Loading...
HomeMy WebLinkAbout24628AGREEMENT INFORMATION AGREEMENT NUMBER 24628 NAME/TYPE OF AGREEMENT CAMILLUS HOUSE, INC. DESCRIPTION AMENDMENT NO. 1 TO GRANT FUNDING AGREEMENT/HOMELESS FUNCTIONAL ZERO PROGRAM/FILE ID: 11161 /R-22-0019/MATTER ID: 23-1564 EFFECTIVE DATE ATTESTED BY TODD B. HANNON ATTESTED DATE 10/17/2023 DATE RECEIVED FROM ISSUING DEPT. 10/17/2023 NOTE DOCUSIGN AGREEMENT BY EMAIL CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: DEPT. CONTACT PERSON: Michael Roman EXT. 1618 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: HUMAN SERVICES IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES ❑ NO TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? ❑ YES ❑ NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY) Budget Modification for already executed ARPA Agreement PURPOSE OF ITEM (BRIEF SUMMARY): ARPA Functional Zero Budget Modification COMMISSION APPROVAL DATE: 01 /13 /2022 FILE ID: 11161 MATTER ID: 23-1564 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: Already approved ROUTING INFORMATION Date PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR PRINT: DAVID GILBER DocuSigned by SIGNATURE: �� �� g9g6E458(3 SUBMITTED TO RISK MANAGEMENT PRINT: ANN-MARIE SHW SIGNATURE: PRINT: VICTORIA MEN$cuSigneSC631'S'29d SIGNATURE: ,Signed FralAk �- 39' `- b b SUBMITTED TO CITY ATTORNEY APPROVAL BY ASSISTANT CITY MANAGER PRINT: NATASHA COLEBROOK-W�LLSIAMS SIGNATURE: F 1 EF96AfOFE ocu igned [IVAIA44. RECEIVED BY CITY MANAGER PRINT: ART NORIEGA SIGNATURE: G4670(997-§ ,-DocuSigned by t1r(LuAY 141 "--850CF6C372DD PRINT: SIGNATURE: PRINT: SIGNATURE: PRINT: SIGNATURE: 1) ONE ORIGINAL TO CITY CLERK, 2) ONE COPY TO CITY ATTORNEY'S OFFICE, 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER 4E1... wt(.17 E7... DS 57... 41 B... 2A... AMENDMENT NO. 1 TO THE CAMILLUS HOUSE, INC. THE AMERICAN RESCUE PLAN ACT OF 2021 ("ARPA") GRANT FUNDING AGREEMENT RESOLUTION: R-22-0019 This First Amendment to the American Rescue Plan Act ("ARPA") Grant Funding Agreement ("First Amendment") is entered into this day of , 2023 between the City of Miami, a municipal corporation of the State of Florida ("City") and Camillus House, Inc., a Florida not for profit corporation ("Provider"). The City and Provider may be referred to individually as a "party" or collectively as the "parties." RECITALS WHEREAS, pursuant to Resolution No. R-22-0019 adopted on January 13, 2022, the City of Miami Commission awarded Provider Two Million and 00/100 Dollars ($2,000,000.00) for supportive housing and other services for individuals experiencing homelessness, for the Lazarus/Matt Talbot programs for substance misuse treatment and mental health services, to provide support for individuals who have experienced a negative economic impact from the COVID-19 public health emergency by providing culinary arts and hospitality job training for unemployed individuals, and to provide support for individuals who have experienced a negative economic impact from COVID-19 public health emergency by providing construction tradesman job training for unemployed individuals; and WHEREAS, the City and Provider entered into the American Rescue Plan Act ("ARPA") Grant Funding Agreement ("Agreement") for the implementation of the Program as defined therein; and WHEREAS, the Provider has requested to reallocate funding into its rapid rehousing program as currently decribed in Exhibit B of the Agreement and WHEREAS, the City belvies it is in the best interest of the parties to enter into this First Amendment; NOW, THEREFORE, in consideration for the covenants set forth herein and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties hereto agree as follows: 1. All of the above recitals are true and correct in all respects and are incorporated by reference herein as though set forth in full herein. 2. "Exhibit B" of the Agreement is amended with the "Exhibit B — Amended" attached to this First Amendment and incorporated herein by this reference. 3. "Exhibit C" of the Agreement is amended with the "Exhibit C -Amended" attached to this Amendment and incorporated herein by this reference. 4. Section 1.1 of the Agreement, titled "EXHIBITS" is amended to reflect the following exhibit list: Exhibit A Corporate Resolution Authorizing Execution of this Agreement Exhibit B-Amended Scope of Services Exhibit C-Amended Compensation and Budget Summary Exhibit D Certification Regarding Lobbying Form Exhibit E Certification Regarding Debarment, Suspension and other Responsibility Matters (Primary Covered Transactions Form) Exhibit F Crime Entity Affidavit Exhibit G Insurance Requirements Exhibit H Programmatic Reporting Requirements 5. All other references in the Agreement to "Exhibit B" and "Exhibit C" shall now refer "Exhibit B — Amended" and "Exhibit C — Amended," both of which are attached to and incorporated herein this First Amendment. 6. Except as modified herein, all other terms and conditions of the Agreement shall remain unmodified and in full force and effect. 7. This First Amendment may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same First Amendment. The parties shall be entitled to sign and transmit an electronic signature of this First Amendment (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed First Amendment upon request. 8. This First Amendment may not be amended, suspended, superseded or otherwise modified except by a written instrument, expressly identifying the modifications made and signed by the authorized representative of each of the parties. Remainder of page intentionally left blank. [Signatures on the Following Page] IN WITNESS WHEREOF, the parties hereto have caused this First Amendment to be executed by their respective officials thereunto duly authorized on the date above written. ATTEST: Signati fe /mil n yor iGaye- Legibly print name PROVIDER: CAMILLUS HOUSE, INC., a Florida not for profit corporation By:66101441-ie'R Print Name: Hilda M. Fernandez Title: Chief Executive Officer CITY: CITY OF MIAMI, a municipal ATTEST: Corporation of the State of Florida DocuSigned by: L &AY Nolntia, 850CF6C372DD42A... Arthur Noriega V City Manager Date: DocuSigned by: E46D7560DCF1459... DocuSigned by: Todd Hannon City Clerk Date: APPROVED AS TO INSURANCE APPROVED AS TO FORM AND REQUIREMENTS DocuSigned by: DocuSigned by: ritt.4 aeoxtijFratAk 273950531132140 .\ 27395C6318214E7 .. Ann -Marie Sharpe Date: Director (—DS CORRECTNESS: DocuSigned by: 'Cd"-(3-1—>‘jr.12 F1EF90AF6FE0457.:. Victoria Mendez City Attorney Date: EXHIBIT B SCOPE OF SERVICES HOMELESS FUNCTIONAL ZERO PROGRAM (Detailed description of the scope of services must be provided for each service/program) I. Eight Hundred Thousand Dollars ($800,000.00) for supportive housing and other services for individuals experiencing homelessness A. Short-term Stay Beds —10 beds ($127,750) 1. SCOPE OF SERVICES Camillus House will provide 10 short-term stay (overnight) emergency shelter beds to street homeless individuals identified by City of Miami Police (HEAT Team). Beds will be made available for use and flat monthly rate of $10,646 (10 x 35 x 365/12) for one year. a. SERVICE PERIOD Overnight emergency shelter services will be offered from November 1, 2021 through October 30, 2022. b. CONTRACT GOALS Provide safe overnight shelter for persons referred by the City of Miami Police (HEAT Team), as an engagement into long term stay beds (as available) c. ELIGIBILITY REQUIREMENTS Clients eligible for the Program must be: i. Homeless and in need of emergency shelter services ii. Referred through Miami Police (HEAT Team) for placement into a bed d. SERVICE AREA/LOCATIONS/TIMES The program will be located at the Camillus House Norwegian Cruise Line (NCL), located at 1603 NW 7th Avenue, Miami, Florida 33136. Supervised shelter services shall be provided twenty-four (24) hours a day, seven (7) days a week. 1 2. SERVICE TASKS To support the program goals the following tasks will be completed for the contract period: Camillus will emergency shelter on an as needed basis to persons referred by the City of Miami Police who are in need of short-term housing and care coordination. Clients in shelter will receive: a. Overnight shelter in assigned beds b. Basic hygiene services — shower and change of clothing c. Up to three meals a day (dependent on time of entry) d. Case management referral to facilitate enrollment in longer -term shelter B. Rapid Rehousing (RRH) Mobile Team ($672,250) 1. SCOPE OF SERVICES The Camillus RRH mobile team will provide move -in costs (security deposits, first & last month rents), recurring rents, utility deposits and/or recurring utility bills, landlord incentives, housing application fees, legal fees, moving costs, etc. those experiencing homelessness (sheltered/unsheltered) in the City of Miami. Referrals will be made through the CoC's coordinated entry process. This team will work with the City of Miami Police HEAT Teams, City of Miami Homeless Outreach as well as Camillus Specialized Outreach and the Camillus House Day Center to identify and serve RRH clients. Services will be provided for two years at a cost of $336,125 per year. a. SERVICE PERIOD Program services will be offered from July 1, 2022 through June 30, 2024. b. MAJOR CONTRACT GOALS Enroll on -street clients in rapid rehousing services with the goal of moving them from the streets to housing. Outcome: c. ELIGIBILITY REQUIREMENTS Clients eligible for the Program must be: i. Homeless on the streets of the City of Miami ii. Identified by Outreach as engaged and ready to look for housing 2 d. SERVICE AREA/LOCATIONS/TIMES The program office will be located at the Camillus House Norwegian Cruise Line (NCL), located at 1603 NW 7th Avenue, Miami, Florida 33136. Services will take place at this location and on street with homeless clients. 2. SERVICE TASKS To support the program goals the following tasks will be completed for the contract period: The Camillus RRH Mobile team will engage with homeless individuals on the street to e. Assess document readiness for referral and placement into a rapid rehousing program f. Work with on -street clients to obtain all the required documentation needed for enrollment in rapid rehousing g. Work with RRH program staff and the client to secure housing h. Assist the RRH team with moving clients into housing i. Assess and refer clients for RRH clinical services if needed II. Four Hundred Thousand Dollars ($400,000.00) for the Lazarus/Matt Talbot programs for substance misuse treatment and mental health services A. Specialized Outreach (Lazarus/Matt Talbot) Expansion 1. SCOPE OF SERVICE This component will provide specialized outreach services targeting the on -street homeless with severe mental illness and substance use disorders in the City of Miami. Through coordinated street outreach activities, the project will engage the hardest to serve mentally ill, chronically homeless, and/or substance users in the on -street population, in their environment, and facilitate access to the healthcare and social services delivery system. This team will support the existing Lazarus team and expand the services available in the City of Miami. a. SERVICE PERIOD Program services will be offered from July 1, 2022 through June 30, 2024. b. CONTRACT GOALS This specialized outreach initiative seeks to engage, assess, treat (medically and mentally) and secure housing placement for persons who are chronically homeless, vulnerable or both in to establish rapport and 3 enroll them in housing and behavioral health services. Outcome: • At least 50% of those enrolled become housed a. ELIGIBILITY REQUIREMENTS Clients eligible for the Program must be: i. Homeless on the streets of the City of Miami ii. Chronically homeless with mental illness or substance users. b. SERVICE AREA/LOCATIONS/TIMES The program office will be located at the Camillus House Norwegian Cruise Line (NCL), located at 1603 NW 7th Avenue, Miami, Florida 33136. Services will be provided on streets in the City of Miami. 2. SERVICE TASKS To support the program goals the following tasks will be completed for the contract period: a. The Specialized Outreach team will work with City of Miami Outreach, City of Miami Police HEAT Teams to identify potential participants or identify them on street b. Camillus Specialized Outreach will seek to engage potential participants on street through encounters c. Once engaged , Camillus SO will assess individuals for service and behavioral health needs d. Establish rapport through regular interaction e. Obtain Consent and Develop comprehensive, evolving client -specific case plans f. Implement case plans which may include treatment, benefits assistance, housing and other services 1. a. Four Hundred Thousand Dollars ($400,000.00) to provide support for individuals who have experienced a negative economic impact from the COVID-19 public health emergency by providing culinary arts and hospitality job training for unemployed individuals 4 B. Culinary Art, Maintenance and Life Skills Training 3. SCOPE OF SERVICE For the program years July 1, 2022 to June 30, 2024, the following training options to individuals in Camillus House programs. 1. Kitchen Cook Employment Training 2. Maintenance Employee Training 3. Camillus YOUniversity Life Skills Workshops a. SERVICE PERIOD Program services will be offered from July 1, 2022 through June 30, 2024. b. CONTRACT GOALS This component seeks to provide homeless individuals with the necessary skills training for entry into a career in the hospitality and culinary industries; (2) helps address current and future labor shortages; (3) increases participants' employment opportunities upon course completion. Graduates are ready to perform the acquired job skills and customer relations skills at a new level of service excellence and are prepared for entry level employment within in the industry. Outcome: • At least 80% of each culinary arts and maintenance training cohort will complete training • At least 80% of those completing culinary arts and maintenance training become gainfully employed c. ELIGIBILITY REQUIREMENTS Clients eligible for the Program must be: iii. Client enrolled in Camillus House programs d. SERVICE AREA/LOCATIONS/TIMES Program services will be offered at the Camillus House Norwegian Cruise Line (NCL), located at 1603 NW 7th Avenue, Miami, Florida 33136. 4. SERVICE TASKS To support the program goals the following tasks will be completed for the contract period: g. Culinary Arts (1 cohort per year of maximum 15 per cohort for 7 weeks/168 hrs) 5 - Orientation and workforce readiness training - Classroom instruction, hands-on kitchen lab training, food safety and sanitation training, catering, industry related workforce readiness training - American Hotel & Lodging Educational Institute (AHLEI) testing and Kitchen Cook certification (if the participant achieves a score of 70% or better on the written exam graded by AHLEI) - State mandated Florida Safe Staff Food Handler Certification - Certificate of Completion h. Hotel Maintenance (1 cohort per year of a maximum of 15 persons per cohort for 4 weeks/64 hrs per cohort) Orientation and workforce readiness training Classroom instruction, hands-on basic maintenance skills training, workplace safety training, industry related workforce readiness training - AHLEI testing and Maintenance Employee certification (if the participant achieves a score of 70% or better on the written exam graded by AHLEI) Certificate of Completion i. Three 2-hour workshops biweekly (every two weeks) over two years. - Workshop One: Interpersonal skills/ solving interpersonal problems (conflict resolution) and Time Management - Workshop Two: Computer Literacy - Workshop Three: Social Diversity, Cross -Cultural Skills and Cooking 101 b. Four Hundred Thousand Dollars ($400,000.00) to provide support for individuals who have experienced a negative economic impact from the COVID-19 public health emergency by providing construction tradesman job training for unemployed individuals C. Construction Trades Training 5. SCOPE OF SERVICE For the program years July 1, 2022 to June 30, 2024, the following training options to individuals in Camillus House programs: 1. Construction Trades Training - Construction Craft Laborer Level One a. SERVICE PERIOD Services will be offered from October 1, 2021 through June 30, 2024. 6 b. CONTRACT GOALS This component seeks to provide homeless individuals with the necessary skills training for entry into a career in the construction industry; (2) helps address current and future labor shortages; (3) increases participants' employment opportunities upon course completion. Graduates are ready to perform the acquired job skills at a new level of expertise and are prepared for entry level employment within in the industry. Outcome: • At least 80% of each construction trades training cohort will complete training • At least 80% of those completing construction trades training become gainfully employed e. ELIGIBILITY REQUIREMENTS Clients eligible for the Program must be: iv. Client enrolled in Camillus House programs f. SERVICE AREA/LOCATIONS/TIMES Program services will be offered at the Camillus House Norwegian Cruise Line (NCL), located at 1603 NW 7th Avenue, Miami, Florida 33136. 6. SERVICE TASKS To support the program goals the following tasks will be completed for the contract period: j. Construction Trades (1 cohort per year of maximum 20 per cohort for 14 weeks) Orientation to the trade Classroom instruction, hands-on construction trades training including overview of the building materials used by carpenters, properties of concrete, handling/placing of concrete, site layout, foundations, construction math, hand and power tools, construction drawings, rigging and material handling Basic safety — construction site safety orientation Basic Communication Skills Basic Employability skills Certificate of Completion 7 12-month budget PROJECT DESCRIPTION: PROJECT TYPE: POPULATION FOCUS: Exhibit C Rapid Rehousing Mobile Team (2 teams cost; adjusted staffing approach) Rapid Rehousing On -street Homeless in the City of Miami who are shelter resistant but qualify for RRH RRH Mobile Team (Original Budget) Budget 6-7-2023 Unit Cost FTEs Budget ($) Notes Salaries Program Supervisor 65,000 0.05 3,250 3,250 Supervised by Lazarus Supervisor Case Manager (Outreach) 42,000 2.00 84,000 84,000 Case Manager (Housing) 40,000 1.00 40,000 Peer Specialist 35,000 - Housing Navigator 44,000 1.00 44,000 44,000 Employment Specialist 40,000 - - Match Subtotal salaries $ 131,250 $ 171,250 Benefits and payroll taxes (FICA, Unempl, WC, Health, Life/disab,403b) % 28% $ 36,750 $ 47,950 Subtotal benefits and payroll taxes $ 36,750 $ 47,950 Other expenses Transportation $ 6,300 $ 6,200 Leasing, Insurance, gas, tools, maintenance Office Space Rental 7,000 Leasing for Outreach/RRH Mobile/SSO for RRH shared space Office/Program Supplies 2,400 2,400 $200/mth for 12 months Direct and ancillary Support (Furniture/furnishing etc.) 7,996 78,000 furniture, furnishings, move -in expenses, rental subsidy, utilities deposits, utitlity subisdy, legal fees, ID retrieval,life skills/job training & supports, bus passes, medication etc. IT Equipment & Supports 3,000 4,200 Computers, software, wifi cards, printers, peripherals, office phone Cell phone 2,675 $60 per months plus phone cost Subtotal other expenses $ 26,696 $ 93,475 Subtotal Expenses $ 194,696 $ 312,675 Indirect costs @7.5% $ 14,602 $ 23,450 TOTAL $ 209,298 $ 336,125 # i1:1111 1111 1 111011 i16. nK CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Human Services DEPT. CONTACT PERSON: Michael Roman EXT. 1618 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Camillus House IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL ❑YES PI NO OTAL CONTRAC T AMOUNT: $2 000,000 FUNDING INVOLVED? ® YES ❑ NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY): American Rescue Plan Act (ARPA) Funds PURPOSE OF ITEM (BRIEF SUMMARY): Functional Zero Initiative to provide support to homeless providers and move towards zero homeless in the City of Miami COMMISSION APPROVAL DATE: 01/13/2022 FILE ID:11161 ENACTMENT NO.: IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION APPROVAL BY DEPARTMENTAL DIRECTOR SUBMITTED TO RISK MANAGEMENT SUBMITTED TO CITY ATTORNEY APPROVAL BY ASSISTANT CITY MANAGER APPROVAL BY DEPUTY CITY MANAGER RECEIVED BY CITY MANAGER 1) ONE ORIGINAL TO CITY CLERK, 2) ONE COPY TO CITY ATTORNEY'S OFFICE, 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT Date 7/25/22 8/4/22 5I Ic/z22.. PLEASE PRINT AND SIGN PRINT: William Porro SIGNATURE: PRINT: Gomez, SIGNATURE rank SIGNATURED for ovz.� Digitally signed by Gomez, Frank Date: 2022.07.25 14;27:26-04'00' PRINT: ijc.140 i.eCieLnicok -�1; SIGNATURE: ev. PRINT: SIGNATURE: PRINT: SIGNATURE: PRINT: SIGNATURE: PRINT: SIGNATURE: PRINT: SIGNATURE: 1 ('•C.i4KcS PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER CITY OF MIAMI, FLORIDA OFFICE OF MANAGEMENT AND BUDGET THE AMERICAN RESCUE PLAN ACT OF 2021 ("ARPA") GRANT FUNDING AGREEMENT This Agreement (hereinafter the "Agreement") is entered into this day of , 2022, between the City of Miami, a municipal corporation of the State of Florida (hereinafter the "CITY"), & Camillus House, Inc. a Florida Not for Profit Corporation (hereinafter referred to as the "PROVIDER"). FUNDING SOURCE: United States Department of the Treasury CFDA# (If applicable): AMOUNT: $ 2,000,000.00 TERM OF AGREEMENT: See Section 3.2 PROJECT NUMBER: DUNS NUMBER: 130769149 AGENCY'S ADDRESS: 1603 NW 7th Avenue Miami, FL 33136 1 WITNESSETH WHEREAS, the scope of services described in the Agreement are authorized through the Act and the Resolution, with funding from the United States Department of the Treasury; and WHEREAS, the City Commission of the City of Miami authorized the City Manager to execute the necessary agreements with the PROVIDER so that PROVIDER can provide the following services/programs: • Eight Hundred Thousand Dollars ($800,000.00) for supportive housing and other services for individuals experiencing homelessness; Four Hundred Thousand Dollars ($400,000.00) for the Lazarus/Matt Talbot programs for substance misuse treatment and mental health services; Four Hundred Thousand Dollars ($400,000.00) to provide support for individuals who have experienced a negative economic impact from the COVID-19 public health emergency by providing culinary arts and hospitality job training for unemployed individuals; Four hundred thousand dollars ($400,000,00) to provide support for individuals who have experienced a negative economic impact from the COVID-19 public health emergency by providing construction tradesman job training for unemployed individuals; and WHEREAS, the parties hereto have agreed to the terms and conditions set forth herein; NOW, THEREFORE, in consideration of the mutual covenants and obligations herein set forth, the parties understand and agree as follows: ARTICLE T EXHIBITS AND DEFINITIONS 1.1 EXHIBITS, Attached hereto and forming a part of this Agreement are the following Exhibits: Exhibit A Corporate Resolution Authorizing Execution of this Agreement Exhibit B Scope of Services Exhibit C Compensation and Budget Summary Exhibit D Certification Regarding Lobbying Form Exhibit E Certification Regarding Debarment, Suspension and other Responsibility Matters (Primary Covered Transactions Form) Exhibit F Crime Entity Affidavit 2 Exhibit G Exhibit H Insurance Requirements Programmatic Reporting Requirements 1.2 DEFINED TERMS. As used herein the following terms shall mean: Funds: The 2,000000.QO paid to PROVIDER in exchange for PROVIDER completing the activities described in the Scope of Services set forth in Exhibit B. reellnent: Records: Any and all books, records, documents, information, data, papers, letters, materials, and computerized or electronic storage data and media, whether written, printed, computerized, electronic or electrical, however collected or preserved, which is or was produced, developed, maintained, completed, received or compiled by or at the direction of the PROVIDER or any subcontractor in carrying out the duties and obligations required by the terms of this Agreement, including, but not limited to, financial books and records, ledgers, drawings, maps, pamphlets, designs, electronic tapes, computer drives and diskettes or surveys. CFR: Code of Federal Regulations. Department: The City of Miami Office of Management and Budget or its designee. Federal Award; Any federal funds received by the PROVIDER from any source during the period of time in which the PROVIDER is performing the obligations set forth in this Agreement. Program CITY' s Homeless Functional Zero Program which is pursuant to the American Rescue Plan Act of 2021, Pub, L. No. 117-2 (March 11, 2021) (the "Act"), 31 CFR Part 35 ("Final Rule"), and by City of Miami's City Commission through Resolution No. R-22-0019 (the "Resolution") with funding from the United States Department of the Treasury Treasury The United States Department of the Treasury. ARTICLE II BASIC REOUIREME:NT . The following documents must be approved by the CITY and must be on file with the Department prior to the CITY's execution of this Agreement: 3 2.1 The Scope of Services submitted by the PROVIDER to the CITY which shall become attached hereto as Exhibit "B" to this Agreement and shall include the following: 2,1.1 The description section shall detail the activities and/or services to be carried out by the PROVIDER and the goals of the activities and/or services being provided. It should specifically describe the activities and/or services to be carried out as a result of the expenditure of Funds. Where appropriate it should list measurable objectives, provide metrics, define the who, what, where and when of the services and/or project, and in general detail how these activities will ensure that the intended beneficiaries will be served, 2.1.2 The schedule should provide projected milestones and deadlines for the accomplishment of tasks in carrying out the Scope of Services. These projected milestones and deadlines are a basis for measuring actual progress during the term of this Agreement. These items shall be in sufficient detail to provide a sound basis for the CITY to effectively monitor performance by the PROVIDER under this Agreement. 2.1.3 A Statement of Need should be provided and, if available, it is recommended to provide any applicable data and source citations for said data. 2.1.4 The Scope of Services should provide a Project/Program Objective which shall include the population being served and any applicable and available demographic information, 2.1.5 Identify any key factors of the Scope of Services that demonstrate why the activities and/or services are eligible for ARPA Funding. 2.1.6 If the Scope of Services uses evidence -based interventions, the PROVIDER must provide the evidence base for the interventions that are ARPA funded. PROVIDER shall identify the total dollar amount of the Award allocated towards evidence - based interventions in the Budget Summary identified in Section 2.2 of this Agreement. 2.1.7 The PROVIDER shall include an estimated project timeline for the activities and/or services identified in, the Scope of Services. Said project timeline shall be in accordance with Section 3.2 of this Agreement. 2.2 The Budget Summary attached hereto as Exhibit "C", including the PROVIDER's Itemized Budget, Cost Allocation, Budget Narrative, Staff Salaries Schedule and a copy of all subcontracts, 2.3 A list of the PROVIDER's present officers and members of the Board (names, addresses, and telephone numbers.) 2,4 A list of key staff persons (with their titles) who will carry out the Scope of Services. 2.5 Completion of an Authorized Representative Statement, in a form acceptable to the CITY. 2.6 Completion of a Statement of Accounting System. 4 2.7 A copy of the PROVIDER'S corporate personnel policies and procedures, 2.8 Job description and resumes for all positions funded in whole or in part under this Agreement. 2.9 Copy of the PROVIDER's last federal income tax return (IRS Form 990). 2.10 The following corporate documents: (i) Bylaws, resolutions, and incumbency certificates for the PROVIDER, certified by the PROVIDER's Corporate Secretary, authorizing the consummation of the transactions contemplated hereby, all in a form satisfactory to the CITY. 2.11 Acceptance of federal requirements applicable to the Program under 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards; acceptance of the requirements contained under the Act and Lead Based Paint regulations under 24 CFR Part 35. 2.12 ADA Requirements. 2.13 Drug Free Certification. 2.14 All other documents reasonably required by the CITY. ARTICLE III TER AND PROCEDURES 3.1 CITY AUTHORIZATION, For the purpose of this Agreement, the Department will act on behalf of the CITY in the fiscal control, programmatic monitoring and modification of this Agreement, except as otherwise provided in this Agreement. 3.2 EFFECTIVE DATE AND TERM: The effective date of this Agreement is the date that the City Clerk signs this Agreement ("Effective Date"). The term of this Agreement shall commence on the Effective Date and shall expire one (1) year thereafter unless extended per written agreement by both parties. Pursuant to the Final Rule, the funds must be expended by December 31, 2026 and therefore this Agreement shall not be extended beyond said date. The term of this Agreement may be amended, modified, or subject to termination in the event the Final Rule amends the timeframe for which the funds must be expended. 3.3 OBLIGATIONS Of PROVIDER. The PROVIDER shall carry out the services and activities as prescribed in its Scope of Services, attached hereto and incorporated herein as Exhibit "B" ("Scope of Services"), which is attached and incorporated herein and made a part of this Agreement, in a manner that is lawful, and satisfactory to the CITY, and in accordance with the written policies, procedures, and requirements as prescribed in this Agreement, and as set forth by the Treasury and the CITY. 3.4 POLICIES AND .PROC.EDURI: S, This Agreement is subject to the current Federal requirements and/or regulations under the Act or otherwise, as may be amended. The PROVIDER 5 is aware of and accepts the Act, the Final Rule, and the Programmatic Reporting Requirements, which is attached hereto and incorporated herein as Exhibit "H," (collectively, "Policies and Procedures"), as the official documents that outline the fiscal, administrative, and federal guidelines that shall regulate the day-to-day operations of the PROVIDER. The Policies and Procedures are incorporated herein and made part of this Agreement. The CITY reserves the right to update the Policies and Procedures, or any portion thereof, in the CITY's sole and absolute discretion. The updated version(s) of the Policies and Procedures shall be incorporated and made a part of this Agreement. 3.5 LEVEL OF SERVICE. Should start-up time for the Scope of Services be required or in the event of the occurrence of any delays in the activities thereunder, the PROVIDER shall immediately notify the Department in writing, giving all pertinent details and indicating when the Scope of Services shall begin and/or continue. It is understood and agreed that the PROVIDER shall maintain the level of activities and expenditures in existence prior to the execution of this Agreement. Any activities funded through or as a result of this Agreement shall not result in the displacement of employed workers, impair existing agreements for services or activities, or result in the substitution of funds allocated under this Agreement for other funds in connection with work which would have been performed in the absence of this Agreement. 3.6 PRIOR APPROVAL.. The PROVIDER shall obtain the prior approval of the CITY prior to undertaking any of the following with respect to the project and/or. the Scope of Services: • The addition of any positions not specifically listed in the approved Itemized Budget. • The modification or addition of any job descriptions. The purchase of any non -expendable personal property. 1 The disposition of any real property, expendable personal property or any non - expendable personal property. Any out-of-town travel not specifically listed in the Itemized Budget. The use of Funds in any manner not specifically listed in the Itemized Budget. Any proposed Solicitation Notice, Invitation. for Bids, and Request for Proposals. • The disposal of any Agreement Records. ARTICLE IV FUNDING AND DISBURSEMENT REQUIREMENTS 4.1 cQMPENSATION. The amount of compensation payable by the CITY to the PROVIDER shall be pursuant to the rates, schedules and conditions described in. Exhibit "C" attached hereto and incorporated into this Agreement. 4.2 INSURANCE. At all times during the term hereof, the PROVIDER shall maintain insurance acceptable to the CITY. Prior to commencing any activity under this Agreement, the PROVIDER. shall furnish to the CITY original certificates of insurance indicating that the PROVIDER is in compliance with the provisions described in Exhibit "G" attached hereto, and incorporated into this Agreement. 6 4.3 FINANCIAL ACCOUNTA131LrF . The CITY reserves the right to audit the records of the PROVIDER at any time during the performance of this Agreement and for a period of five (5) years after its expiration/termination. The PROVIDER agrees to provide all financial and other applicable records and documentation of services to the CITY. Any payment made shall be subject to reduction for amounts included in the related invoice which are found by the CITY, on the basis of such audit and at its sole discretion, not to constitute reasonable and necessary expenditures. Any payments made to the PROVIDER are subject to reduction for overpayments on previously submitted invoices. 4.4 RECAPTURE OF,l;'I NDS. The CITY reserves the right to recapture Funds in the event that the PROVIDER shall fail: (i) to comply with the terms of this Agreement, or (ii) to accept conditions imposed by the CITY at the direction of the federal, state, and local governments and/or agencies. 4.5 CONTINGENCY CLAUSE. Funding pursuant to this Agreement is contingent on the availability of funds and continued authorization for Program activities, and is also subject to amendment or termination due to lack of funds or authorization, reduction of funds, and/or changes in rules, laws, federal guidance, rules, laws, and regulations. ARTICLE V AUDIT REQUIREMENTS 5.1 As a necessary part of this Agreement, the PROVIDER shall adhere to the following audit requirements: 5.1.1 If the PROVIDER expends $750,000 or more in federal funds during its fiscal year, it shall have a Single or a Program -Specific Audit conducted for that year. Such Audit must be conducted in accordance with General Accepted Government Auditing Standards (GAGAS.) a) Lte it. A single audit must be conducted in accordance with the applicable requirements of 2 CFR 200.514 "Scope of Audit", except when the PROVIDER elects to have a Program -Specific Audit conducted in accordance with paragraph b) of this section. b) P.., .�' am-S l eel fie Audit. When a PROVIDER expends Federal Awards under only one federal program and the federal program's statutes, regulations, or the terms and conditions of the Federal Award do not require a financial statement audit of the PROVIDER, the PROVIDER may elect to have a Program -Specific Audit conducted in accordance with the applicable requirements of 2 CFR 200.507 "Program -Specific Audits". The auditor must: 7 (i) Perform an audit of the financial statement(s) for the Federal program in accordance to GAGAS; (ii) Obtain an understanding of internal controls and perform tests of internal controls over the Federal program consistent with the applicable requirements of 2 CFR 200.514(c) to ensure compliance with procedures; (iii) Perform procedures to determine whether the PROVIDER has complied with Federal statutes, regulations, and the terms and conditions of Federal Awards that could have a direct and material effect on the Federal program consistent with the applicable requirements of 2 CFR 200.514(d); (iv) Follow up on prior audit findings, perform procedures to assess the reasonableness of the summary schedule of prior audit findings prepared by the PROVIDER in accordance with the applicable requirements of 2 CFR 200.511 "Audit findings follow-up", and report, as a current year audit finding, when the auditor concludes that the summary schedule of prior audit Endings materially misrepresents the status of any prior audit finding; and (v) Report any audit findings consistent with the applicable requirements of 2 CFR 200.516 "Audit findings". The auditor's report(s) must state that the audit was conducted in accordance with the applicable requirements of 2 CFR 200.507 "Program -Specific Audits" and include the following: (i) An opinion (or disclaimer of opinion) as to whether the financial staternent(s) of the Federal program is presented fairly in all material respects in accordance with the stated accounting policies; (ii) A report on internal control related to the Federal program, which must describe the scope of testing of internal control and the results of the tests; (iii) A report on compliance which includes an opinion (or disclaimer of opinion) as to whether the PROVIDER complied with laws, regulations, and the terms and conditions of Federal Awards which could have a direct and material effect on the Federal program; and (iv) A schedule of findings and questioned costs for the Federal program that includes a summary of the auditor's results relative to the Federal program in a format consistent with 2 CFR 200.515 "Audit reporting", paragraph (d)(1) and findings and questioned costs consistent with the requirements of 2 CFR 200.515 "Audit reporting", paragraph (d)(3). 5 1.2 If the PROVIDER expends less than $750,000 in federal funds during its fiscal year, it is exempted from federal audit requirements for that year and consequently 8 the audit cost is not a reimbursable expense. The CITY, however, may request the PROVIDER to have a limited scope audit for monitoring purposes. These limited scope audits will be paid for and arranged by the CITY and address only one or more of the following types of compliance requirements: activities allowed or unallowed; allowable costs/cost principles; eligibility; matching, level of effort, earmarking; and, reporting. All reports presented to the CITY shall, where applicable, include sufficient information to provide a proper perspective for judging the prevalence and consequences of the findings, such as whether an audit finding represents an isolated instance or a systemic problem. Where appropriate, instances identified shall be related to the universe and the number of cases examined and quantified in terms of dollar value. ARTICLE VI RECORDS AND REPORTS 6.1 The PROVIDER shall establish and maintain sufficient records to enable the CITY to determine whether the PROVIDER has met the requirements of the Program. At a minimum, the following records shall be maintained by the PROVIDER: 6.1.1 Records providing a full description of each activity assisted (or being assisted) with Funds, including its location (if the activity has a geographical locus), the amount of Funds budgeted, obligated and expended for the activity, and the specific provision in the Program regulations under which the activity is eligible. 6.1.2 Records demonstrating that client meet eligibility criteria set forth in the Policies and Procedures and the Resolution, and that such information is provided in the form required in same. 6.1.3 Equal Opportunity Records containing: (i) Data on the extent to which each racial and ethnic group and single -headed households (by gender of household head) have applied for, participated in, or benefited from, any program or activity funded in whole or in part with Funds. Such information shall be used only as a basis for further investigation relating to compliance with any requirement to attain or maintain any particular statistical measure by race, ethnicity, or gender in covered programs. (ii) Financial records, in accordance with the applicable requirements of the Final Rule. 6.1.4 Records required to be maintained in accordance with other applicable laws and regulations set forth in the Final Rule. 6.2 RETENTION AND ACCESSIBILITY OF RECORDS. 9 6.2.1 The Department shall have the authority to review the PROVIDER's records, including project and programmatic records and books of account, for a period of five (5) years from the expiration/termination of this Agreement (the "Retention Period"). All books of account and supporting documentation shall be kept by the PROVIDER at least until the expiration of the Retention Period. The PROVIDER shall maintain records sufficient to meet the requirements of the Final Rule. All records and reports required herein shall be retained and made accessible as provided thereunder. The PROVIDER further agrees to abide by Chapter 119, Florida Statutes, as the same may be amended from time to time, pertaining to public records. The PROVIDER shall ensure that the Agreement Records shall be at all times subject to and available for full access and review, inspection and audit by the CITY, federal personnel and any other personnel duly authorized by the CITY. The parties hereto further agree that any of the obligations in this section will survive the term, termination, and cancellation hereof IF PROVIDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO PROVIDER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT AS A PUBLIC CONTRACT, PLEASE CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT TELEPHONE NUMBER 305-416-1800, EMAIL: PUBLICRECORDS@MIAMIGOV.COM, AND MAILING ADDRESS: PUBLIC RECORDS C/O OFFICE OF THE CITY ATTORNEY, 9TH FLOOR, MIAMI RIVERSIDE CENTER, 444 S.W. 2ND AVENUE, MIAMI, FLORIDA 33130 OR THE DEPARTMENT'S CUSTODIAN OF RECORDS AT THE OFFICE OF MANAGEMENT AND BUDGET, 444 SW 2Nn AVENUE, 5' FLOOR, MIAMI, FL 33130. 6.2.2 The PROVIDER shall include in all the Department approved subcontracts used to engage subcontractors to carry out any eligible substantive project or programmatic activities, as such activities are described in this Agreement and defined by the Department, each of the record -keeping and audit requirements detailed in this Agreement. The Department shall in its sole discretion determine when services are eligible substantive project and/or programmatic activities and subject to the audit and record -keeping requirements described in this Agreement. 6.2.3 If the CITY or the PROVIDER has received or given notice of any kind indicating any threatened or pending litigation, claim or audit arising out of the activities pursuant to the project, the activities and/or the Scope of Services or under the terms 10 of this Agreement, the Retention Period shall be extended until such time as the threatened or pending litigation, claim or audit is, in the sole and absolute discretion of the Department fully, completely and finally resolved. 6.2.4 The PROVIDER shall notify the Department in writing both during the term of this Agreement and after its expiration/termination as part of the final close-out procedure, of the address where all Agreement Records will be retained. 6.2.5 The PROVIDER shall obtain the prior written consent of the Department to the disposal of any Agreement Records within one year after the expiration of the Retention Period. 6.3 PROVISION OF RECORDS. 6.3.1 At any time upon request by the Department, the PROVIDER shall provide all Agreement Records to the Department. The requested Agreement Records shall become the property of the Department without restriction, reservation, or limitation on their use. The Department shall have unlimited rights to all books, articles, or other copyrightable materials developed in the performance of this Agreement. These rights include the right of royalty -free, nonexclusive, and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, the Scope of Services for public purposes. 6.3.2 If the PROVIDER receives funds from, or is under regulatory control of, other governmental agencies, and those agencies issue monitoring reports, regulatory examinations, or other similar reports, the PROVIDER shall provide a copy of each such report and any follow-up communications and reports to the Department immediately upon such issuance, unless such disclosure would be prohibited by any such issuing agency. 6.4 MONITORING. The PROVIDER shall permit the Department and other persons duly authorized by the CITY or Department to inspect all Agreement Records, facilities, goods, and activities of the PROVIDER which are in any way connected to the activities undertaken pursuant to the terms of this Agreement, and/or interview any clients, employees, subcontractors or assignees of the PROVIDER. Following such inspection or interviews, the Department will deliver to the PROVIDER a report of its findings. The PROVIDER will rectify all deficiencies cited by the Department within the specified period of time set forth in the report or provide the Department with a reasonable justification for not correcting the same. The Department will determine in its sole and absolute discretion whether or not the PROVIDER's justification is acceptable. At the request of the CITY, the PROVIDER shall transmit to the CITY written statements of the PROVIDER's official policies on specified issues relating to the PROVIDER's activities. The CITY will carry out monitoring and evaluation activities, including visits and observations by CITY staff. The PROVIDER shall ensure the cooperation of its employees and its board members in such efforts. Any inconsistent, incomplete, or inadequate information either received by the 11 CITY or obtained through monitoring and evaluation by the CITY, shall constitute cause for the CITY to terminate this Agreement. 6.5 RELATED PARTIES, The term "related -party transaction" includes, but is not limited to, a for -profit or nonprofit subsidiary or affiliate organization, an organization with an overlapping board of directors and an organization for which the PROVIDER is responsible for appointing memberships. Upon forming the relationship or if already formed, before of at the time of execution of this Agreement, the PROVIDER shall report such relationship to the Department. Any supplemental information shall be promptly reported to the Department. The PROVIDER shall report to the Department the name, purpose for and any and all other relevant information in connection with any related -party transaction. 6.6 PROGRE'SS REPORTS. The PROVIDER shall submit to the CITY, on a quarterly basis, a Scope of Services status report. ARTICLE VII OTHER R i.GR.A' I REQ W1 MUNI'S 7.1 The PROVIDER shall maintain current documentation that its activities are Program eligible in accordance with the Policies and Procedures and the Resolution. 7.2 The PROVIDER shall ensure and maintain documentation that conclusively demonstrates that each activity assisted in whole or in part with Funds is an activity which provides benefit to eligible Program applicants under the Act and the Resolution. 7.3 The PROVIDER shall comply with all applicable provisions of the Policies and Procedures and the Resolution and the PROVIDER shall carry out each activity in compliance with all applicable federal, state, and local laws, rules, and regulations described therein. PROVIDER acknowledges that it may be required to comply with additional requirements imposed by the Treasury and/or the CITY, and PROVIDER agrees to comply with such requirements upon written notice from the CITY. 7.4 The PROVIDER shall cooperate with the Department in attending meetings at the request of the Department and to provide information as requested or required to the Department. 7.5 OMITTED.. 7.6 NON-DISCRIMINATION. The PROVIDER shall not discriminate on the basis of race, color, national origin, sex, religion, age, marital or family status or handicap in connection with the activities and/or the Scope of Services or its performance under this Agreement. Furthermore, the PROVIDER agrees that no otherwise qualified individual shall, solely by reason of his/her race, sex, color, creed, national origin, age, marital status, sexual orientation or handicap, be excluded from the participation in, be denied benefits of, or be subjected to discrimination under any program or activity receiving Funds, 12 7.7 The PROVIDER shall carry out its Scope of Services in compliance with all federal laws and regulations, state statutes, and local laws. 7.8 OMITTED. 7.9 UNIFORM ADMINITRATIVC.R.BOUIREMENTS The PROVIDER shall comply with the requirements and standards of 2 CFR 200, "Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards", as set forth under Subpart D—"Post Federal Award Requirements" and Subpart E—"Cost Principles." 7.10 RI3LI IOU ORGANIZATIONS/CONSTITUTIONAL PROHIBITION. If the PROVIDER is or was created by a religious organization, the PROVIDER agrees that all Funds disbursed under this Agreement shall be subject to the conditions, restrictions, and limitations of the Act and all applicable laws. In accordance with the First Amendment of the United States Constitution, particularly regarding the relationship between church and State, Funds may not be used for religious activities. The PROVIDER shall comply with those requirements and prohibitions when entering into subcontracts. 7.11 l ,I VER SON OF Ili PS. Upon expiration/termination of this Agreement, the PROVIDER must transfer to the CITY any unused Funds at the time of expiration/termination and any accounts receivable attributable to the use of Funds. 7,12 ENFORCEMENT OF THIS AGREEMENT. Any violation of this Agreement that remains uncured thirty (30) days after the PROVIDER's receipt of notice from the CITY (by certified or registered mail) of such violation may, at the option of the CITY, be addressed by an action for damages or equitable relief, or any other remedy provided at law or in equity. In addition to the remedies of the CITY set forth herein, if the PROVIDER fails to comply with the terms of this Agreement, the CITY may suspend or terminate this Agreement in accordance with Article X of this Agreement. 7.13 SUBCONTRACTS AND ASSIGNMENTS. 7,13.1 The PROVIDER shall ensure that all subcontracts and assignments: (a) (b) (c) (d) Identify the full, correct, and legal name of all parties; Describe the activities to be performed; Present a complete and accurate breakdown of its price components; Incorporate a provision requiring compliance with all applicable regulatory and other requirements of this Agreement. The requirements of this paragraph apply only to subcontracts and assignments in which parties are engaged to carry out any eligible substantive programmatic service, as may be defined by the CITY, set forth in this Agreement. The CITY shall in its sole discretion determine when services are eligible substantive programmatic services and subject to the audit and record -keeping requirements described in this Agreement. 13 7.13.2 The PROVIDER shall incorporate in all consultant subcontracts the following provision: "The PROVIDER is not responsible for any insurance or other fringe benefits for the Consultant or employees of the Consultant, e.g., social security, income tax withholding, retirement or leave benefits normally available to direct employees of the PROVIDER. The Consultant assumes fitll responsibility for the provision of all insurance and fringe benefits for himself or herself and employees retained by the Consultant in earrying out the scope of services provided in this subcontract." 7,13.3 The PROVIDER shall be responsible for monitoring the contractual performance of all subcontracts. 7.13,4 The PROVIDER shall submit to the CITY for its review and confirmation any subcontract engaging any party to carry out any substantive programmatic activities, to ensure its compliance with the requirements of this Agreement, The CITY's review and confirmation shall be obtained prior to the release of any funds for the PROVIDER's Subcontractor(s). 7.13.5 The PROVIDER shall receive written approval from the CITY prior to either assigning or transferring any obligations or responsibility set forth in this Agreement or the right to receive benefits or payments resulting from this Agreement. Approval by the CITY of any subcontract or assignment shall not under any circumstances be deemed to require for the CITY to incur any obligation in excess of the total dollar amount agreed upon in this Agreement. 7.13.6 The PROVIDER and its Subcontractors shall comply (when applicable) with the Copeland Kick Back Act, Davis -Bacon Act, Contract Work Hours and Safety - Standards Act, and Lead -Based Paint Poisoning Prevention Act and all other related acts, as applicable. 7.14 USE OF FUNDS FOR LOBBYING PROHIBITED. The expenditure of Agreement funds for the purpose of lobbying the Legislature, judicial branch, or a state agency are expressly prohibited. ARTICLE VIII PROVIDER CERTIFICATIONS, ASSURANCES AND REGULATIONS. 8.1 The PROVIDER certifies that: (a) The PROVIDER possesses the legal authority to enter into this Agreement pursuant to authority that has been duly adopted or passed as an official act of the PROVIDER's governing body, authorizing the execution of the Agreement, including all understandings and assurances contained herein, and directing and authorizing the person identified as the 14 official representative of the PROVIDER to act in connection with this Agreement and to provide such information as may be required. (b) The PROVIDER shall comply with the Hatch Act, which limits the political activity of employees. (c) The PROVIDER shall establish safeguards to prohibit its employees from using their positions for a purpose that is or gives the appearance of being motivated by desire for private gain for themselves or others, particularly those with whom they have family, business, or other ties. (d) To the best of its knowledge and belief, the PROVIDER and its principals: (i) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (ii) have not, within a three-year period preceding the date of this Agreement, been convicted of or had a civil judgment rendered against any of them for the commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or a contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction or records, making false statements, or receiving stolen property; (iii) are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with the commission of any of the offenses enumerated in this Article VIII; and (iv) have not, within a three-year period preceding the date if this Agreement, had one or more public transactions (Federal, State, or local) terminated for cause or default. ARTICLE IX INTENTIONALLY OMITTED ARTICLE X REMEDIES, SUSPENSION, TERMINATION 10.1 REMEDIES FOR NONCOMPLIANCE. The CITY retains the right to terminate this Agreement at any time prior to the completion of the services required pursuant to this Agreement without penalty to the CITY. In that event, notice of termination of this Agreement shall be in writing to the PROVIDER, who shall be paid for those services performed prior to the date of its receipt to the notice of termination. In no case, however, shall the CITY pay the PROVIDER an amount in excess of the total sum provided by this Agreement. 15 It is hereby understood by and between the CITY and the PROVIDER that any payment made in accordance with this Agreement to the PROVIDER shall be made only if the PROVIDER is not in default under the terms of this Agreement. If the PROVIDER is in default, the CITY shall not be obligated and shall not pay to the PROVIDER any sum whatsoever. If the PROVIDER fails to materially comply with any term of this Agreement, the CITY may take one or more of the following courses of action: 10.1.1 Temporarily withhold cash payments pending correction of the deficiency by the PROVIDER, or such more severe enforcement action as the CITY determines is necessary or appropriate, 10.1.2 Disallow (that is, deny both the use of funds and matching credit) for all or part of the cost of the activity or action not in compliance. 10.1.3 Wholly or partially suspend or terminate the current Funds committed to the PROVIDER. 10.1.4 Withhold further grants, loans, and/or other monies for the PROVIDER. 10.1.5 Take all such other remedies that may be legally available. 10.2 SUSPENSION. 10.2.1 The Department may, for reasonable cause, temporarily suspend the PROVIDER's operations and authority to obligate funds under this Agreement or withhold payments to the PROVIDER pending necessary corrective action by the PROVIDER. Reasonable cause shall be determined by the Department in its sole and absolute discretion, and may include: (i) Ineffective or improper use of the Funds by the PROVIDER; (ii) Failure by the PROVIDER to comply with any term or provision of this Agreement; (iii) Failure by the PROVIDER to submit any documents required by this Agreement; or (iv) The PROVIDER's submittal of incorrect or incomplete documents. 10.2.2 The Department may at any time suspend the PROVIDER's authority to obligate funds, withhold payments, or both. 10.2.3 The actions described in paragraphs 10.2.1 and 10.2.2 above may be applied to all or any part of the activities funded by this Agreement, 10.2.4 The Department will notify the PROVIDER in writing of any action taken pursuant to this Article, by certified mail, return receipt requested, or by in person delivery with proof of delivery. The notification will include the reason(s) for such action, any conditions relating to the action taken, and the necessary corrective action(s), 16 10.3 TERMINATION. 10.3.1 Termination Because o.f Lack of Funds. In the event the CITY does not receive funds to finance this Agreement from its funding source, or in the event that the CITY's funding source de -obligates the funds allocated to fund this Agreement, the Department may terminate this Agreement upon not less than twenty-four (24) hours prior notice in writing to the PROVIDER. Said notice shall be delivered by certified mail, return receipt requested, or by in person delivery with proof of delivery. In the event that the CITY's funding source reduces the CITY's entitlement under the Program, the CITY shall determine, in its sole and absolute discretion, the availability of funds for the PROVIDER pursuant to this Agreement. 10.3.2 Termination for Breach. The Department may terminate this Agreement, in whole or in part, in the event the Department determines, in its sole and absolute discretion, that the PROVIDER is materially non -compliant with any term or provision of this Agreement. The Department may terminate this Agreement, in whole or in part, in the event that the Department determines, in its sole and absolute discretion, that there exists an event of default under and pursuant to the terms of any other agreement or obligation of any kind or nature whatsoever of the PROVIDER to the CITY, direct or contingent, whether now or hereafter due, existing, created or arising. 10.3.3 Unless the PROVIDER's breach is waived by the Department in writing, the CITY may, by written notice to the PROVIDER, terminate this Agreement upon not less than twenty-four (24) hours prior written notice. Said notice shall be delivered by certified mail, return receipt requested, or by in person delivery with proof of delivery. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. The provisions hereof are not intended to be, and shall not be, construed to limit the Department's right to legal or equitable remedies. ARTICLE XI iISCELLANE}US 1 'ROVISI INS 11.1 INDEMNIFICATION. The PROVIDER shall indemnify, hold harmless, and defend the CITY, its officers, agents, directors, and/or employees, from liabilities, damages, losses, judgments, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of PROVIDER and persons employed or utilized by PROVIDER in the performance of this Agreement. PROVIDER shall, further, hold the CITY, its officials and/or employees, harmless for, and defend the CITY, its officials and/or employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the CITY, its officials and/or employees were negligent. These indemnifications shall survive 17 the term of this Agreement, In the event that any action or proceeding is brought against the CITY by reason of any such claim or demand, the PROVIDER shall, upon written notice from the CITY, resist and defend such action or proceeding by counsel satisfactory to the CITY. The PROVIDER expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the PROVIDER shall in no way limit the responsibility to indemnify, keep and save harmless and defend the CITY or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the PROVIDER to defend, at its own expense, to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the CITY 's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the CITY whether performed by the PROVIDER, or persons employed or utilized by PROVIDER. This indemnity will survive the cancellation or expiration of the Agreement. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of §725.06 and/or §725.08, Florida Statutes, as applicable. The PROVIDER shall require all sub -contractor agreements, if applicable, to include a provision that they will indemnify the CITY. The PROVIDER agrees and recognizes that the CITY shall not be held liable or responsible for any claims which may result from any actions or omissions of the PROVIDER in which the CITY participated either through review or concurrence of the PROVIDER'S actions. In reviewing, approving or rejecting any submissions by the RECIPIENT or other acts of the PROVIDER, the CITY in no way assumes or shares any responsibility or liability of the PROVIDER or Sub - PROVIDER under this Agreements. 11.2 AMENDMENTS. No amendments to this Agreement shall be binding unless in writing and signed by both parties hereto. Budget modifications shall be approved by the Department in writing, 11.3 OWNERS HIP OF DOCUMENTS. All documents developed by the PROVIDER under this Agreement shall be delivered to the CITY upon completion of the activities required pursuant to this Agreement and shall become the property of the CITY, without restriction or limitation on their use if requested by the CITY. The PROVIDER agrees that all documents maintained and generated pursuant to this Agreement shall be subject to all provisions of the Public Records Law, Chapter 119, Florida Statutes, It is further understood by and between the parties that any document which is given by the CITY to the PROVIDER pursuant to this Agreement shall at all times remain the property of the CITY and shall not be used by the PROVIDER for any other purpose whatsoever without the prior written consent of the CITY. 11.4 AWARD OF. AGREEMENT. The PROVIDER warrants that it has not employed or retained any person employed by the CITY to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person employed by the CITY any fee, commission, 18 percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of this Agreement. 11.5 NONDELEGAl3ILITY. The obligations undertaken by the PROVIDER pursuant to this Agreement shall not be delegated or assigned to any other person or firm, in whole or in part: (a) except in accordance with the requirements of Section 7.13 hereof, and (b) without the CITY's prior written consent which may be granted or withheld in the CITY's sole discretion. 11.6 .CONSTRUCTION OF AGREEMENT. This Agreement shall be construed and enforced according to the laws of the State of Florida. 11.7 CONFLICT OF INTEREST. 11.7.1 The PROVIDER covenants that no person under its employ who presently exercises any functions or responsibilities in connection with Program funded activities has any personal financial interest, direct or indirect, in this Agreement. The PROVIDER further covenants that, in the performance of this Agreement, no person having such a conflicting interest shall be employed. Any such interest on the part of the PROVIDER or its employees must be disclosed in writing to the CITY. 11.7.2 The PROVIDER is aware of the conflict of interest laws of the City of Miami (City of Miami Code Chapter 2, Article V), Miami -Dade County, Florida (Miami -Dade County Code Section 2-11-1) and the State of Florida (Chapter 112, Florida Statutes), as amended, and agrees that it shall comply in all respects with the terms of the same. 11.8 PROCUREMENT. The PROVIDER shall comply with the standards contained within 2 CFR 200 Subpart D, "Post Federal Award Requirements." 11.9 NO OBLIGATION TO RENEW. Upon expiration of the term of this Agreement, the PROVIDER agrees and understands that the CITY has no obligation to renew this Agreement. 11.10 ENTIRE AOREEMEM.F. This instrument and its attachments constitute the only agreement of the parties hereto relating to the Funds and sets forth the rights, duties, and obligations of each of the parties hereto to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. 11.11 GENERAL CONDITIONS. 11.11.1 All notices or other communications which shall or may be given pursuant to this Agreement shall be hi writing and shall be delivered by in person delivery or by registered mail addressed to the other party at the address indicated herein or as the same may be changed from time to time upon notice in writing. Such notice shall be deemed given on the day on which personally served, or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. 19 CITY OF MIAMI Office of Management and Budget 444 SW 2nd Avenue, 5th Floor Miami, FL 33130 Attn: Budget Director With a Copy To: Office of the City Attorney 444 SW 2nd Avenue, 9tn Floor Miami, FL 33130 Attn: City Attorney PROVIDER Camillus House, Inc. 1603 NW 7th Avenue Miami, FL 33136 Attn: Hilda M. Fernandez, CEO 11.11.2 Title and paragraph headings are for convenient reference and are not a part of this Agreement. 1.1.11.3 In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached documents, the terms in this Agreement shall control. 11.11.4 No waiver of breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. 11.11.5 Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable to conform with such laws, then same shall be deemed severed, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect. 11.11.6 It is expressly agreed and by this statement specifically intended by the parties that nothing within this Agreement shall be construed as indicating any intent by 20 either party to benefit any other entity or person not a party signatory to this Agreement by any provision or to entitle any such third party to any right of action on account hereof. 11.11.7 In the event litigation, arbitration, or mediation, between the parties hereto, arises out of the terms of this Agreement, each party shall be responsible for its own attorney's fees, costs, charges, and expenses through the conclusion of all appellate proceedings, and including any final settlement or judgment. 11.11. 8This Agreement may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. 11.11,9 PROVIDER shall consult with the CITY regarding all uses and displays of the recognition of the CITY. The CITY shall have the right to approve the form and placement of all acknowledgements, which approval may be withheld in the CITY's sole discretion. 11.12 INDEPENDENT CONTRACTOR. The PROVIDER and its employees and agents shall be deemed to be independent contractors and not agents or employees of the CITY, and shall not attain any rights or benefits under the Civil Service or Pension Ordinances of the CITY or any rights generally afforded classified or unclassified employees; further, they shall not be deemed entitled to the Florida Worker's Compensation benefits as employees of the CITY. 11.I3 SUCCESSORS AND ASSIGNS. This Agreement shall be binding upon the parties hereto, and their respective heirs, executors, legal representatives, successors, and assigns. 11.14 CERTIFICATION. The PROVIDER certifies that it possesses the legal authority to enter into this Agreement pursuant to authority that has been duly adopted or passed as an official act of the PROVIDER' s governing body, authorizing the execution of this Agreement, including all understandings and assurances contained herein, and directing and authorizing the person identified as the official representative of the PROVIDER to act in connection with this Agreement and to provide such information as may be required. 11.15 WAIVER OF JURY TRIAL. Neither the PROVIDER, nor any assignee, successor, heir or personal representative of the PROVIDER, nor any other person or entity, shall seek a jury trial in any lawsuit, proceeding, counterclaim or any other litigation procedure based upon or arising out of any of the Agreement and/or any modifications, or the dealings or the relationship between or among such persons or entities, or any of them. Neither the PROVIDER, nor any other person or entity will seek to consolidate any such action in which a jury trial has been waived with any other action. The provisions of this paragraph have been fully discussed by the parties hereto, and the 21 provisions hereof shall be subject to no exceptions. No party to this Agreement has in any manner agreed with or represented to any other party that the provisions of this paragraph will not be fully enforced in all instances. 11.16 ;LSE -OUT. When the CITY determines that all required work under the Agreement has been completed or upon the expiration or termination of the PROVIDER Agreement, the CITY shall require the PROVIDER to provide final versions of all financial, performance, and other reports. These reports may include, but are not limited to: A final performance or progress report. A financial status report. A final request for payment. Remainder of page intentionally left blank Signatures on the next page. 22 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized on the date above written. AUTHORIZED REPRESENTATIVE: PROVIDER Camillus House, Inc. 1603 NW 7th Avenue Miami, FL 33136 a Florida not -for -profit corporation ATTEST: Nat1w': Hilda M. Fernandez Date: Name: belie y-A nne Glasgow Wilson Date: Title: Chief Executive Officer Title: Director of Grants CITY OF MIAMI, a municipal Corporation of the State of Florida /,- Arthur Noriega\V. City Manager Corporate Seal: ATTEST: ((70.)-- Date: odd B. Hann6n APPROVED AS TO INSURANCE REQUIREMENTS Digitally signed by Gomez, Frank Gomez, Frank Date: 2022.07.25 14:28:23 -04'00' Ann -Marie Sharpe Risk Management Date: City Clerk Date: gi(aDa4?J- �� APPROVED AS TO FORM AND CORRECTNESS: �✓�� for 8/3/22 Victoria Mendez City Attorney Date: FIFA 22-572 23 EXHIBIT A CORPORATE RESOLUTION AUTHORIZING EXECUTION OF THIS AGREEMENT 24 Camillus House A Ministry of the Hospitaller Brothers of St. John of God RESOLUTION OF Camillus House, Inc., a Florida not for profit corporation The undersigned certifies that at a meeting of the Executive Committee of the Board of Directors of Camillus House, Inc., (the "Corporation') a Florida not for profit corporation, held on 2022, the following resolution was duly adopted and voted, and it is in full force and effect and h been rescinded or countermanded as of the date hereof: RESOLVED, that the Board of Directors authorizes the Executive Committee to adopt such resolutions to be ratified by the full Board. RESOLVED, that the Board through the Executive Committee, authorizes the execution and delivery of contracts, and any contract attachments required to be executed and delivered by the Corporation in connection with the Contracts which are necessary or appropriate to consummate the Contracts, between City of Miami and the Corporation, for the provision of housing and treatment services and workforce development for Fiscal Year 2Q21-2022; and directing its officers and employees to perform all of the Corporation's obligations and undertakings under the Contracts. FURTHER RESOLVED, that the following persons are hereby authorized by the Corporation to execute and deliver all such documents and instruments related to the Contracts, including but not limited to: contract execution, any amendments, budget modifications, and/or payment requests, attendant to the Contracts, regardless of whether such acts were performed before or subsequent to the date of the adoption of this Resolution: 1. Hilda Fernandez, Chief Executive Officer 2. Anita Britt, Chief Operating Officer 3. Sam Gil, Senior VP of Operations and Marketing And further authorizing Shelley -Anne Glasgow -Wilson to execute any budget modifications attendant to the contract. FURTHER RESOLVED, that these Resolutions shall continue in full force and effect and may be relied upon by the Corporation and the County, until receipt of written notice of any change therein. CERTIFIED TO this i ( day of Lid a r 9 , 2022 1. Camillus House, Inc.y+rlorida not rofit corporation BY: Pa l'Lowenthai, hairman of the Board EXHIBIT .B SCOPE OF SERVICES HOMELESS FUNCTIONAL ZERO PROGRAM (Detailed description of the scope of services must be provided for each service/program) I. Eight R.undre d Thousand Dollars ($80O,OOO.00) for supportive housing and other services for individuals experiencing homelessness A. Short-term Stay Beds -10 beds ($127,750). 1. SCOPE OF SERVICES Camillus House will provide 10 short-term stay (overnight) emergency shelter beds to street homeless individuals identified by City of Miami Police (HEAT Team). Beds will be made available for use and flat monthly rate of $.10,646 (10 x 35 x 365/12) for one year. a. SERVICE PERIOD Overnight emergency shelter services will be offered from November 1, 2021 through October 30, 2022. b. CONTRACT GOALS Provide safe overnight shelter for persons referred by the City of Miami Police (HEAT Team), as an engagement into long teen stay beds (as available) c. ELIGIBILITY REQUIREMENTS Clients eligible for the Program must be: 1. Homeless and in need of emergency shelter services Referred through Miami Police (HEAT Team) for placement into a bed d. SERVICE AREEA/LOCATIONS/TIMES. The program will be located at the Camillus House Norwegian Cruise Line (NCL), located at 1603 NW 7th Avenue, Miami, Florida 33136. Supervised shelter services shall be provided twenty-four (24) hours a day, seven (7) days a week. 2. SERVICE TASKS To support the program goals the following tasks will be completed for the contract period: Camillus will emergency shelter on an as needed basis to persons referred by the City of Miami Police who are in need of short-term housing and care coordination. Clients in shelter will receive: 25 a, Overnight shelter in assigned beds b. Basic hygiene services — shower and change of clothing c. Up to three meals a day (dependent on time of entry) d. Case management referral to facilitate enrollment in longer -term shelter B. Rapid Rehausine (RRH) Mobile Team ($320,2111 1. SCOPE OF SERVICES The Camillus RRH mobile team will provide supportive services to Identify and prepare individuals living on the street to access Rapid Rehousing without the need for shelter placement. Th..is team will work with the City of Miami Police HEAT Teams, City of Miami Homeless Outreach as welt as Camillus Specialized Outreach and the Camillus House Day Center to identify and serve RRH clients. Services will be provided for two years at a cost of $160,106 per year. a. SERVICE PERIOD Program services will be offered from August 1, 2022 through July 31, 2024. b. MAJOR CONTRACT GOALS Enroll on -street clients in rapid rehousing services with the goal of moving them from the streets to housing. Outcome: c, ELIGIBILITY REQUIREMENTS Clients eligible for the Program must be: i. Homeless on the streets of the City of Miami ii. Identified by Outreach as engaged and ready to look for housing d, SERVICE AREA/LOCATIONS/TIMES The program office will be located at the Camillus House Norwegian Cruise Line (NCL), located at 1.603 NW 7th Avenue, Miami, Florida 33136. Services will take place at this location and on street with homeless clients. 2, SERVICE TASKS To support the program goals the following tasks will be completed for the contract period: The Camillus RRI-I Mobile team will engage with homeless individuals on the street to e, Assess document readiness for referral and placement into a rapid rehousing program t'. Work with on -street clients to obtain all the required documentation needed for enrollment in rapid rehousing 26 g. Work with RRH program staff and the client to secure housing h. Assist th,e RRH team with moving clients into housing i. Assess and refer clients for RRH clinical services if needed C. Supportive Services for Rudd Reh©usin2 0352.,039} 1. SCOPE OF SERVICE Support Services for Rapid Rehousing/Rapid Rehousing Bridge placements: Clinical services to stabilize clients with mental health/substance abuse issues placed through Rapid Rehousing to ensure permanent housing retention. Services will be provided for two years at a cost of $196,019 per year. a. SERVICE PERIOD Supportive services will be offered from August 1, 2022 through July 31, 2024,. b. CONTRACT GOALS To support retention housing for persons receiving RRH housing support through the provision of clinical behavioral health services. Outcome: 9.5% of persons receiving services maintain housing a. ELIGIBILITY REQUIREMENTS Clients eligible for the Program must be: i. Homeless and receiving Rapid Rehousing services ii, Assessed by Camillus house RRH staff as in need of behavioral health intervention b. SERVICE AREA/LOCATIONS/TIMES The program office will be located at the Camillus House Norwegian Cruise Line (NCL), located at 1603 NW 7th Avenue, Miami, Florida 33136. Services will be provided at this location or at the client's place of residence in scattered. 2. .SERVICE TASKS. To support the program goals the following tasks will be completed for the contract period: Camillus will provide clinical behavioral health services to persons receiving rapid rehousing services when referred by rapid rehousing staff, Clients in RRH will receive: a. Comprehensive biopsychosocial assessments and diagnoses b. Individual outpatient therapy c. Medication education and management support d. Healthcare, psychiatric, and post -services behavioral healthcare navigation and 27 referral II. Four hundred Thousand Dollars ($400,000.00) for the Lazarus/Matt Talbot Orograms for substance misuse treatment and mental health services A. Specialized Outreach (Lazarus/Matt Talbot) Expansion 3. SCOPE OF SERVICE This component will provide specialized outreach services targeting the on -street homeless with severe mental illness and substance use disorders in the City of Miami, Through coordinated street outreach activities, the project will engage the hardest to serve mentally ill, chronically homeless, and/or substance users in the on -street population, in their environment, and facilitate access to the healthcare and social services delivery system, This team will support the existing Lazarus team and expand the services available in the City of Miami. a. SERVICE PERIOD N Progratn services will be offered from August 1, 2022 through July 31, 2024..: b. CONTRACT GOALS This specialized outreach initiative seeks to engage, assess, treat (medically and mentally) and secure housing placement for persons who are chronically homeless, vulnerable or both in to establish rapport and enroll them in housing and behavioral health services. Outcome: At least 50% of those enrolled become housed c. ELIGIBILITY REQUIREMENTS Clients eligible for the .Program must be: i. Homeless on the streets of the City of Miami ii. Chronically homeless with mental illness or substance users, d. SERVICE AREA/LOCATIONS/TIMES The program office will be located at the Camillus House Norwegian Cruise Line (NCL), located at 1603 NW 7th Avenue, Miami, Florida 33136. Services will be provided on streets in the City of Miami. 4. SERVICE TASKS To support the program goals the following tasks will be completed for the contract period: a. The Specialized Outreach team will work with City of Miami Outreach, City of 28 Miami Police HEAT Teams to identify potential participants or identify them en street b, Camillus Specialized Outreach will seek to engage potential participants on street through encounters c. Once engaged , Camillus SO will assess individuals for service and behavioral health needs d. Establish rapport through regular interaction e. Obtain Consent and Develop comprehensive, evolving client -specific case plans f. Implement case plans which may include treatment, benefits assistance, housing and other services c. Four Hundred Thousand Dollars (540Q,00.00) to provide support for individuals who have ex erienced e ative economic im act from the COV D-19 hbile health emergency by providing culinary arts and hospitality lob training for ui employed individuals B. Culinary .Art, .:M irate iai cc a d'.Life Skills Training 5. SCONE .pF.SERVICE For the program years August 1, 2022 through July 31, 2024, the following training options to individuals in Camillus House programs. l.. Kitchen Cook Employment Training 2. Maintenance Employee Training 3. Camillus YOUniversity Life Skills Workshops a. SERVICE PERIOD Program services will be offered from August 1, 2022 through July 31, 2024, b. CQNTRACT GOALS This component seeks to provide homeless individuals with the necessary skills training for entry into a career in the hospitality and culinary industries; (2) helps address current and future labor shortages; (3) increases participants' employment opportunities upon course completion. Graduates are ready to perform the acquired job skills and customer relations skills at a new level of service excellence and are prepared for entry level employment within in the industry. Outcome: At least 80% of each culinary arts and maintenance training cohort will complete training ® At least 80% of those completing culinary arts and maintenance training become gainfully employed e, ELIGIBILITY REQUIREMENTS 29 Clients eligible for the Program must be: iii. Client enrolled in Camillus House programs f. SERVICE AREA/LOCATIONS/TIMES Program services will be offered at the Camillus House Norwegian Cruise Line (NCL), located at 1603 NW 7th Avenue, Miami, Florida 33136. 6. SERVICE TASKS To support the program goals the following tasks will be completed for the contract period: g. Culinary Arts (4 cohort per year of maximum 15 per cohort for 7 weeks/168 hrs) Orientation and workforce readiness training Classroom instruction, hands-on kitchen lab training, food safety and sanitation training, catering, industry related workforce readiness training American Hotel & Lodging Educational Institute (AHLEI) testing and Kitchen Cook certification (if the participant achieves a score of 70% or better on the written exam graded by AHLEI) State mandated Florida Safe Staff Food Handler Certification Certificate of Completion h. Hotel Maintenance (3 cohort per year of a maximum of 15 persons per cohort for 4 weeks/64 hrs per cohort) Orientation and workforce readiness training Classroom instruction, hands-on basic maintenance skills training, workplace safety training, industry related workforce readiness training AHLEI testing and Maintenance Employee certification (if the participant achieves a score of 70% or better on the written exam graded by AHLEI) Certificate of Completion Three 2-hour workshops biweekly (every two weeks) over two years. Workshop One: Interpersonal skills/ solving interpersonal problems (conflict resolution) and Time Management Workshop Two: Computer Literacy Workshop Three: Social Diversity, Cross -Cultural Skills and Cooking 101 d. kour.Hundred Thousand i)nliurs f$400,Og0,O0) to provide support for individuals who have experienced a ne€;ative economic impact from theCOVJU-19 public. health emet•gencv by providing construction tradesman job training for unemployed individuals 30 C. :Construction Trades Trainin 7. SCOPE OF SERVICE For the program years August 1, 2022 through July 31, 2024, the following training options to individuals in Camillus House programs: 1, Construction Trades Training - Construction Craft Laborer Level One a. SERVICE PERIOD Services will be offered from August 1, 2022 through July 31, 2024. b. CONTRACT GOALS.. This component seeks to provide homeless individuals with the necessary skills training for entry into a career in the construction industry; (2) helps address current and future labor shortages; (3) increases participants' employment opportunities upon course completion, Graduates are ready to perform the acquired job skills at a new level of expertise and are prepared for entry level employment within in the industry. Outcome: At least 80% of each construction trades training cohort will complete training At least 80% of those completing construction trades training become gainfully employed g. ELIGIBILITY REQUIREMENTS Clients eligible for the Program must be: iv. Client enrolled in Camillus House programs h. SERVICE AREA/LOCATIONS/TIMES Program services will be offered at the Camillus House Norwegian Cruise Line (NCL), located at 1603 NW 7th Avenue, Miami, Florida 33136. B, SERVICE TASKS To support the program goals the following tasks will be completed for the contract period: j. Construction Trades (1 cohort per year of maximum 20 per cohort for 14 weeks) Orientation to the trade Classroom instruction, hands-on construction trades training including overview of the building materials used by carpenters, properties of concrete, handling/placing of concrete, site layout, foundations, construction math, hand and power tools, construction drawings, rigging and material handling .Basic safety — construction site safety orientation 31 Basic Communication Skills Basic Employability skills Certificate of Completion 32 EXHIBIT C COMPENSATION AND BUDGET SUMMARY HOMELESS FUNCTIONAL ZERO PROGRAM A. The maximum compensation under this Agreement shall be :2. 000,000.00 B. PROVIDER's Itemized Budget, Cost Allocation, Budget Narrative, Personnel, position title and compensation are attached hereto and made part of this Agreement, C. All payments shall be for services provided only during the term of this Agreement and in compliance with the previously approved Work Program (Exhibit B) and Program Budget. D. Requests for payment should be made on a monthly basis. Reimbursement requests should be submitted to the CITY by the le` of the following month to the following email address mrc it ar c€xiiam(:go.y eo€n. after the indebtedness has been incurred in a form provided by the Department. Failure to comply with these time frames for requesting reimbursement/payment may result in the rejection of those invoices within the reimbursement package which do not meet these requirements. PROVIDER may enroll in Direct Payment with the CITY. The DEPARTMENT can provide additional information for the PROVIDER to enroll in Direct Payment. E. Each written request for payment shall contain a statement declaring and affirming that services were provided to certified program participants and in accordance with the approved Work Program and Program Budget. All documentation in support of each request shall be subject to review and approval by the CITY at the time the request is made. F. All expenditures must be verified with a copy of the origin& invoice and a copy ofa check or other form of payment which was used to pay that specific invoice. In the event that an invoice is paid by various funding sources, the copy of the invoice must indicate the exact amount (allocation) paid by various funding sources equaling the total of the invoice. No miscellaneous categories shall be accepted as a line -item budget. G. The PROVIDER must submit the final request for payment to the CITY within ten (1.0) calendar days following the termination date of this Agreement. if the PROVIDER fails to comply with this requirement, the PROVIDER shall forfeit all rights to payment and the CITY shall not honor any request submitted thereafter. H. Any payment due under this Agreement may be withheld pending the receipt and approval by the CITY of all reports due from the PROVIDER as a part of this Agreement and any modifications thereto. During the terns hereof and for a period of five (5) years following the date of the last payment made hereunder, the CITY shall have the right to review and audit the tirn.e records and related records of the PROVIDER pertaining to any payments by the CITY. 33 Authorized, presentative Signature: Print Name: Title: Chief titive Officer. Date STATE OF FLORIDA COUNTY OF MIAMI-DADE The romping instrument WF1S acknowledged before me by mean of f physical pro or Q.orilinc: notarization,. this -( day of 20 Z aby lre:. ?v,o(X--a orClemillW111- Florida Not for Profit Car Qration, on behalf of the corporation, fie/she is personalty known to me or has produced as identification. [Notary SeaIj Moths View Notary Publk State of Florida Commit FIH090207 ♦ �1141Yk �1r�� N .. Expire 2/8/2025 34 EXHIBIT D CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements 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 an agency a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) if any funds other than Federal appropriated funds have been paid 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 Fonn-1.11, "Disclosure Form to Deport Lobbying," in accordance with its instructions. (3) This undersigned shall require that the language of this certification be included in the award documents for "A11" sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. * Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to cover Contract/grant transactions over $100,000 (per QMB). This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certificationis a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Atathor e Representative Signature Print i~1/44me F Title: Chief .Exee tive.Officdr e STATE OF FLORIDA COUNTY OF M1AMI-DADE The foregoing instrument was acknowledged notarization, this 2-'1 day ta w►�,4+' i -- of y,+ 1.1 - ) tf •. %ors" corporation, on behalf before me by means of Pirphysical presence or ❑ online of 20 2.2. by a of the corporation. He/she.is.personally known to me or has produced as identification. [Notary Seal Martha Vulgar Notary Public State of Florida Cornrti# HH090207 Expires 2/8/2025 35 EXHIBIT E CERTIFICATION REGARDING DEBARMENT, SUSPENSION & OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS I . PROVIDER. certifies to th.e best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, and declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. b. Have not within a three-year period preceding this proposal been convicted of or had a civil judgement rendered against there for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or perfbrtning a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.b of this certification; and d. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall submit an explanation to the City of Miami. A uth c Sinat Print Nye: Hilda .M.Fernandez Title: Chief Executive Ofticer... STATE OF FLORIDA COUNTY OF MIAMI-DADE The foregoing instrument was acknowledged before me by means of .**physical presence or EJ online notarization, this A¢j day of 0 20 by _AA i)- Q yC d. » r� z �rtr of CNut i a et, i%. leo-a-corporation, on behalf of the corporation, He/she is ers c7 q L. t ine or has produced as identification, [Notary Seal]; Martha Yeoger Notary Public State of Florida Comm# HH090207 Expires 2/8/2025 36 EXHIBIT F. SWORN STATEMENT PURSUANT TO SECTION 287,133(3)(A), FLORIDA STATUTES ON PUBLIC ENTITY CRIME THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS, 1. This sworn statement is submitted to by for The City of Miami Hilda I. Fernandez C ief Executive Q.fficern. (Print this individual's name and title) Camillus House e, Inc. (Print name of entity submitting statements) whose business address is 160.3 NW 7th. Avenue iaizi FL, 33196 and if applicable is Federal Employer Identification Number (FEIN) is 65-003.2862 If the entity has no FF;IN, include the Social Security Number of the individual signing this sworn Statement: 2. I understand that a "public entity crime" as defined in paragraph 287.133(1)(a), Florida Statutes, mean a violation of any state or federal law by a personwith: respect to and directly related to the transactions of business with any public entity or with art agency or political subdivision of any other state or with. the United States including, but not limited to any bid or contract for goods or services to be provided to arty public, entity or any agency Or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "convection" as defined in Paragraph 287,133(1)(b), Florida Statutes means a finding or guilt or a conviction ofa public entity crime, with or without adjudication of guilt, in any Federal or state trial court ul`record relating to charges, brought by indictment Or information after July 1 I989, as a result of a Jury verdict, nonjury mar, Or entry or a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in paragraph 287. [33(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, andagents who are active in the management of an affiliate, The ownership by otte person or shares constituting a controlling interest in another person, tar a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall'. be a prima facie ease that one person controls another person. A person who knowingly enters into a,joint venture With a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the: laws of any states. Or of the United States with the legal power to enter into a binding eontract'and which bids or applies to bid on contracts for the provision of.goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The 37 EXHIBIT G INSURANCE REQUIREMENTS HOMELESS FUNCTIONAL ZERO PROGRAM AMERICAN RESCUE PLAN ACT FUNDING I, Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Products/Completed Operations $1,000,000 Personal and Advertising Injury $1,000,000 B, Endorsements Required City of Miami included listed as additional insured Contingent and Contractual Exposures Premises & Operations Liability Primary Insurance Clause Endorsement XCU hazards included, if applicable II. Business Automobile Liability AA: Limits of Liability Bodily injury and Property Damage Liability Owned Autos/Scheduled Autos Including coverage for Hired and Non -Owned Autos Combined Single Limit $ 300,000 B, - Endorsements Required City of Miami listed as an additional insured III,. Worker's Compensation Limits of Liability Statutory -State of Florida Employer's Liability A. Limits of Liability $100,000 for bodily injury caused by an accident, each accident, $100,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit term "person" includes those officers, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in a relation to the entity submitting this sworn statement. (Please indicate with an."X'l-Whi+wl't.sfaternent t rmlies). X. Neither the entity submitting this sworn statement, nor any al' its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or any affiliate of the entity has been charged with and convicted of a public entity crime within the past 36 months. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, eanployees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime within the past 36 months. AND (Please indicate which additional statement applies). The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime within the past 36 months, However, there has been a subsequent proceeding before a Hearing Officers of the State of Florida, Division of Administrative Hearings and the Final Order by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attached is a copy of the final order), I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THE PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED ANI) FOR THE PERIOD OF THE CONTRACT .ENTERED :INTO, WHICHEVER PERIOD IS LONGER. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUIil IC ENTITY PRIOR TO 'ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD .AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Auth ri Representative Signature. Print Name: Hilda M. Fernandez Title: Chief 1; rutive Officer. STATE OF FLORIDA COUNTY OF MIAMI-DADE The foregoing instrument was acknowledged before me by means of ® physical presence or ❑ online notarization, this day of e,20 by kit d ei , " v.v.-7z_ of P joh44E i.c. v _..,..,.. ,. t iw par leRette Qr corporation, on behalf of the corporation. FIef het . �e�rsonaf[y known to me or has produced as identification [Notary Seal]:. iktritiot Yeager Notary Public State of Florida Comm# F1H090207 Expiry 2/8/2025 33 IV. Professional/Error's & Omissions Liability Bach Claim $1,000,000 Policy Aggregate $1,000,000 Retroactive Date Included Certificate Holder information should be listed as the following:. City of Miami 444 SW 2nd Avenue Miami, FL 33130 `TILE DEPARTMENT OF RISK MANAGEMENT RESERVES THE RIGHT TO SOLICIT ADDITIONAL .INSURANCE COVERAGE AS MAY BE APPLICABLE IN CONNECTION TOA PARTICULAR RISK, OR SCOPE OFSERVICES/WORK PROGRAM" THE ABOVE POLICIES SHALL PROVIDE THE CITY OF MIAMI WITH WRITTEN NOTICE OF CANCELLATION IN ACCORDANCE WITH POLICY PROVISIONS. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A-" as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. Authorized Repres gthie Signato Print Name Hilda M. Fernandez Title: ChiefE,ee.ttive Officer STATE OF FLORIDA COUNTY OF MIAMI-DADE The foregoing instrument was acknowledged before me by means of IS physical presence or ❑ online notarization, this day of 3 .> 4.014.jA. l . r of d ;+ incorporation, on behalf a produced [Notary Seal1: 20 : by a he corporation. He/she t,�„F,s c tally known to me or has as identification. " �arthha Yaeger Notary public State of Florida Comrn# 11H090207 Expires 2/8 f 202S 40 EXHIBIT Ft PROGRAMMATIC REPORTING REQUIREMENTS Compliance must be ensured with the following State and Local Fiscal Recovery Funds — Compliance and Reporting Guidance, dated February 28, 2022 -- Version 3.0 (and any future updates and revisions) 5I I'RF Compliance and Re poi°tit Ot€iclanee {tiea;lu_ hugs:/ horne,tfc.tisurv.govtpystemfli1es"136'SIJ RF-Cont li me -and 1 eport a g-(iuitlanee p `t` Throughout the term of this Agreement, the SUBRECIPIENT shall submit to the CITY a quarterly report on the 5th day of the month that follows the end of a calendar quarter (i.e., January 5, April 5, July 5, October 5). Upon the end of the term of this Agreement, the SUBRECIPIENT understands that they are required to submit to the CITY a final quarterly report on the 5th day of the month that follows the end of the quarter the term of the Agreement ended. Programmatic Reporting Required: 1, Public Health and Negative Economic Impact (EC 1.1.-3.5) - Collection to begin in April 2022 o Brief description of structure and objectives of assistance program(s), including public health or negative economic impact experienced a Brief description of how a recipient's response is related and reasonably and proportao.nal to a public health or negative economic impact of COVII)-19. II, Use of Evidence: (for all ECs indicated) - Collection to begin in April 2022 o The dollar amount of the total project spending that is allocated towards evidence - based interventions o Indicate if a program evaluation of the project is being conducted III;- Required programmatic Data — EC 2.10 - Information listed must be provided in each report: (fob Training) Collection to begin April 2022 o Number of workers enrolled in sectoral job training programs o Number of workers completing sectoral job training programs o Number of people participating in summer youth employment programs IV, Project Demographic Distribution (Applicable to Public Health and Negative Economic Impact ECs: EC 1.1-2.37) — Collection to begin April 2022 o Recognizing the disproportionate public health and negative economic impacts of the pandemic on many households, communities, and other entities, recipients must report whether certain types of projects are targeted to impacted and 41 disproportionately impacted communities. Recipients will be asked to respond to the following: What Impacted and/or Disproportionally Impacted population does this project primarily serve? Please select the population primarily served, If this project primarily serves more than one Impacted and/or Disproportionately Impacted population, please select up to two additional populations served, 12-month budget PROJECT DESCRIPTION: PROJECT TYPE: POPULATION FOCUS: SSO for RRH/RRH Bridge Provides Clinical Services for individuals placed in bridge housing Supportive Services Only RRH clients in the City of Miami SSO for RRH/RRH Bridge U Unit Cost FTEs Budget ($) Notes Salaries Program Supervisor 65,000 0.05 3,250 Supervised by ACT Team supervisor Masters Level Clinician 50,000 1.00 50,000 Case Manager 38,000 1.00 38,000 Certified Nursing Assistant 35,000 1.00 35,000 Subtotal salaries 3.06 $ 126,250 x a.„.i,. .::rv.:.a x',,. �,rJ;a o/Q 28% ba»!...n,- $ 35,089 � i P o.,fr3 Benefits and payroll taxes (FICA, Unempl, WC, Health, life/disab,403b) Subtotal benefits and payroll taxes 35,089 �?. , w ,o.. 7�; .ar". 'w,'sy*xtii „r.rx2 %�a,�.,..�. '., �� x ���1��5'oa�.y3'��'��ziysy_:�`�''r;,r`"��.,��..x,,.,.���',,.�,.r',yi.�„'.e'.:.:�6v�,��i'fa:,,.,Y�,.i��d�a�;8 �,.M, x o •z,�...-/�" .rN"s edr.a'. i_ f rm.�f. ,, / Z� d .✓ "�"z/' ., F�u <.i E '. - c ,.i� v'a o / 6 r Ap.: "f ..z r H5' a j..a r ,�' S''?'. !'.:✓ ".?.:... � �" ,w m"% a?n7: „5;� !C kz-i�Y� �.��,:.22�k Other expenses .,.w,iN;- Transportation Office Space Rental Office/Program Supplies 1,200 $100/mth for 12 months Direct and ancillary Support medication, medical supplies and supports IT Equipment & Supports Computers, software, wifi cards, ,printers, peripherals, office phone Cell phone 1,200 $60 per months plus phone cost Subtotal other expenses $ 2,400 ` ,fi 0,rw, d w;.:; 4i�F. k ,x%h 3,✓:iCvf7. ' yfi aH','✓yY�0 �� Subtotal Expenses $ 163,739 Indirect costs @7.5% $ 12,280 TOTAL $ 176,019 r RDATE C]� CERTIFICATE OF LIABILITY INSURANCE (MMlDD1YYYY) 6„3i2072 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s), PRODUCER Artex Risk Solutions, Inc. (CB) 2850 Golf Road, 5th Floor Rolling Meadows IL 60008-4050 ciATACT Christian Brothers Services PHONE FAX IArC. No, Ext): 800-807-0300 (A/C. Not: 630-378-2508 ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL ff INSURER A: Old Republic Insurance Company 24147 INSURED CHRIBRO-14 Brothers of the Christian Schools & Affiliates Lac#1176001 CAMILLUS HOUSE INC 1205 Windham Parkway Romeoville IL 60446-1679 INSURERS: Old Republic Union Insurance Company 31143 INSURER C: INSURER D: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1120841136 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUER WVD POLICY NUMBER POLICY EFF (MfDO MIYYYYI POLICY EXP {MMIDIMYYYYI LIMITS e X COMMERCIAL GENERAL LIABILITY Y N 822200 1325596 6/15/2022 6/15/2023 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Es occurrence) $ 100,000 MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES JEG1" PER: LOC GENERAL AGGREGATE $ 3,000,000 PRODUCTS - COMP(OPAGG 52,000,000 S A AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X , SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y N MWTB 21543 6/15/2022 6/15/2023 CEa accidOMBINEDent) SINGLE LIMIT { $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Peraccldenl) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAl3 EXCESSLIAB O OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ OED RETENTIONS 5 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETORIPARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y! N N 1 A PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE- EA EMPLOYEE $ E.L. DISEASE -POLICY LIMIT $ B B Ltd. Prof. HeafthCare-Claims Made Excess Automobile Liability N N N N 822200 1325596 822200 1325596 3/15/2022 6/15/2022 6/15/2023 6/15/2023 Occ/Agg Dceurrence $1,000,000 $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS! VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) The certificate holder is added as an additional insured under the General Liability and Auto Liability per attached endorsements per prior written contract. Primary Non -Contributory coverage is provided under the Primary General Liability per prior written contract per the attached endorsement, Coverage is solely, strictly, and specifically with regards to: City of Miami Contracts. City of Miami is added as Additional Insured where required by contract. CERTIFICATE HOLDER CANCELLATION The City of Miami 444 SW 2nd Avenue Miami FL 33130 ACORD 25 (2016/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Name of Person(s) or Organizatlon(s): All persons or organizations as required by contract or agreement With respect to COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured is changed with the addition of the following: Each person or organization shown in the Schedule for whom you are doing work is an "insured". But only for "bodily injury" or "property damage" that results from the ownership, maintenance or use of a covered "auto" by: 1. You; 2. an "employed' of yours; or 3. anyone who drives a covered "auto" with your permission or with the permission of one of your "employees". However, the insurance afforded to the person or organization shown in the Schedule shall not exceed the scope of coverage and/or limits of this policy. Not withstanding the foregoing sentence, in no event shall the insurance provided by this policy exceed the scope of coverage and/or limits required by the contract or agreement. PCA 001 1013 MWfB 21543 Religiousand Charitable RiskPoolingTrua 06/15/2022 - 06/15/2023 OLD REPUBLIC UNION INSURANCE COMPANY Attaching to and forming part of Policy No, 822200 1325596 Named Insured: THE RELIGIOUS AND CHARITABLE RISK POOLING TRUST OF THE BROTHERS OF THE CHRISTIAN SCHOOLS AND AFFILIATES Effective date of this endorsement is June 15, 2022 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE RED IT CAREFULLY. ADDITIONAL INSURED SCHEDULED PERSON OR ORGANIZATION This endorsement rrodifies insurance provlded under SECTION II INSURING A GRB3vENT C, GENERAL LIABILITY COVERAGE defined w 'thin the Coverage Agreement SECTION 1; Schedule • Name of •Additional insured Persons(s) or Organization (s):_ ANY PERSON OR ORGANIZATION WHEN VOU HAVE AGREED IN A WRITTEN CONTRACT FOR THAT PERSON OR ORGANIZATION TO BE ADDED AS AN ADDITIONAL INSURED ON YOUR POLICY, Designated Locatio n(s) Of Covered Operations: if ne entry appears above, formtion required to complete this endorsermnt w ill be shown In the Certificate ofCcw applicable to this endorsement, Section H Ins wing Agreement C -Nam a of insured Amended A. Who Is An Ins ured defined In the General Insurance Agreement is amended to include as an Additionai Insured the persort(s) or organization(s) shown In the Schedule above, but only with respect to liability in the performance of the Named Insured's ongoing operations forthe Additional Insured(s)at the Location(s)designated in the Schedule above for 'bodily injury" or "properly damage", caused in w hole or in part, by the Named insured's acts or omissions w hit takes place after the execution of a w ritten agreement with the Additional Ins ured(s). B. For the coverage provided by this endorsement: the follovving paragraph is added to Section IV .-General Conditions, Section It, Insuring Agreerrent C-General Liability. This insurance, is prirrery insurance as respects to this coverage to the additional insured person or organization, w here the w ritten contract or w ritten agreement regulres that this insurance be primary and noncontributory. In that event, w e w ill not seek contribution from any other insurance policy available to the additional insured on w hich the additional insured person or organization Is a Named Insured. C. WhIs. An Ins tl red is also amended to include as en additional insured the person(s) or organization(s) shown In the Schedule, w itti respect to liability for "bodily injury" or 'property damage" caused, in w hole or in part, by the "Named Insured's work" at the location designated and described In the schedule of this endorsement performed for that additional insured and Included In the "prod ucts-corrpleted operations hazarcf. The most w e will pay is the arm/W.0f Insurance required by thew ritten contract or the amount of appfic able limits oftnsuran� under this policy; w Mateyo' is less. This Insurance does not apply to any claims or sults seeking damges, including defense, arising out of, directly or indirectty, from any actual or alleged participation In any act of sexual rrisconduct, sexual harassment, sexual molestation, sexual abuse or any claim sexual In nature, physical or mental, of any person. Except as amended in this endorsement, this insurance is subject to all coverage tarns, Clauses and conditions tn the poly to w hich this endorsement's attached end only applies to the extent permitted by law A fRD CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 6/2/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Marsh & McLennan Agency LLC 1000 Corporate Drive 400 Fort Lauderdale FL 33334 CONTACT NAME: PHONE FAX far �Xti: 964-938-8788 INC. No): Le. E-MASuite ADDREss: certificates@mma-fl.cam INSURERIS) AFFORDING COVERAGE NAIC4 INSURER A: Kinsale Insurance Company 38920 INSURED CAMILHOUSEI Camillus House Inc. 1603 NW 7th Avenue Building G Miami FL 33136 INSURER S : Benchmark Insurance Co. 41394 INSURER C: INSURER D: INSURERE: INSURER F : CERTIFICATE NUMBER' 216038772 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT VVITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUER WVD POLICY NUMBER POLICY EFF (MMIDDYYYYY) POLICY EXP IMMIDDIYYYY} LIMITS A X COMMERCIAL GENERAL LIABILITY 01000202898 5/29/2022 5/29/2023 EACH OCCURRENCE $1,000,000 DAMAGE RENTED PREM ISESTO (Ea occurrence) $ 100,000 X CLAIMS -MADE OCCUR MED EXP (Any one person) $ 2,500 X 5,000 PERSONAL 5 ADV INJURY $ 1,000,000 X Retro: 5/29114 GENERAL AGGREGATE $2,000,000 GEN'L X AGGREGATE LIMIT APPLIES PRO PRO JECT PER: LOC PRODUCTS - COMP/OPAGG $ Included $ AUTOMOBILE �� LIABILITY ANY AUTO OWNED SCHEDULED COMBINED SINGLE LIMIT (Ea accident? s BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A X UMBRELLA LIAB EXCESS LIAB O OCCUR CLAIMS -MADE 01000863343 5/29/2022 5/29/2023 EACH OCCURRENCE $ 3,000,060 AGGREGATE $ 3,000,000 $ QED X RETENTION $ n g WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETORIPARTNERIEXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y! N NIA CSWG378442020 1/1/2022 1/1/2023 X ST�TtJTE OTH- ER B.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 'VEHICLES IACORD 101, Additional Remarks Schedule, may be attached If mere space le required) Certificate holder, as Designated organization, is an Additional Insured as respects General Liability when required by written contract subject to the term, conditions and exclusions of the policy. CERTIFICATE HOLDER CANCELLATION City of Miami 444 SW 2nd Avenue Miami FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) /$ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Olivera, Rosemary From: Roman, Michael Sent: Tuesday, October 17, 2023 2:57 PM To: Lee, Denise; Olivera, Rosemary; Ewan, Nicole; Hannon, Todd Subject: Matter ID: 23-1564 - Camillus house ARPA Budget Modification Attachments: 2029236_Final_Agreement.pdf Please find attached a fully executed copy of an agreement from DocuSign that is to be considered an original agreement for your records. Michael J. Roman (he/him/his) Community Partnerships & Strategy Manager Opportunity Center + Health Initiatives LGBTQ+ Advisory Board Liaison City of Miami Department of Human Services 444 SW 2nd Ave, 10th Floor Miami, FL 33130 Telephone: 305.416.1618 Email: mroman@miamigov.com Vi CITY OF MIAMI OPPORTUNITY CENTER Website Twitter Instagram Facebook i.