Line items sub-total: Order Line Notes:LOCATION 20 - NW 47th AveN W 191 St NSEW (REQUIRES INFRASTRUCTURE) SFW CIN-LPR-FIX-ENC-2-CAM1.000.00 EAEA 16,835.2316,835.231.00 List Price:USC Discount:41%Your Discount: 53.44% 36,158.19 1.0 1.0Cintel fixed (pole mount) 2 Camera LPR system -DSPs, LPR cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software included SFW CIN-LPR-RL-FIX-ENC-1-CAM-SL3.000.00 EAEA 28,363.659,454.553.00 List Price:USC Discount:41%Your Discount: 53.07% 20,145.28 1.0 1.0Cintel fixed 1-CAM SLAVE RF (pole mount) LPR system -DSP, LPR camera, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-CAM-LPR-R3-50MM-740NM-N5.000.00 EAEA 0.000.005.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S5.000.00 EAEA 846.60169.325.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V5.000.00 EAEA 1,988.65397.735.00 Exhibit - 4 296 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 24 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 75,869.35Line items sub-total: Order Line Notes:LOCATION 21- NW 47th AveN W 183 St NSEW SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL1.000.00 EAEA 14,909.0914,909.091.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-5-CAM1.000.00 EAEA 33,852.2733,852.271.00 List Price:USC Discount:41%Your Discount: 56.42% 77,678.83 1.0 1.0Cintel fixed (pole mount) 5 Camera LPR system -DSPs, LPR cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software included SFW CIN-LPR-FIX-ENC-3-CAM-SLAV1.000.00 EAEA 19,454.5519,454.551.00 List Price:USC Discount:41%Your Discount: 60.44% 49,181.27 1.0 1.0Cintel fixed 3-CAM SLAVE RF (pole mount) LPR system-DSP, LPR cameras, Power Supply, Remote Dignostics, RF CPE Module Included (No Montior, Processor or Cell Router) SFW CIN-CAM-LPR-R3-50MM-740NM-N10.000.00 EAEA 0.000.0010.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S10.000.00 EAEA 1,693.20169.3210.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 Exhibit - 4 297 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 25 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V10.000.00 EAEA 3,977.30397.7310.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 101,721.63Line items sub-total: Order Line Notes:LOCATION 22 - NW 47th AveS t Rte 826 (Palmetto) NSEW SFW CIN-LPR-FIX-ENC-4-CAM1.000.00 EAEA 26,863.6426,863.641.00 List Price:USC Discount:41%Your Discount: 54.17% 58,611.26 1.0 1.0Cintel Fixed 4-CAM(pole mount) LPR system-DSPs, LPR cameras, processor, power supply, Switch, GPS, Remote Diagnostics, Software included (no monitor) SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL2.000.00 EAEA 29,818.1814,909.092.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-CAM-LPR-R3-50MM-740NM-N8.000.00 EAEA 0.000.008.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S8.000.00 EAEA 1,354.56169.328.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black Exhibit - 4 298 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 26 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered SFW CIN-CAM-LPR-R3-POLEMNT-V8.000.00 EAEA 3,181.84397.738.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 89,053.44Line items sub-total: Order Line Notes:LOCATION 23 - NW 57th AveS t Rte 826 (Palmetto) NE SFW CIN-LPR-RL-FIX-ENC-2-CAM-SL1.000.00 EAEA 14,909.0914,909.091.00 List Price:USC Discount:41%Your Discount: 60.44% 37,690.32 1.0 1.0Cintel fixed 2-CAM SLAVE RF (pole mount) LPR system -DSP, LPR cameras, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-5-CAM1.000.00 EAEA 33,852.2733,852.271.00 List Price:USC Discount:41%Your Discount: 56.42% 77,678.83 1.0 1.0Cintel fixed (pole mount) 5 Camera LPR Cintel fixed (pole mount) 5 Camera LPR system -DSPs, LPR cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software Included SFW CIN-LPR-FIX-ENC-3-CAM-SLAV1.000.00 EAEA 19,454.5519,454.551.00 List Price:USC Discount:41%Your Discount: 60.44% 49,181.27 1.0 1.0Cintel fixed 3-CAM SLAVE RF (pole mount) LPR system-DSP, LPR cameras, Power Supply, Remote Dignostics, RF CPE Module Included (No Montior, Processor or Cell Router) SFW CIN-CAM-LPR-R3-50MM-740NM-N10.000.00 EAEA 0.000.0010.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) Exhibit - 4 299 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 27 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered SFW CIN-CAM-LPR-R3-CAB-050FT-S10.000.00 EAEA 1,693.20169.3210.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V10.000.00 EAEA 3,977.30397.7310.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 17,045.4517,045.451.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SUBTOTAL 91,380.72Line items sub-total: Order Line Notes:LOCATION 24 - NW 57th AveN W 159 St NEW SFW CIN-LPR-RL-FIX-ENC-1-CAM-SL1.000.00 EAEA 9,454.559,454.551.00 List Price:USC Discount:41%Your Discount: 53.07% 20,145.28 1.0 1.0Cintel fixed 1-CAM SLAVE RF (pole mount) LPR system -DSP, LPR camera, Power supply, Remote Diagnostics, RF CPE Module Included (No monitor, Processor or Cell Router) SFW CIN-LPR-FIX-ENC-3-CAM1.000.00 EAEA 21,068.1821,068.181.00 List Price:USC Discount:41%Your Discount: 52.25% 44,118.39 1.0 1.0Cintel fixed 3-CAM (pole mount) LPR system -DSPs, LPR, cameras, Processor, Power supply, Switch, GPS, Remote Diagnostics, Software included (No monitor) SFW CIN-CAM-LPR-R3-50MM-740NM-N4.000.00 EAEA 0.000.004.00 1.0 1.0Raptor 3 LPR Camera, 50mm Lens, 740nm IR, Angle of view 7 deg., NTSC (Incl) SFW CIN-CAM-LPR-R3-CAB-050FT-S4.000.00 EAEA 677.28169.324.00 List Price:USC Discount:41%Your Discount: 47.70% 323.77 Exhibit - 4 300 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 28 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered 1.0 1.050ft Premade Cable for Raptor 3 LPR Camera - Outdoor Shielded - Black SFW CIN-CAM-LPR-R3-POLEMNT-V4.000.00 EAEA 1,590.92397.734.00 List Price:USC Discount:41%Your Discount: 58.43% 956.81 1.0 1.0Cintel Raptor 3 Vertical Pole Mount kit (Ram ball mounting) - FDOT Approved SFW CIN-CLARITY--LIC-MG1.000.00 EAEA 0.000.001.00 1.0 1.0Cintel Client Software SFW CIN-CLARITY-SSUP-HW1.000.00 EAEA 448.86448.861.00 List Price:USC Discount:41%Your Discount: 47.70% 858.32 1.0 1.0Cintel LPR In-field Hardware Startup & Commissioning (Travel & Expense not included) per ANPR system SFW SVC-INSTALL-SUBCONTRACT1.000.00 EAEA 27,386.3627,386.361.00 1.0 1.0Power, Comms, Cabling, Poles, and other specialized installation services SFW SVC PLAN-5YR1.000.00 EAEA 0.000.001.00 1.0 1.0Extended Service Plan - 5 Years Included See above "SVC PLAN -5 YR" note for description Order Line Notes:- Covers all warranty repair and replacement including material and labor. - Service Labor provided during normal business hours: MON-FRI 8-5PM. -Includes trouble service for all installed LPR equipment including Cameras, hardware, infrastructure troubleshooting , and software issues. -Inclusive of 72 hour response time to assess problem on-site to bring up system to normal status during normal business hours (unless equipment requires replacement). -24 hour response time for initial response and remote log in after notification of service requirement. - Includes semi-annual camera cleaning, re-focusing, and calibration. Exhibit - 4 301 of 304 QUOTATION 1486566 Order Date Order Number 1/3/2017 11:34:21 Page 29 of 29 Quote Expires On 4/16/2017www.safewareinc.com 5641 S. Laburnum Avenue Richmond, VA 23231 USA 804-236-0579 Item ID Item DescriptionRemaining Quantities UOM Di s p . Unit Size Pricing UOM Unit PriceUnit Size Price Extended AllocatedOrdered -Use of specialty equipment such as bucket truck/lift included in annual fees. (if rentals required billed separately at cost plus 10% administrative fees). -Emergency accelerated response times and requested response at other than normal business hours are available at discounted rates of $99/hour during normal business hours and $150/hour for weekend or holidays. -Stock items can be made available at the request of the city. A recommended Major Spares component list can be compiled for the project in order to limit system downtime exposure. -Exclusions of coverage include Acts of Nature, Vandalism, or Misuse. NOTE: Software Maintenance fees for bugs, patches, fixes,upgrades covered separately under Cintel license agreement (SLA). US COM1.000.00 EAEA 0.000.001.00 1.0 1.0US Communities Contract Information Contract number: 4400001839 Standard freight charges for shipments within the continental US are paid. Any Hazardous material charges or expedited freight will be billed. *Agency must be registered with US Communities at www.uscommunities.org SUB-TOTAL:Total Lines:212 2,364,376.97 0.00TAX: 2,364,376.97AMOUNT DUE: Actual freight added per freight terms Exhibit - 4 302 of 304 City of Miami Gardens 18605 NW 27th Avenue Miami Gardens, Florida 33056 Mayor Oliver G. Gilbert III Vice Mayor Erhabor Ighodaro, PH.D. Councilman Rodney Harris Councilwoman Lisa Davis Councilwoman Lillie Q. Odom Councilwoman Felicia Robinson Councilman David Williams Jr. MEMORANDUM TO: Mayor and Council Members FROM: Cameron D. Benson, City Manager DATE: April 12, 2017 RE: Revisions to Employee Policies and Procedures Manual For the past year and half the Administration through the Human Resources Department has been working on revisions to the Employee Policies and Procedures Manual. These revisions incorporate and reflect the current personnel policies, benefits and services available to City of Miami Gardens employees. These revisions are the result of several factors: ratification of the collective bargaining agreements between the City of Miami Gardens and the Police Benevolent Association (PBA), and the City of Miami Gardens and the Federation of Public Employees (FPE); changes in State and Federal Law; and benefits for qualified employees. Below are a few highlights of the changes: Personal Time-Off (PT0): Previously, accrual for PTO for employees who were hired before April 1, 2011 was 1040 hours for full-time employees and 520 hours for part-time employees. Employees who were hired after April 1, 2011 accrued PTO time at 520 hours for full-time employees and 260 hours for part-time employees. The PTO accrual rate has been increased for all non-bargaining unit members to 1040 hours for full-time employees and 520 hours for part-time employees, exclusive of employees who have previously received PTO pay-outs. Additionally, employees will no longer accrue PTO overage. Military Leave: The City of Miami Gardens will voluntarily provide an additional four hundred and eighty (480) hours of paid leave for any national emergency reserve call up, to include all members of the uniformed services. These are in addition to the two hundred and forty (240) hours per calendar year for military training. Pre-employment Drug Testing: As a result of a change in law, only select employees are subject to pre-employment drug testing. CBA – Collective bargaining agreements were entered into between the City of Miami Gardens and the Police Benevolent Association effective from October 1, 2015 through September 30, 2018 as well as the Federation of Public Employees effective from January 14, 2015 through September 30, 303 of 304 Memo to Mayor and Council Members Revised Employee Policies and Procedures Manual April 12, 2017 Page 2 2017. Where provisions of the Employee Policies and Procedures Manual conflict with those of the collective bargaining agreement, the latter shall prevail. Family Medical Leave Act (FMLA) - FMLA has been expanded to include FMLA leave for the spouse, son, daughter, parent or next of kin to take up to 28 workweeks of leave to care for a member of the Armed Forces, including a member of the National Guard or Reserves for enumerated circumstances. Fraternization Policy – The City has incorporated a new Fraternization Policy. C: City Attorney Asst. City Managers Department/Office Directors 304 of 304